government of india ministry of commerce & industry · modular furniture at ipo building,...

34
Page 1 of 34 GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY OFFICE OF THE CONTOLLER GENERAL OF PATENTS, DESIGNS & TRADEMARKS INTELLECTUAL PROPERTY OFFICE BUILDING, S.M. ROAD, ANTOP HILL, MUMBAI - 400037 [email protected], www.ipindia.nic.in/ www.ipindia.gov.in Tel: 022-24148251, 24101144, Fax : 022-24123322 No. IPO/Mum/Tender/2015/ Dated: SHORT TERM NOTICE INVITING TENDER On behalf of The President of India, Controller General of Patents, Designs & Trademarks sealed tenders are invited under Two Bid System i.e. Eligibility Criteria and Financial Bid from reputed experienced and financially sound Companies/Firms/Agencies for SUPPLY AND ERECTION OF MODULAR FURNITURE including installation of Electrical Switches; Networking Switches; supply and fixing of networking terminals including integration with existing LAN at Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai 400037. S. No Nature of work EMD Period of Sale of tender Date of submission of tender Date of opening of Tender 1. Supply and Erection of Modular Furniture including installation of Electrical Switches; Networking Switches; supply and fixing of networking terminals including integration with existing LAN 25,000/- 30/01/2015 to 13/02/2015 up to 3.00PM 16/02/2015 up to 5:00 PM Eligibility criteria 18/02/2015 at 10:30 AM Financial bid 18/02/2015 at 12:00 AM The tender documents can be purchased from the CASH COUNTER of the Patent Office at Mumbai on a payment of Rs. 500/- (Non refundable) through cash/ DD drawn in favour of Controller of Patent, Mumbai . The tender documents can also be downloaded from www.ipindia.nic.in ; www.ipindia.gov.in or www.tender.gov.in

Upload: others

Post on 10-Jul-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 1 of 34

GOVERNMENT OF INDIA

MINISTRY OF COMMERCE & INDUSTRY

OFFICE OF THE CONTOLLER GENERAL OF PATENTS, DESIGNS & TRADEMARKS

INTELLECTUAL PROPERTY OFFICE BUILDING,

S.M. ROAD, ANTOP HILL,

MUMBAI - 400037

[email protected],

www.ipindia.nic.in/ www.ipindia.gov.in

Tel: 022-24148251, 24101144, Fax : 022-24123322

No. IPO/Mum/Tender/2015/ Dated:

SHORT TERM NOTICE INVITING TENDER

On behalf of The President of India, Controller General of Patents, Designs &

Trademarks sealed tenders are invited under Two Bid System i.e. Eligibility Criteria and

Financial Bid from reputed experienced and financially sound Companies/Firms/Agencies

for SUPPLY AND ERECTION OF MODULAR FURNITURE including installation of Electrical

Switches; Networking Switches; supply and fixing of networking terminals including

integration with existing LAN at Bhoudhik Sampada Bhavan, S. M. Road, Antop

Hill, Mumbai – 400037.

S.

No

Nature of work EMD Period of

Sale of

tender

document

Date of

submission

of tender

Date of

opening of

Tender

1.

Supply and Erection of

Modular Furniture

including installation

of Electrical Switches;

Networking Switches;

supply and fixing of

networking terminals

including integration

with existing LAN

25,000/- 30/01/2015

to

13/02/2015

up to

3.00PM

16/02/2015

up to 5:00

PM

Eligibility

criteria

18/02/2015 at

10:30 AM

Financial bid

18/02/2015 at

12:00 AM

The tender documents can be purchased from the CASH COUNTER of the

Patent Office at Mumbai on a payment of Rs. 500/- (Non refundable) through

cash/ DD drawn in favour of “ Controller of Patent”, Mumbai. The tender

documents can also be downloaded from www.ipindia.nic.in; www.ipindia.gov.in or

www.tender.gov.in

Page 2: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 2 of 34

GOVERNMENT OF INDIA

MINISTRY OF COMMERCE & INDUSTRY

OFFICE OF THE CONTOLLER GENERAL OF PATENTS,

DESIGNS, TRADEMARKS

INTELLECTUAL PROPERTY OFFICE BUILDING,

S.M. ROAD, ANTOP HILL,

MUMBAI - 400037

[email protected],

www.ipindia.nic.in/ www.ipindia.gov.in

Tel: 022-24148251, 24101144, Fax : 022-24123322

TENDER DOCUMENT

FOR

SUPPLY AND ERECTION OF MODULAR FURNITURE INCLUDING

INSTALLATION OF ELECTRICAL SWITCHES; NETWORKING

SWITCHES; SUPPLY AND FIXING OF NETWORKING TERMINALS

INCLUDING INTEGRATION WITH EXISTING LAN

Page 3: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 3 of 34

SHORT TERM NOTICE INVITING TENDER

On behalf of the President of India, sealed tenders are invited by the Controller

General of Patents, Designs and Trademarks (CGPDTM) for Supply and Erection of

Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop

Hill, Mumbai - 400 037

1. Nature and Scope of work:

Nature and scope of the work is mentioned at Annexure-III of this bid document

(enclosed herein).

2. Eligibility:

a) The yearly average turnover shall be Rs. 50.0 Lac during the preceding three

years.

b) The bidder shall have successfully completed similar works of supplying of

Modular Furniture during the last three years as mentioned below:

a. At least three work orders, costing not less than Rs 5 Lakh each

OR

b. At least two work Orders, costing not less than Rs 7 Lakh each

OR

c. At least one work Orders, costing not less than Rs 15 Lakh each

c) The bidder should have successfully completed at least one similar work in

Govt/ Semi Govt/ PSU‟s during last three years. The performance certificate

from the concerned department shall also be furnished.

CGPDTM reserves the right to verify the proof of having experience and

expertise of the bidder in executing similar works and the bidder has to produce

the proof thereof.

3. This tender as per circular no F.N. 22(1)/2003/EP&M dt. 29/07/2003 from

Ministry of Micro, Small & Medium Enterprise, Govt. of India under the Govt

Stores Purchase Programme extends following benefits to the tenderers

registered with NSIC.

1. Issue of Tender sets free of cost.

2. Exemption from payment of earnest Money

3. Waiver of Security Deposit to the Monetary Limit for which the unit is

registered

4 Price preference up to 15% over the quotation of large –scale units.

Page 4: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 4 of 34

4. Process for filing Tender:

The tenders are to be submitted in two separate sealed Envelopes/covers

enclosed in a bigger envelop.

ENVELOPE-1

The Envelope-1 shall contain the followings:

D.D. of Rs. 500/- favoring “Controller of Patent”, Mumbai, is to be submitted as

tender fee, if the tender documents are downloaded from website.

