tender for pa systems-20-03-2013 · 2020-02-22 · rgniipm/revised electric panel tender 21-02-2020...

16
RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 1 Government of India Ministry of Commerce and Industry Department for promotion of Industry and Internal Trade Office of the Controller General of Patents, Designs and Trademarks Rajiv Gandhi National Institute of Intellectual Property Management TENDER NO: RGNIIPM/PIS/ELECT-REQ/2020/01 Revised- E- TENDER DOCUMENT Revised E-Tender for A) Comprehensive Repairing of Automatic Power Factor System, 500 KVA Transformer, Electrical Panel, ACB/OCB Breaker, with associated HT/LT panel, equipment’s, Electrical panel of fire system, installation of Armored cable etc. (inclusive of all cost of required spares, repairing, labor, etc.) with maintain automatic power factor in RGNIIPM campus Nagpur B) Non-comprehensive AMC of above mentioned items for 2 year and can be extended for one year based on performance At Rajiv Gandhi National Institute of Intellectual Property Management/Patent Information System (RGNIIPM/PIS), Nagpur , Maharashtra SCHEDULE OF TENDER Publishing Date & Time 21/02/2020 Document Sale Start Date Seek Clarification Start Date Inspection start date Bid Submission Start Date Inspection End date 02/03/2020 Seek Clarification End Date & Time Bid Submission End Date & Time 03/03/2020 time as per E tender Bid Opening Date & Time 04/03/2020 at 11 Am onwards

Upload: others

Post on 13-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 1

Government of India

Ministry of Commerce and Industry

Department for promotion of Industry and Internal Trade

Office of the Controller General of Patents, Designs and Trademarks

Rajiv Gandhi National Institute of Intellectual Property Management TENDER NO: RGNIIPM/PIS/ELECT-REQ/2020/01

Revised- E- TENDER DOCUMENT

Revised E-Tender for

A) Comprehensive Repairing of Automatic Power Factor System, 500 KVA Transformer, Electrical Panel, ACB/OCB Breaker, with associated HT/LT panel, equipment’s, Electrical panel of fire system, installation of Armored cable etc. (inclusive of all cost of required spares, repairing, labor, etc.) with maintain automatic power factor in RGNIIPM campus Nagpur

B) Non-comprehensive AMC of above mentioned items for 2 year and can be extended for one year based on performance

At

Rajiv Gandhi National Institute of Intellectual Property Management/Patent Information System

(RGNIIPM/PIS), Nagpur , Maharashtra

SCHEDULE OF TENDER

Publishing Date & Time

21/02/2020

Document Sale Start Date

Seek Clarification Start Date

Inspection start date

Bid Submission Start Date

Inspection End date 02/03/2020

Seek Clarification End Date & Time

Bid Submission End Date & Time 03/03/2020 time as per E tender

Bid Opening Date & Time 04/03/2020 at 11 Am onwards

Page 2: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 2

1. Request for Tender (RFT):

On behalf of The President of India, digitally signed online E-tenders are invited for A) Comprehensive Repairing of Automatic Power Factor System, 500 KVA Transformer,

Electrical Panel, ACB/OCB Breaker, with associated HT/LT panel, equipment’s, Electrical panel of fire system, installation of Armored cable etc. (inclusive of all cost of required spares, repairing, labor, etc.) with maintain automatic power factor in RGNIIPM campus Nagpur

B) Non-comprehensive AMC of above mentioned items for 2 year and can be extended for one year based on performance

by the Controller General of Patents, Designs and Trademarks from experienced and eligible approved Vendors / Government Contractors in Two Bid system (Technical & Financial). The agencies/parties interested in responding to this RFT must submit their bids online using e-Procurement portal of NIC (eprocure.gov.in) in the prescribed formats along with all necessary documents and information requested herein. The bids may be submitted latest by as per schedule given on first page. Financial bids for only those bidders will be opened who are declared qualified in technical evaluation. All details regarding the subject RFT are available on websites: www.etenders.gov.in and www.eprocure.gov.in. Any changes/ modifications/ corrigendum in connection with this RFT will be intimated through one or more of these websites only. Prospective bidders are therefore requested to visit above mentioned websites regularly to keep themselves updated. O/o CGPDTM/RGNIIPM shall not be liable to send any individual information or issue a public notice.

