government of india ministry of commerce & industry · modular furniture at ipo building,...
TRANSCRIPT
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
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 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
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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 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 of 34
Annexure- ‘VIII’
Layout of Seating Plan