Earnest Money Deposit (EMD) as per NIT

Acceptance letter for un-conditional acceptance of the Tender conditions as

per the Performa given in the Instructions to Tenderers. (Signed and

Stamped ) Annexure ‘VI’

An undertaking affidavit on Stamp Paper of Rs. 100/- as per Annexure ‘VII’

Tendering Companies/Firms/Agencies are required to enclose photocopies of

the following documents (duly attested by Group ‘A’ Gazetted Officers of the

Government of India or Class-I Officers of the State Government) along with

the eligibility criteria, failing which their bids shall be summarily/out-rightly

rejected and will not be considered any further:-

a. Registration certificate.

b. List of similar works completed during the last three years along with

completion certificates.

c. Copy of Registration of VAT and Service Tax.

d. Copy of the IT return filed for the last three financial years.

e. Copy of PAN Number.

f. Earnest Money Deposit (EMD) amount of Rs.25,000/- by way of demand

draft/ Bank Guarantee from a Nationalised Bank drawn in favour of

“Controller of Patent”, payable at Mumbai.

Credentials/documents in support of meeting the Eligibility Criteria as

prescribed in the NIT.

This envelope shall be marked as:

Envelope-1: Eligibility criteria including “EMD”, Acceptance

letter/ Annexure VI, Annexure ‘VII’, Signed tender document

including NIT, GCC etc.)

NIT No.

DUE ON :

FROM : (NAME OF THE TENDERER)

Page 5: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 5 of 34

ENVELOP -2

The envelop 2 shall contain the following:

Price Bid duly filled in, signed and stamped on each page by the tenderer/

authorized representative of the tenderer.

No cutting or overwriting shall be allowed and in any such cases the bid shall be

treated as CANCELLED AND TENDERER SHALL BE TREATED AS DISQUALIFIED.

This envelope shall be marked as:

ENVELOPE-2: PRICE BID for (Name of work as mentioned in NIT “Notice

Inviting Tender”)

NIT No.

DUE ON :

FROM: (NAME OF THE TENDERER)

Both envelopes (1 and 2) shall be placed in a bigger envelope with mention of Name

of work, date and time of submission of bids along with tenderer name and address

and to be submitted to

The Administrative Officer,

Office of the Controller General of Patents, Designs and Trade Marks,

Intellectual Property Office,

S.M. Road, Antop Hill,

Mumbai-400037

before last date and time i.e. up to 05.00 PM on 13/02/2015.

Tenders received after the last date shall be summarily rejected and will be returned

to the intending tendered in sealed condition.

The tenderer shall sign and stamp each page of this tender document and all other

enclosures appended to it as a token of having read and understood the terms

and conditions contained herein and submit the same along with the bid. All the

documents in Envelop-1 should be properly tagged and numbered on each pages and

index showing the contents with page no should be enclosed on top.

The intending tenderer, if required, may submit questions in writing or e-mail at

[email protected] or enquire on mobile 022-24132393 to seek clarifications with

indicating subject matter latest by (10/02/2015) to the Office of Controller General,

Mumbai.

Page 6: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 6 of 34

The " Eligibility Criteria " will be opened on 18th February,2015 at 10:30 A.M

in the presence of the tenderers or/and their representatives at Conference

Hall , Intellectual Property Office , S. M. Road, Antop Hill, Mumbai-37.

“Financial Bid” will be opened on 18th February, 2015 at 4:00 P.M, of those

bidders who are declared eligible in the eligibility criteria at Conference Hall,

Intellectual Property Office, S. M. Road, Antop Hill, Mumbai-37.

CGPDTM or any person authorized by him reserves the right to accept/reject any or

all the tenders in part or full or divide the work among two or more parties and in

such case bidders/intending bidders, shall not have any claim on Office of Controller

General of Patents, Designs and Trade Marks.

Head of Office

Patent Office, Mumbai

Page 7: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 7 of 34

Conditions of Contract (GCC):

1. The bid submitted, without the prescribed EMD and/or the bid submitted without

the CGPDTM’s terms and conditions duly accepted, shall be summarily rejected.

Similarly the bid submitted not in the prescribed bid forms of the CGPDTM, the

bid document shall be summarily rejected.

2. No deviation is allowed from the CGPDTM terms & conditions.

3. No interest is payable on EMD amount by the CGPDTM. The EMD of unsuccessful

bidders shall be returned on finalization of successful bid and on placement of

order to successful bidder.

4. The bidders are requested to go through the ‘Scope of Work’ and ‘Terms and

conditions of the bid before submitting their offer/bid.

5. No claim whatsoever on such account shall be entertained by the CGPDTM in

any circumstances. The bidders shall physically inspect the work premises

during working hours on working days and ensure the quantity and scope of the

work before bidding.

6. The rates quoted by the bidder shall be unit rate and shall remain firm without

the price variation clause. The bidders shall not claim for any price variation /

escalation. Bids submitted with a price variation/escalation clause will be treated

as non- responsive and rejected.

7. The rates quoted by the bidder should be inclusive of all the taxes applicable,

levies, excise duties, transit, insurance and freight and any other statutory

levies etc.

8. The Income Tax and any other taxes or charges as applicable will be deducted

at source by the CGPDTM from the successful bidder while making the payment.

9. The bidder shall quote the rate in the format as specified in the scope of work.

The bids submitted other than in the specified format of scope of work at

Annexure-III shall be summarily rejected

10. Canvassing in connection with the bids is prohibited and the bids submitted by

the contractor who resort to canvassing are liable for rejection.

11. The CGPDTM reserves the right to accept or reject any or all bids in part or in

total without assigning any reason whatsoever.

12. The Goods supplied under this Contract shall conform to the standards

mentioned in the Technical Specifications, and, when no applicable standard is

mentioned, to the authoritative standard appropriate to the Goods.

13. All bids complete in every respect must reach this office within the last date

and time of receipt of bid. No extension shall be allowed for any reason what so

ever. Late tenders, Tenders received without Bid security/Earnest Money will be

rejected summarily.

Page 8: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 8 of 34

14. The Purchaser or its representative shall have the right to inspect and/or to test

the Goods at the supplier’s site to confirm their conformity to the contract

specification at no extra cost to the purchaser.

15. The Supplier warrants that the Goods supplied under this Contract are new,

unused, of the most recent or current models and that they incorporate all

recent improvements in design and materials unless provided otherwise in the

Contract. The Supplier further warrants that all Goods supplied under this

Contract shall have no defect arising from design, materials or workmanship

(except when the design and/or material is required by the Purchaser's

Specifications) or from any act or omission of the Supplier.