2. Electronic Submission of Bids i. Bids against this RFT shall be received only electronically through the e-Procurement Portal of

NIC (eprocure.gov.in). No bids shall be accepted in hard copy or in any other form. ii. For submission of e-bids, bidders are required to get themselves registered with eprocure.gov.in

website using Digital Signature to submit e-tender. iii. The e-tender will be submitted online in two Electronic Envelop system.

a) Electronic Envelope No-I :- Eligibility documents & Technical Bid(e-Tender). b) Electronic Envelope No-II :- Price Bid/Financial Bid(e-Tender).

iv. The Earnest Money Deposit (EMD) is required to be submitted in the form of a Demand Draft from a nationalized bank, drawn in favor of “The Patent Information System”, payable at Nagpur” which must reach RGNIIPM, Nagpur before last date of the e-tender (Bid Submission End Date) in the manner prescribed herein.

v. Bids should be submitted online by downloading excel file in BOQ and same can be uploaded after filling the rates for items without any alterations/cuttings etc. Such cuttings/alteration etc. even if accompanied by signature shall be liable to be rejected on such grounds.

vi. On Line e-Tender can only be submitted after uploading valid scanned documents ( i.e. e-Envelope-I) related to eligibility conditions up to Last date and time of online submission/ uploading of E-tender.

vii. Validity of tender shall be for 90 days from the date of opening of tender. viii. The bidding process will be accepted only through e-Tendering platform. As tenders are invited

through e-Tendering process, physical copy of the tender document would not be available for sale. Contractor can upload documents in any format as permissible by the e- tendering portal.

3. CONTACT PERSON:

For any queries relating to the process of online bid submission or queries relating to CPP Portal

(eprocure.gov.in), Bidder may contact CPP Portal Helpdesk on Tel No’s: 0120-4200462, 0120-

4001002 0 1 2 0 - 4 0 0 1 00 5 , 0 1 2 0 - 6 2 7 7 7 8 7 & 91-8826246593 or Email- [email protected]

or [email protected] . For any other clarifications MRS POOJA VISHAL MAULIKAR, EXAMINER OF PATENTS & DESIGNS- Phone No. 0712-2540920 may be contacted.

Page 3: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3

4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an EMD of Rs. 10,000/- (Rupees Ten Thousands Only) by way of

Demand Draft drawn in favor of “The Patent Information System”, payable at Nagpur. Exemption of

EMD as per Govt. rules based on submission of necessary Govt. documents.

b) The Earnest Money Deposit (EMD) is required to be submitted in the form of a Demand Draft from a nationalized bank, which must reach RGNIIPM, Nagpur before last date of the e-tender (Bid Submission End Date) in the manner prescribed herein.

c) Bids for which EMD is not received (other than the exempted cases) in the prescribed manner shall be rejected summarily.

d) The envelope containing the EMD along with Covering Letter mentioning the details of Bidder Company on the company’s Letter head, super-scribed as “Repair and Running, Maintenance & Operation of Automatic Power Factor System”

e) O/o CGPDTM or RGNIIPM shall not be responsible for non-receipt/non-delivery/delayed receipt of the EMD due to any reason whatsoever.

f) EMD shall not carry any interest and EMD of unsuccessful bidders shall be returned after Award of Contract to the Successful Bidder. EMD of the successful bidder shall remain with RGNIIPM and shall be return to contractor without interest after providing bank Guarantee.

g) Successful bidder have to deposit performance security/Bank Guarantee @ 5 % of the total contract value/bid value within 15 days from the date of acceptance of the tender that shall be released after the completion/termination of the contract.

h) The bank guarantee would be refunded after the successful completion of AMC and no interest would be paid.