16. No variation in or modification of the terms of the Contract shall be made except

by written amendment signed by the parties.

17. Delivery of the Goods and performance of the Services shall be made by the

Supplier in accordance with the time schedule specified by the Purchaser in the

Contract. If at any time during performance of the Contract, the Supplier should

encounter conditions impeding timely delivery of goods and performance of

Services, the Supplier shall promptly notify the Purchaser in writing of the fact

of the delay, its likely duration and its cause(s). As soon as practicable after

receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and

may, at its discretion, extend the Supplier’s time for performance with or

without penalty, in which case the extension shall be ratified by the parties by

amendment of the Contract.

18. Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi,

road permits, etc.as well as any costs associated with the installation and

commissioning of the Modular Furniture components.

19.No extra cost shall be given for transportation; cost of labourers, insurance etc.,

as the rates quoted shall be all inclusive price.

20. If any device/item is missing to complete the system configuration it should be

added to make the system functional.

Execution of work:

(i) Time period of completion: The successful bidder shall execute and

complete the work as per specification/Scope of work mentioned in

Annexure-III to the satisfaction of the Officer-in-charge within a period of 45

days from the date of award of work.

(ii) The successful bidder to whom the work is awarded shall have to execute the

work as per the work order and the terms & conditions of this tender

document.

(iii) The CGPDTM is not responsible for the breakage/damage of any goods

during the transit. In that case, it is the responsibility of the firm/contractor

to whom the work has been awarded.

Page 9: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 9 of 34

(iv) The EMD will be released after the date of submission of the performance

guarantee.

Variation in quantity / scope of work:

(i) The quantity mentioned in the scope of work is approximate. CGPDTM

reserves the right at the time of award and execution of the contract, to vary the

quantity of the area specified in the scope of work but no change in the unit rate

quoted shall be permitted.

(ii) The work should be awarded fully as described in scope of work or In part

as the Order of CGPDTM.

(iii) The successful bidder to whom work is awarded shall be paid for the

actual work completed as per rate schedule furnished by the bidder.

Security Deposit & Performance Guarantee

a) On acceptance of the award of contract, the successful bidder is required to

submit the prescribed Performance Guarantee of 5% of the value of work order,

within 30 days of intimation of acceptance of the award of contract for due and

proper fulfillment of contract valid till the completion of the work to the

satisfaction of the Officer-in-Charge.

b) The Performance Guarantee shall be by way of Bank Guarantee from any

Nationalised Bank in the prescribed format (Annexure-V) deposited to the

Administrative officer, Office of Controller General of Patents, Design, Trade

Marks and GI, Intellectual Property Office, S.M.Road, Antop Hill, Mumbai-

400037 .

c) In case, the successful bidder is called upon to deposit the Performance

Guarantee and if the successful bidder fails to furnish the same within the

prescribed period, such failure shall constitute a breach of the conditions and

CGPDTM shall be entitled to forfeit the EMD without prejudice to any other right

to damage that the company may incur in the matter.

d) The bank guarantee shall be valid for a period of 12 months from the date of

completion of the work to the full satisfaction of the CGPDTM. The same shall be

released by CGPDTM after the expiry of the guarantee period.

Liquidated damages

For delay in completion of work, the liquidated damage @ 1% of order value per

week or part thereof subject to the maximum of 10% of the order value shall be

deducted.

Completion Certificate

Within one month of the completion of the work the contractor shall furnish a

certificate for such completion.

Page 10: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 10 of 34

Guarantee Period

Guarantee period should be 12 months from the date of completion of the works

against poor workmanship, poor performance. In case of deficiencies found during

the guarantee period, the same shall be rectified free of cost by the Contractor at

their own cost and risk.

Quality assurance:

The successful contractor should ensure the quality of material as per the

requirement / discretion of the CGPDTM.

Right to accept or reject tender

(i) The right of acceptance of tender will rest with the CGPDTM.

(ii) CGPDTM reserves the right to accept the whole or any part of the tender and

tenderer shall be bound to perform the same at the rates quoted. All the tenders in

which any of the prescribed conditions are not fulfilled or are incomplete in any

respect shall be liable to be rejected.

Insurance

Contractor shall at his own expenses carry and maintain insurance with reputable

Insurance Companies to comply with the requirements of (i) Employees State

Insurance Act, (ii) workmen’s Compensation & Employer’s Liability Insurance, (iv)

Automobile Liability Insurance.

Safety Regulations

Contractor shall adhere to safe construction practice and guard against hazardous

and unsafe working conditions and shall comply with safety rules. The CGPDTM /

IPO– MUMBAI shall not be held responsible for any accidents that occur due to

unsafe practice of the persons employed by the contractor to carry out the work.

PAYMENT TERMS & OTHER CONDITIONS

1. No advance should be paid to the successful bidder

2. i) 70 % of the contract value on delivery of 100% of the materials at site (to

be supported by dispatch proof and verification of delivery at site).

ii) 25 % of the contract value on installation, testing and commissioning. The

payment will be released only after getting the satisfactory completion report

from the concerned officer in-charge.

iii) 05 % of the contract value on completion of the defect liability period,

which shall be 12 months from the date of handing over of the complete work

to the satisfaction of the clients.

3. The CGPDTM has the right to correct / add any terms of payment.

4. The bill should be submitted to the Head of office, Patent Office, Mumbai.

Page 11: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 11 of 34

5. He shall over see that no damage happened to Building, property, etc. during

working. Any such damage has to be compensated by the vendor.

6. No deviation from the above conditions shall be allowed.

BREACH OF CONTRACT

The failure of a party to fulfill any of its obligations under the contract shall not

be considered to be a breach of default under this contract in so far as such Inability

arises from an event of Force Majeure provided that the party affected by such an

event

a) Has taken all precautions due care and reasonable alternative measures in order

to carry out the terms and conditions of the contract and

b) Has informed the other party as soon as possible about the occurrence of such

an event.

c) Extension of time in case of shifting contractor / company is unable to perform

the services under this contract as a result of force majeure the contract period

shall be duly extended for a period equal to the time during which such force

majeure condition existed.

d) Payment: During the period of inability to perform the shifting activity /services

as a result of an event or force Majeure the contractor /company shall be

entitled for payment of the work completed under the terms of this contract.

DISPUTE RESOLUTION:

1. Legal jurisdiction is MUMBAI.

2. In the event of any dispute or difference between the parties hereto, as to the

operation of this contract, or the respective rights and liabilities of the parties on

any matter in question, dispute or difference on any account or as to the

withholding by the CGPDTM of any certificate to which the supplier may claim to

be entitled to or if the CGPDTM fails to make a decision within a reasonable

time, then in any such case, but except in any of the expected matters referred

to in the clause, the shifting contractor after 90 days of his presenting his final

claim on the disputed amounts or difference, may refer the matter to

arbitration. Such demand for arbitration shall specify the matters which are in

question, dispute difference and only such dispute or difference, shall be

referred for the arbitration to as per the provisions of the Indian Arbitration and

consolation act.1996 for the time being in force, or of any other act of the

Page 12: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 12 of 34

Legislature passed in substitution thereof or modifications thereof and for the

time being in force, apply to such arbitration.

3 The Transporter contractor shall not, except with the consent in writing of the

CGPDTM, in any way delay the carrying out of the work by reason of any such

matter, question or dispute being referred to arbitration, but shall proceed with

the work with all due diligence and shall, until the decision of the arbitration is

given, abide by the decisions of the CGPDTM and no award of arbitration shall

cause and change in this agreement the requirement to adhere strictly to the

Department’s instructions with regard to the actual carrying out of the work,

except as specifically affected by such award

3. Progress of transporting of files shall not be suspended or delayed because of

the existence of any such dispute. The Department’s decision on such dispute or

difference shall be conclusive until reverses by the arbitrator.

4. The CGPDTM, Mumbai has the right to accept Or reject the tender.

Other conditions

a) Before submitting their bid proposals, bidders shall carefully examine the site

of the work to familiarize themselves with the site conditions which exist

regarding present work to be executed, materials to be matched, precautions

required, working space available and other conditions necessary to the

making of the intelligent bids.

b) The Contractor to whom the work is awarded shall co-ordinate with the

Officer in charge and carry out the execution of work with minimum

disturbance to the staff and functioning of the officers and preferably carry

out such work after office hours or on holidays.

All the above terms and conditions of the tender as mentioned above and

included in the tender document are duly accepted.

ORDER FOR ARRANGEMENT OF DOCUMENT WITH THE ELIGIBILITY CRITERIA

Application- Eligibility criteria.

Attested copy of the registration of agency.

Attested copy of PAN/GIR Card/TAN.

Attested copy of the latest IT return filed by the agency.

Attested copy of the Service tax registration letter/certificate.

Page 13: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 13 of 34

Certified document in support of financial turnover of the agency.

Certified documents in support of eligibility criteria.

Copy of the terms and conditions in Tender Document with each page duly

signed and sealed by the authorized signatory of the agency in token of their

acceptance.

Technical Specifications for the Modular Furniture

Specification for Workstation

(a) Modular furniture work stations, 900mm x 600mm having arrangement as single-

seater, including 1200mm (+ upto 60mm) high tile based partition.

(b) Chairs for workstations.

Frame

(a) The partition panels shall be tile based & shall have overall minimum thickness of

60 mm.

(b) The frame work shall be made of Knockdown metal frame comprising of vertical

sections made from minimum 1.0 mm CRCA (Cold Rolled Cold Annealed) MS grade ‘D’

as per IS:513-1994 formed into channels of minimum size 40mm X 50mm duly

powder coated (coating thickness 50 to 60 micron).

(c) These vertical channels shall have suitable and sturdy arrangement to accept tile

cladding.

(d) All exposed vertical edges of partition panels shall be finished with contoured

edged powder coated Aluminum section of minimum 1mm thickness as per grade He-

9-63400 as per IS: 733-1983 (or Latest if any).

(e) Connectors shall be of die cast aluminum with a waterfall edge for a continuous

transition from horizontal to vertical trim.

(f) Raceway consisting of powder coated section minimum 1 mm thick of CRCA MS

grade ‘D’ as per IS: 513-1994 of approved shade shall be provided of minimum

100mm size at two levels as shown in drawings of workstation attached.

(g) Panel should have cutouts of required sizes for installing electrical switch boards

(as per switch samples provided). (Two UPS along with one networking and one

telephone point) as per drawings.

(h) There shall be separate slots for passage of data and electrical wires.

(i) The frames should be designed to easily handle CAT 6 wires at entry points.

(j) Tiles shall be offered for options as per attached drawing, i.e. Fabric tile (tackable/

Acoustic /Pin up Tile) and Laminate Tile/ GlassTile/white board.

Page 14: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 14 of 34

(k) End cap, Inline Cap, Universal Caps shall be of Aluminium extrusions.

(l) Top & Vertical trim shall be made up of Aluminium extrusions.

(m)2 way / 3 way post shall be made up of minimum 1mm CRCA material.

(n) Connectors – 2 way / 3 way / 4 way, shall be of Aluminum Die Cast.

Tile Construction

(a) Fabric Tiles base shall be made of minimum particle board of minimum 9mm thick,

fabric of approved shade and quality.

(b) Laminate tiles shall be particle board of minimum 9mm thick base with lamination

of approved colour.

Work surface

(a) Standard table top height – 740mm (including table top thickness of 25mm)

(b) Work surface shall be 900mm x 600mm made up of 25mm thick laminated plain

pre-laminated particle board interior grade conforming to IS: 3087-1985 (or Latest if

any) with PVC lipping/edge binding 2mm thick on all four sides.

(c) The cable manager on the work surface shall be of flexible plastic component for

easy and safe passage of wires.

(d) Pre-laminated 18mm thick 20”*12” keyboard pullout tray shall be on sliding

telescopic channels of hettich or equivalent.

(j) Drawers shall have channel arrangement for smooth operation, with best quality

stainless steel handle and latest technology magnetic type locking arrangement.

Specification of Powder Coating

(a) Powder coating shall be with Epoxy powder of a standard shade or as required.

(b) The specific gravity of powder should be such that it gives DFT (Dry Film

Thickness) of 50 – 60 micron.

(c) It should withstand salt spray test of not less than 1000 hrs as per ASTM- B- 117.

(d) SCRATCH HARDNESS TEST as per DIN 53153 shall be conducted and results

should be such that no scratch shall show bare metal with a load of 3 kgs.

(e) The following seven step phosphating process treatment shall be conducted before

powder coating.

(i) Hot water rinse

(ii) Knock of Degreasing

(iii) De-rusting

(iv) Cold water rinse

Page 15: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 15 of 34

(v) Activation

(vi) Phosphating

(vii) Passivation.

Work Station Chairs:

(a) Medium back rest ergonomically designed revolving chairs with metal base.

(b) The chair should have a hydraulic gas-lift (As per DIN 4550 2004-12 - class 3) for

seat height adjustment.

(c) Fabric shall be fire retardant (As per ASTM D 1230-1994, IS: 11871-1986).