5. Bid Details Bidders are required to furnish the rates including all taxes etc., strictly in the prescribed Performa of Financial bid. Financial bid shall contain price only and no other documents shall be enclosed with the financial bid. Bid Value – approximately 15 lakhs

6. ELIGIBILITY CRITERIA (Pre-qualification+ Technical) (Financial bid will be opened for those bidders who give all documents as per preliminary requirements as below and qualify minimum marks required in technical evaluation) The minimum qualifying marks in technical evaluation shall be at least 80 (see next page table). Bidders/ Proposals not securing a minimum of 80 marks in technical evaluation shall not be considered for financial bid evaluation hence, bidders are advised to fill additional document in addition to eligibility criteria as per table in next page. The following preliminary minimum requirements are:- (Self-attested copy of all documents shall be provided) The bidders are required to upload soft copies of the following (all documents are mandatory): 1. Proof of Valid Electrical License for Authorized Government Registered contractor/vendor

2. Copy of PAN/TAN. 3. Copy of GST No. 4. Income Tax Return for the 3 years (during 2016-17, 2017-18, 2018-19) 5. Office at Nagpur district (self-declaration / relevant document shall be submitted) 6. Scanned copy of Demand Draft submitted towards Earnest Money Deposit of Rs. 10,000/- as

mentioned in bid. Original DD should reach to office before last date of tender. Exemption of

EMD as per Govt. rules based on submission of necessary Government document. Original EMD should reach to this office before last date of tender. Original EMD should reach to this office before opening of tender.

7. Inspection & Site visit report by the party which shall be endorsed by RGNIIPM / Certificate from RGNIIPM for site visit, (Mandatory) failing of which tender shall be summarily rejected. Tenderer must

submit this document with technical bid failing which tender shall not be taken for financial bid opening 8. Financial Bid BOQ (prepared on excel format). 9. Annexure 1 and 2 10. The yearly average turnover shall be Rs. 10 Lakhs during the preceding three years(2016-17, 2017-18, 2018-19)

certificate from CA should be produced as per attached annexure

Page 4: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 4

11. Minimum Three year Experience of bidder (2015 onwards) for HT/LT electrical panel/Power Factor system/Transformer etc. (Relevant work order / experience certificate etc. should be submitted)

(In order to qualify evaluation criteria during technical evaluation, the party can submit more number of year of experience certificates/documents i.e. from 2015 onwards)

12. The bidder shall have successfully completed similar works during 2015-16, 2016-17, 2017-18, 2018-19, 2019-20 as mentioned below:

At least three similar contracts, costing not less than Rs 6 Lakh each OR At least two similar contracts, costing not less than Rs 8 Lakh each OR At least one similar contract, costing not less than 12 Lakh each

(The party can submit more work orders to qualify technical evaluation criteria as mentioned below) The proof of work of similar kind in nature should be attached in technical documents (i.e. performance certificate /work order and/ successful completion certificates). CGPDTM/RGNIIPM 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.

7. EVALUATION CRITERIA AND METHODOLOGY

1. Technical bid to be submitted in only by E tender. 2. Firstly, the Technical Bid shall be opened in respect of all the bidders. 3. The evaluation committee shall evaluate the Technical Bids. 4. Only the successfully qualified bidders in the Technical stage will reach the Financial Bid evaluation stage. 5. The Financial Bid of only the qualified bidders in Technical stage will be opened via E- Tender. 6. The Financial Bid of unsuccessful bidders in Technical stage shall NOT be opened. 7. Evaluation of the bidder, as per marks/rating by the RGNIIPM committee, based on the

documentary evidences and the overall reputation of the service provider, fulfilling all the requirements of tender document, shall be accepted.