(d) The seat should be PU-cushioned.

(e) The seat should be Net Back

(e) The chair base should be of metal base (BIFMA 5.1) for strength with nylon wheels

(As per ANSI/BIFMA X5.1-2002).

(f) There should be fixed armrest and push-back.

Page 16: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 16 of 34

Annexure – I (In the letter head of the Tenderer)

Supply and Erection of Modular Furniture including installation of Electrical

Switches; Networking Switches; supply and fixing of networking terminals

including integration with existing LAN

Reference: Date:

Sl.no. Description

01 Name, Address, Telephone No. , Fax

No. & E-mail of the Organization or

consortium.

02 Name, Designation, Tel no., E-mail of

the contact person

03 Registration details: Year, Place,

Activity, etc (Copy of the registration

certificate to be enclosed if any)

04 Financial turnover during the last 3

years (Copy of the auditors report for

last 3 years be enclosed)

05 Details of PAN card

06 Details of service tax registration

07 Details of EMD

08 Relevant Experience:

a) No. of contracts handled –

during last 3years. b) Contract amount.

c) Details of customers/clients

08 Time required for completion of

relocation activity including putting

things in ready to use condition (Max

45 days)

09 Any additional relevant information

Signature of the Authorized

Person with Seal.

Page 17: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 17 of 34

Annexure:-II

ELIGIBILITY CRITERIA

1. For the work of Supply and Erection of Modular Furniture including installation of

Electrical Switches; Networking Switches; supply and fixing of networking

terminals including integration with existing LAN.

2. Name of Tendering Company/Firm/Agency

(Attach certificate of registration)

3. Name of Proprietor /Director of Company/Firm/Agency

4. Full address of Registered Office _________________________________

_________________________________

_________________________________

_________________________________

Telephone Number: _________________

FAX No. ________________

E-Mail Address ________________

5. Full address of Branch offices __________________________________

_________________________________

__________________________________

Telephone Number: _________________

FAX No. ________________

E-Mail Address ________________

6. Banker of Company/Firm/Agency _________________________________

(Full Address)

(Attach certified copy of statement _________________________________

of A/c for the last three years)

Telephone Number of Banker _________________________________

7. PAN/GIR No. __________________________________

(Attach attested copy)

8. Service Tax Registration No. _________________________________

(Attach attested copy)

Page 18: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 18 of 34

9. Registration Number __________________________________

(Attach attested copy)

10. Other Documents

Financial turnover of the tendering Company/Firm/Agency for the last 3 financial years.

(Attach separate sheet if space provided is insufficient)

Financial Year Amount (Rs. Lakh) Remarks if any

2011-12

2012-13

2013-14

12. Give details of the major similar contracts handled by the tendering

Company/Firm/Agency during the last three years in the following format:

Sl.

No.

Details of client

along with

address,

telephone

numbers

Type of

work

Amount of

Contract

(Rs. Lakh)

Duration of

Contract

From

Duration of

Contract

To

1.

2.

3.

(If the space provided is insufficient, a separate sheet may be attached)

13. Additional information, if any

(Attach separate sheet, if required)

Signature of authorized person

Name: ________________________

Seal

Date:

Place:

Page 19: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 19 of 34

Annexure – III

Scope of the work :

The scope of work includes supply and erection of modular work stations including

installation of electrical switches; networking switches; supply and fixing of networking

terminals including integration with existing LAN and associated electrical and

networking works so as to execute a redesign plan (Annexure VIII) developed by IPO

Building, Mumbai to accommodate more personnel. Though every effort has been

taken to cover every detail of the work, any other work found essential for the

completion of the work shall be considered included in this scope of work. The

contractor should be well versed with all the activities and should have specialized

team of workers for the same.

1. Supply and erection of modular work stations

Sl.

No.

Description Quantity Unit

1

Supply and erection of workstation as per

specification given above and layout drawing

given in Annexure VIII or as directed by the

Officer-in charge at various locations inside

Trademark Registry – Mumbai.

100

No’s

2 Supply of revolving chairs as per specification

given above 100 No’s

2. ELECTRICAL WORK

The scope of work is to undertake cabling, copper plate earthing, wiring for air-

conditioners, integration with emergency power supply circuit of the building etc,

breakdown repair system. Further all distribution and protection Switchgears / devices

and panels, , interior wiring for computerized office environment ,electrical appliances

like fans, switch boards, re-wiring and cabling works are required to be undertaken.

The data and telephone cabling along with fire protection cabling also has to be carried

out.

Electrical contractors shall have necessary permits / license from BSES office and be

familiar with IE rules & regulations and guidelines of BSES.

S.No. Description of Item Unit Qty.

1

Supply and wiring for light, fan, exhaust fan,

points etc. with 6A switch controlled using HRFR

1.5 sq mm stranded copper conductor PVC

Page 20: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 20 of 34

insulated 1100 volt grade wires from switch

control boxes to point in surface/concealed PVC

conduit including G.I. boxes, fan regulator

boxes, together with wiring accessories such as

6A modular type switches in boxes of suitable

size along with one run of 1.0 Sq mm PVC

insulated copper earth wire, complete in all

respect as per standard specifications and

relevant drawings. Primary light point i.e. one

light controlled by one switch or first light in the

group in which more than one lights are

controlled by one switch.

Each 50

2

Supplying and installation of following sizes of

PVC conduit in recess/ on surface including all

accessories, junction/ pull boxes, G.I. fish wire,

fixing hardware etc including chasing the

wall/floor and plastering the chased portion and

making good the damages etc., complete as

required.

Metre

100

3

Wiring with following sizes of PVC insulated

copper conductor HRFR rating wire in the

existing conduit i/c making connections testing

etc as reqd. (M/s POLYCAB HRFR Grade)

a) 2 x 2.5 + 1 x 1.5 Sqmm wire b) 2 x 4 + 1 x 1.5 Sqmm wire

Metre

Metre

1200

100

4

Providing and fixing of following configuration of

Modular Switch & socket outlets i/c making

connections , testing etc as reqd. (Wiring &

Conduit for the same shall be measured and

paid seperately)

a) 2 No. 5A, Universal outlets controlled by 1

No. 16A switch. (UPS power at W/S) +

b) 1 No. 15A, Universal outlets controlled by 1

No.16A switch. ( RAW POWER )

c) Supply and installation of plug - in type

telephone socket outlet (RJ-11+RJ45) with G.I.

outlet box and cover plate complete as

required.

a) Single plug in type.

d) Supplying and fixing in position GI box for

data outlet suitable for fixing of RJ 45 jack

Set

Set

Set

Each

100

10

100

100

Page 21: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 21 of 34

complete as required.

5

Supplying and fixing 20amps, 240 volts, SPN

industrial type' socket outlet with 2 pole and

earth, metal enclosed plug top along with 20

amps 'C' series, SP, MCB' in sheet steel

enclosure, on surface or in recess, with chained

metal cover for the socket out let and complete

with connections testing commissioning etc. as

required.

Each

5

6

Supplying and drawing following pair, 0.5 sq

mm FR PVC insulated copper conductor,

unarmoured telephone cable in the existing

surface/recessed steel/ PVC conduit as reqd.

a) 2 Pair

b) 20 pair

Metre

Metre

200

100

7

Supply, assembling, installation, testing &

commissioning of following type of light fixtures

and fans. All fluorescent fixtures shall be

provided with ballast, control gear, power factor

improvement capacitors & philips trulite lamps

and installation arrangement using proper

support etc. complete as required. 3 x 36 W FTL

Lamp Mirror optics fitting for recess mounting.

Each

30

8

Supply, laying, installation, testing and

commissioning of Cat-6 4 Pair UTP Data Cable

23 AWG in existing conduits/raceway/furniture.

Metre

1000

9 Providing and fixing UTP Cable Assembly Cat-6

(Yellow-1.2 m to 2 m) patch card wire for

connecting the Hub switch from loaded patch

panel Panel and RJ45 outlet to computer as

required.

Each

100

10 Supply box for fixing of wall mounted storage

for 24 port 10/100 CICSO Gigabit Desktop

switch and accessories i/c connection, testing

commissioning as required.

Each 4

11

Supplying and fixing of Telephone Connector

Boxes IP 65 with 20 Pairs Kirone Connector

including, connections, testing, commissioning

etc. as required.

Each

2

Page 22: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 22 of 34

12 Supplying and installation of push button type

telephones Each etc. as required.

Each 100

13 Supplying and fixing 5 amps to 32 amps rating,

240 volts' 'C' series, miniature circuit breaker

suitable for inductive loads of following poles in

the existing MCB DB complete with connections,

testing and commissioning etc as required

a) single pole

Each 80

ADDITIONAL CONDITIONS

1. The work shall be carried out in accordance with the CPWD General

Specification. All installation shall comply with the requirements of Indian

Electricity rules, 1956 as amended up-to-date. In case of items not covered by

the above specification the work should be carried out as per the direction of

Officer-in charge.

2. Approval of the Officer-in-Charge shall be taken well in advance for the

materials to be used in the work by the contractor.

3. All repairs and patch work shall be neatly carried out to match with the original

finish and to the entire satisfaction of the Officer-in-Charge.

4. The contractor has to make his own arrangement for stores and watch and

ward and no extra claim for this will be entertained.

5. The contractor has to make his own arrangement at his own cost for all the

general and special T & P.

6. All the debris due to the Electrical / Civil works shall be removed from the site

by the contractor as soon as the work is completed.

7. The copper wire to be used on the work shall be multi-strand and lSI marked.

8. The following makes are preferred for the following items.

a) PVC insulated copper conductor cable· Anchor/ Polycab / Havells

b) Telephone wire/ cable- Delton/ polycab I

c) Modular Switch / socket acessories & MCB - Legrand mosaic/ L&T / Siemens

d) PVC pipe & accessories – ISI mark

f) Cable management system and accessories ·MK/ Legrand/ Havels/ Polycab

g) 20 pair telephone box – Hensel/ Siemens/ Panasonic/ Schindler

Page 23: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 23 of 34

h) Telephone instrument ·Government approved brands

i) 3 x 36 watts PLC lamps, False ceiling fitting – Philips/ Crompton/ wipro

9. Patch cord should be branded and factory crimped.

10.Equipment furnished shall be complete in every respect with all mountings,

fittings, fixtures and standard accessories normally provided with such

equipment's and/or needed for erection, completion and safe operation of the

equipment's as required by applicable codes though they may not have been

specifically detailed in the tender document, unless included in the list of

exclusions. All similar standard components/parts of similar standard

equipment's provided, shall be inter-changeable with one another.

11.The Bidder shall be responsible for providing all materials, equipment's, and

services, specified or otherwise, which are required to fulfill the intent of

ensuring operability, maintainability, and reliability of the complete equipment

covered under this specification within his quoted price. This work shall be in

compliance with all applicable standards, statutory regulations and safety

requirements in force of the date of award of this contract.

12.The bidder shall also be responsible for deputing qualified personnel for

installation, testing, commissioning and other services under his scope of work

as per this specification. All required tools and tackles for completing the scope

of work as per the specification is also the responsibility of the bidder.

13.The installation of equipment’s shall be accepted only after installation tests are

over.

14.The bidder should ensure while installation of LAN, day-to-day functioning of

official work and existing network setup/connectivity/internet connectivity

should not get disrupted.

15.The bidder’s proposal shall include the list of tools (such as crimping tool, Krone

punch tool) and other accessories, which are required for installation of the

connection. No separate charges for fixing/crimping/other connection charges

would be paid by office.

16.The switches proposed by the bidders must be compatible to the existing

network.

17.The scope covers design/development of a suitable architecture/layout of the

proposed networking system, preparation of bill of materials, pre-dispatch

inspection / testing, packing and forwarding, transportation, insurance and

carrying out further activities at sites viz. unloading, storage, (space to be

provided by the owner) further handling, erection, testing and commissioning

including successful completion of acceptance tests and any other services

specified.

Page 24: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 24 of 34

18.CGPDTM reserves the right for quantity variation due to increase/decrease in

requirements. The bidder shall also provide all required equipment which may

not be specifically stated herein but are required to meet the intent of ensuring

completeness, maintainability and reliability of the total system covered under

this specification, including integration and interoperability with the existing

LAN.

19.Onsite warranty for all Installation and Hardware delivered for minimum one

year and extended as per OEM guarantee/warranty offered.

20.In case, the quantity of laying cables or fixing wall mount sockets etc. exceeds

or is less than the quantity in bid price schedule, the payment for the executed

quantity shall be paid on pro-rata basis, for the actual quantities consumed /

for which the installation is carried out through the Bidder on Certification by

System Administrator.

21.Any other work required for making the network functional up to the

satisfaction of System Administrator/NIC.