8. The criteria adopted for technical evaluation shall be as follows:

Criteria Evaluation unit

Marks Documents to be submitted

Experience Experience of bidder (2015 onwards) for HT/LT electrical panel/Power Factor system/Transformer etc.

Years of experience

10 marks for each year but Maximum 50 Marks

List of work orders / certificates for each year/ credentials/ completion certificates from clients from 2015 onwards for each year

Number of contracts i. At least three similar contracts,

costing not less than Rs 6 Lakh each (each 6 lakhs contact - 8 marks)

OR At least two similar contracts, costing not less than Rs 8 Lakh each (8 lakhs contact - 10 marks )

OR At least one similar contracts, costing not less than 12 Lakh each (12 lakhs contact - 20 marks )

No of contract Maximum 40 Marks

Details of amount should be mentioned at various sites /various work orders Name & Address of the organization at each site along with the details of contract for each location

Methodology, work plan (5 marks) & ISO/similar kind of certification (5 marks)

Bidder’s capability to perform the contract based on bidder’s client experience and

10 Marks (to be evaluated by a Technical Committee)

Presentation by Bidder’s authorized representative / or on separate sheet. The bidder may also cite certifications of ISO

Page 5: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 5

competitive advantage over other companies & ISO etc.

certificate or similar kind of certification.

TOTAL 100 Marks

Note: 1) The minimum qualifying marks in technical evaluation shall be at least 80. Bidders/ Proposals not securing a minimum of 80 marks in technical evaluation shall not be considered for financial bid evaluation. If sufficient bidders are not shortlisted for financial evaluation, the minimum qualifying marks in technical evaluation may be reduced by the RGNIIPM committee at their discretion. Note:-2) The marks obtained in the technical evaluation will only serve for screening the agencies for financial evaluation and will not form a criteria in the final evaluation for selection of the agency.

8. Terms and Conditions: 1) Bidders should quote their rates of individual items in figures as well as in words. Incomplete quotation in any form shall be rejected. The tenderer shall quote his rates in words and figures with reference to each item and must enter for all the items shown in the attached Bill of quantities. In case there is a discrepancy in “words” and “figures”, the rate in words will be taken as correct for evaluation of tender. 2) While applying for the tender document, the intending tenderers shall furnish proof of experience certificates, works completed/awarded, valid GSTIN as applicable and registration with Central/state Govt. department and PSUs. 3) Intending bidders shall inspect and examine the Site and its surrounding and shall satisfy himself before submitting his tender as to the nature of the Site, the quantities and nature of works and material necessary for the completion of the works and the means of access to the Site, in general shall himself obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect this tender. The party should submit the Inspection report from party endorsed by office or the certificate for site inspection will be issued by this office or endorsed by this office and this certificate shall attach as one of criteria of eligibility document for opening of financial bid, failing which the bidder shall be considered as not interested and the same shall not be considered for opening of financial bid. 4) The tenderer must see and thoroughly inspect the HT/LT panel, Transformer and Earthing etc. installed in RGNIIPM before quoting the rates. 5) Spare parts which are replaced during repair/supply during AMC shall be having ISI mark 6) The tenderer must see and thoroughly inspect the site where Armoured cable along with the related items is required for installation of 16 AC’s at 3rd floor at room number 34, 35 & installation of 8 AC in room number at ground floor. 7) Before tendering, the tenderer shall inspect the site to fully acquaint himself about the condition in regard to accessibility of the site, nature and extent of ground, working condition of site and locality including stocking of materials, installations of tools and plants (T&P) etc. and movement of labour etc. required for the satisfactory execution of the work contract. No claim what so ever on such account shall be entertained by the office in any circumstances. Rates for repairing for all items must cover the cost of all appropriate materials, with all taxes including GST, labor, machinery, tools, transport, etc. and all appliances including safety harnesses whatsoever necessary for the complete execution of the work. 8) The contractor will not be entitled for any compensation due to enactment of any law, regulation etc. on account whether the same is / are enforced by State / Central Govt. during the tenure of the contract, other than the any Tax payable by the Service Receiver, as per the relevant Acts & Rules. Any other tax like GST/ other tax on works Contract, or levy, octroi, excise duty etc. on materials or any elements in respect of this contract, shall be payable by the contractor and RGNIIPM will not entertain any claims in future whatsoever in this respect. 9) Any cost of transportation, material handling, freight charges, octori, delivery charges, courier charges, postal charges etc. will be payable by the contractor. 10) For Repairing of Site initially- After taking over the site, the contractor will check all the installations and submit the report mentioning the defects for repairing of existing system within 7 days from acceptance. Every defect noticed for repair work will be attended by the contractor at their own cost. Spare parts which are replaced during repair should be with ISI mark.