Tenderers are advised to inspect and examine the site and its surroundings and

satisfy themselves before submitting their tenders as to the nature of constitution

already existing (so far as in practicable), the form and nature of the site, the means

of access to the site, the accommodation they may require and in general shall

themselves obtain all necessary information as to risks, contingencies and other

circumstances which may influence or affect their tender. A tenderer shall be deemed

to have full knowledge of the site whether he inspects it or not and no extra charges

consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall

be responsible for arranging and maintaining at own cost all materials, tools and

plants, water, electricity access, facilities for workers and all other services required for

the execution of the work unless otherwise specifically provided for in the contract

documents. Submission of tender by a tenderer implies that he has read this notice

and all other contract documents and has made himself aware of the scope and

specification of the work to be done and of conditions and rates at which stores, tools

and plants etc. if any will be issued to him by CGPDTM and local conditions and other

factors having a bearing on the execution of the work. The tenderer must also study

the neighborhood, rules and regulations for building as well as the area where it is

situated.

SIGNATURE OF THE TENDERER

Page 25: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 25 of 34

Annexure:-IV

(In the letter head of the Tenderer)

Submission of Financial Bid / Tender.

Name of Work: supply and erection of modular furniture to IPO Building, Mumbai

S.No.

Description of Item

Unit

Rate

Qty.

Amt.

1

Supply and erection of workstation as per

specification given above and layout

drawing given in Annexure VIII or as

directed by the Officer-in charge at various

locations inside Trademark Registry –

Mumbai.

100 No’s

2 Supply of revolving chairs as per

specification given above 100 No’s

3 Supply and wiring for light, fan, exhaust

fan, points etc. with 6A switch controlled

using HRFR 1.5 sq mm stranded copper

conductor PVC insulated 1100 volt grade

wires from switch control boxes to point in

surface/concealed PVC conduit including

G.I. boxes, fan regulator boxes, together

with wiring accessories such as 6A modular

type switches in boxes of suitable size

along with one run of 1.0 Sq mm PVC

insulated copper earth wire, complete in

all respect as per standard specifications

and relevant drawings. Primary light point

i.e. one light controlled by one switch or

first light in the group in which more than

one lights are controlled by one switch.

50 no’s

4 Supplying and installation of following sizes

of PVC conduit in recess/ on surface

including all accessories, junction/ pull

boxes, G.I. fish wire, fixing hardware etc

including chasing the wall/floor and

plastering the chased portion and making

good the damages etc., complete as

required.

100Metre

Page 26: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 26 of 34

5 Wiring with following sizes of PVC insulated

copper conductor HRFR rating wire in the

existing conduit i/c making connections

testing etc as reqd. (M/s POLYCAB HRFR

Grade)

c) 2 x 2.5 + 1 x 1.5 Sqmm wire d) 2 x 4 + 1 x 1.5 Sqmm wire

1200 metrs

100 metrs

6 Providing and fixing of following

configuration of Modular Switch & socket

outlets i/c making connections , testing etc

as reqd ( Wiring & Conduit for the same

shall be measured and paid seperately )

a) 2 No. 5A, Universal outlets controlled

by 1 No. 16A switch. (UPS power at W/S) +

b) 1 No. 15A, Universal outlets controlled

by 1 No.16A switch. ( RAW POWER )

c) Supply and installation of plug - in type

telephone socket outlet (RJ-11+RJ-45) with

G.I. outlet box and cover plate complete as

required. (Single plug in type).

d) Supplying and fixing in position GI box

for data outlet suitable for fixing of RJ 45

jack complete as required.

100 No’s

10 No’s

100 No’s

100 No’s

7 Supplying and fixing 20amps, 240 volts,

SPN industrial type' socket outlet with 2

pole and earth, metal enclosed plug top

along with 20 amps 'C' series, SP, MCB' in

sheet steel enclosure, on surface or in

recess, with chained metal cover for the

socket out let and complete with

connections testing commissioning etc. as

required.

5 No’s

8 Supplying and drawing following pair, 0.5

sq mm FR PVC insulated copper conductor,

unarmoured telephone cable in the

existing surface/recessed steel/ PVC

conduit as reqd.

a) 2 Pair

b) 20 pair

200Meters

100Meters

Page 27: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 27 of 34

9 Supply, assembling, installation, testing &

commissioning of following type of light

fixtures and fans. All fluorescent fixtures

shall be provided with ballast, control gear,

power factor improvement capacitors &

philips trulite lamps and installation

arrangement using proper support etc.

complete as required. 3 x 36 W FTL Lamp

Mirror optics fitting for recess mounting.

30no’s

10 Supply, laying, installation, testing and

commissioning of Cat-6 4Pair UTP Data

Cable 23 AWG in existing conduits/

raceway/ furniture.

1000Metre

11 Providing and fixing UTP Cable Assembly

Cat-6 (Yellow-1.2 m to 2 m) patch card wire

for connecting the Hub switch to loaded

patch Panel and RJ45 outlet to computer

as required.

100 No’s

12 Supply box for fixing of wall mounted

storage for 16 port Gigabit Desktop switch

and accessories i/c connection, testing

commissioning as required.

4 No’s

13 Supplying and fixing of Telephone

Connector Boxes IP 65 with 20 Pairs Kirone

Connector including, connections, testing,

commissioning etc. as required.

80 No’s

14 Supplying and installation of push button

type telephones Each etc. as required.

100No’s

15 Supplying and fixing 5 amps to 32 amps

rating, 240 volts’ ‘C’ series, miniature

circuit breaker suitable for inductive loads

of following poles in the existing MCB DB

complete with connections, testing and

commissioning etc as required

a) single pole

80 No’s

16 Splicing job at both end of fiber cable 1 No

Total

(Rupees ………………………………………………………………………… only)

Page 28: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 28 of 34

Sl.

No

Item

Description Unit

Quan-

tity Item Rate Installation Rate

TOTAL

(Rs.)

Unit

rate

(Rs.)

All

Taxes

(Rs.)

Sub

Total

(Rs.)

Unit rate of

Installation

(Rs.)

All

Tax’s

(Rs.)

Sub

Total

(Rs.)

1 CAT 6 UTP

Cable Mtr 10 00

2 Conduit pipe

(30 X 25mm)

1 ½ “(ISI

Mark)**

Mtr 100

3 6 Core OM-3

multimode

fibre cable

Mtr 30

4 24 port

Gigabit

Desktop

switch

No. Switches provided by

Patent Office, Mumbai

5 12port

Gigabit L-3

switch

Switches provided by

Patent Office, Mumbai

6 24 Port Jack

Panel (Cat 6) No 100

7 Patch cord 7

ft (Cat6)**

No 100

8 Patch cord 3

ft. (Cat 6)** No 100

9 Rack With 2

Fan No 4

10 Wire

Manager (ISI

mark)**

No 4

Sub Total (Rs.)

GRAND TOTAL (Rs.)

Page 29: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 29 of 34

**The payment for these items would be based on actual measurement wherever required.

Note: The bidders are required to fill all the columns in the price schedule in numeric INR only (No

NA/blank column/ - / NIL etc.).

• Vendor has to quote rates in Indian rupees for all items and installation with all civil work as per scope of

work mention in bid document.

• Indoor UTP Cable Laying through PVC Pipe, Casing including all materials.

• Installation of IO/Patch Panel/ Rack/ Switch and System Integration.

• All Installation should be with proper fitting.

• All equipment’s quoted should be of reputed brand/make.

• The above quantities are indicative and may vary based on actual requirement while execution of work.

The payment would be made as per actual.

• Vendors are required to quote for all items along with installation. In case of not quoting any line item,

the highest price quoted for the line item will be taken for the purpose of commercial evaluation, but the

lowest price quoted in the line item will be taken for the purpose of issuing of order and payment.

(Rupees ………………………………………………………………………… only)

SIGNATURE OF THE TENDERER

Name of Authorised Signatory

Name of the Company

Date :

Page 30: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 30 of 34

Annexure – V

FORM OF PERFORMANCE / SECURITY BANK GUARANTEE BOND

In consideration of the Controller General of Patents, Designs & Trademarks (hereinafter called “CGPDTM”)

having offered to accept the terms and conditions of the proposed agreement between ________ and

________________ (hereinafter called “the said Contractor”) for the work

______________________________ ________________________ (hereinafter called “the said

agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs. __________

(Rupees__________________________________________ only) as a security/guarantee from the

contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said

agreement.

1. We, _______________________ (hereinafter referred to as “the Bank” hereby undertake to pay to the

CGPDTM an amount not exceeding Rs. _____________ (Rupees_____________________________only)

on demand by the CGPDTM.

2. We, ________________________ do hereby undertake to pay the amounts due and payable under this

guarantee without any demure, merely on a demand from the CGPDTM stating that the amount

claimed as required to meet the recoveries due or likely to be due from that the said contractor(s). Any

such demand made on the bank shall be conclusive as regards the amount due and payable by the bank

under this guarantee. However, our liability under this guarantee shall be restricted to an amount not

exceeding Rs. __________________ (Rupees ____________________________ _ only)

3. We, the said bank further undertake to pay the CGPDTM any money so demanded notwithstanding any

dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or

Tribunal relating thereto, our liability under this present being absolute and equivocal.

4. We, ______________________ further agree that the guarantee herein contained shall remain in full

force and effect during the period that would be taken for the performance of the said agreement and

that it shall continue to be enforceable till all the dues of the CGPDTM under or by virtue of the said

agreement have been fully paid and its claims satisfied or discharged or till Officer-in-charge on behalf

of the CGPDTM certified that the terms and conditions of the said agreement have been fully and

properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. We, ________________________ further agree with the CGPDTM that the CGPDTM shall have the fullest

liberty without our consent and without affecting in any manner our obligation hereunder to vary any of

the terms and conditions of the said agreement or to extend time of performance by the said

Contractor(s) from time to time or to postpone for any time or from time to time any of the powers

exercisable by the CGPDTM against the said contractor(s) and to forbear or enforce any of the terms

and conditions relating to the said agreement and we shall not be relieved from our liability by reason of

any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of

omission on the part of the CGPDTM or any indulgence by the CGPDTM to the said Contractor(s) or by

any such matter of thing whatsoever which under the law relating to sureties would, but for this

provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

Contractor(s).

7. We, _________________ lastly undertake not to revoke this guarantee except with the previous consent

of the government in writing.

Page 31: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 31 of 34

8. This guarantee shall be valid upto ______________ unless extended on demand by the CGPDTM.

Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs.

___________________ (Rupees __________________________ only) and unless a claim in writing is

lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee

all our liabilities under this guarantee shall stand discharged.

Dated the _______________ day of ____________

Signature of ………………………….

Authorised Official of the Bank

Signature of the witness

…………………………………….

Name of Official ……………………..

Designation …………………………..

Name of the Witness

…………………………………….

Stamp/Seal

of the Bank ……………………………

Address of the Witness

…………………………………….

Page 32: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 32 of 34

Annexure- ‘VI’

Acceptance letter by the Tenderer on the letter Head of the company

To

THE HEAD OF OFFICE

PATENT OFFICE,

INTELLECTUAL PROPERTY BUILDING,

ANTOP HILL, MUMBAI-400037

Sir/Madam

I/We hereby accept unconditionally all the terms and conditions as contained in

tender documents as well as notice inviting tenders (NIT) and in default thereof, to

forfeit and pay to CGPDTM, or its successors or its authorized nominees such

sums of money as are stipulated in the notice inviting tenders and tender documents.

Dated the day of

SIGNATURE OF TENDERER

NAME (CAPITAL LETTERS) :

ADDRESS :

SEAL OF TENDERER

SIGNATURE OF WITNESS NAME (CAPITAL LETTERS) :

OCCUPATION

Page 33: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 33 of 34

Annexure- ‘VII’

Undertaking by the Tenderer

(a) I/We agree to abide by and fulfill all terms and conditions referred to above

and as contained in tender documents elsewhere and in default thereof, to

forfeit and pay to CGPDTM, or its successors or its authorized nominees

such sums of money as are stipulated in the notice inviting tenders and

tender documents.

(b) I/We hereby pay the earnest money of amount as mentioned in

the Tender in favour of Controller of Patent, payable at place as mentioned in

the “NIT/ITT”

(c) If I/We fail to complete the work on specified time as per the order/ Letter of

Intent within 45 days of the date of issue of Letter of Intent and/or I/we fail

to sign the agreement as per contract and/or I/we fail to submit

performance guarantee as per contract, I/we agree that CGPDTM, IP shall,

without prejudice to any other right or remedy, be at liberty to cancel the

Letter of Intent and to forfeit the said earnest money as specified above.

(d) I/we are also enclosing herewith the Acceptance letter on the

prescribed proforma as referred to in condition of NIT.

Dated the day of

SIGNATURE OF TENDERER

NAME (CAPITAL LETTERS) :

ADDRESS :

SEAL OF TENDERER

SIGNATURE OF WITNESS NAME (CAPITAL LETTERS) :

OCCUPATION

Page 34: GOVERNMENT OF INDIA MINISTRY OF COMMERCE & INDUSTRY · Modular Furniture at IPO Building, Bhoudhik Sampada Bhavan, S. M. Road, Antop Hill, Mumbai - 400 037 1. Nature and Scope of

Page 34 of 34

Annexure- ‘VIII’

Layout of Seating Plan