Page 6: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 6

11) The Non-Comprehensive AMC shall be for a period of two years likely to be extended for further one year only on satisfactory completion of services during AMC period and the AMC charges to be quoted shall be non-comprehensive alongwith terms and conditions of the contract. For Non-Comprehensive AMC- The tenderer shall take written approval from RGNIIPM well in advance about the requirement of any spares, consumables items necessary with estimate for satisfactory maintenance during AMC period and upkeep of the HT/LT panel, Transformer during the AMC period, for all such items cost will be borne by the RGNIIPM. During AMC period- The contractor shall provide requirements of the consumable material for non-comprehensive AMC to the office prior in advance (minimum 7 days). 12) Before carry out any work during Non-Comprehensive AMC period, Party should submit the details

of material required in writing to this office and after endorsed by this office, they should deposit old material/spares in store section with proper inventory record & inform about changes of new material in writing to this office, based on which bills will be raised by the party.

13) For repairing of work, the charges will be paid as per the actual requirement of spares/materials required during repairing work, however it will be paid after completion of repairing work upon submission of proper bills by the party.

14) Rate quoted in tender by party for AMC should be same for any further extensions. 15) Tenderer party should arrange shut down by their own (if necessary) in consultation with electrical department MSEB/Mahavitaran/any other dept. & tenderer has to bear any associated cost therein for said shutdown. 16) After repairing work, the bidder should submit report in writing “APFC panel is working properly” and after repairing work, the bidder will be responsible for any penalty charges raised by MSEB/Mahavitaran/any other Dept. for any penalty associated with power factor till the completion of contract. 17) Contractors who does not fall under the GST/ Tax criteria as per the yearly turn over will be owe all the responsibility of Tax, , if it arises in future. 18) It is mandatory that storage of all the hazardous chemicals /powders should be as per the directives of the competent Government Authorities & should not be easily accessible to the persons other than the authorized expert personnel of the contractor. 19) Price adjustment clause is not applicable to this contract. 20) RGNIIPM reserves to itself the right to accept or reject any tender either in part or in whole without assigning any reason for doing so & does not bind itself to accept the lowest or any tender. 21) The contractor shall adhere to the rules, regulations & instructions of security dept. of RGNIIPM security at the office premises. The contractor should also ensure that the workers do not loiter anywhere in the building other than the work site. Any action taken by security departments against the defaulters shall be contractor’s responsibility. 22) If it is noticed that the unit rates quoted by the tenderer for any items are unusually high or unusually low, it will be sufficient cause for rejection of the tender unless the Office is convinced about the reasonableness of the unit rates on scrutiny of the analysis for such unit rate to be furnished by the tenderer on demand. 23) Tenderers are advised to submit the tender strictly based on the terms and conditions and specification contained in the Tender Documents and not to stipulate any deviations. Conditional tenders are liable to be rejected. 24) Tender submitted by tenderers shall remain valid for acceptance for a minimum period of 90 days from the date of opening of the tenders. 25) The rates quoted by bidder shall remain firm till completion of all works even during the extended period, if any, on any account what so ever. It is provided that the contractor shall not increase any of the rates, quoted in the tender till the completion of work. 26) This department has the right to forfeit the security deposit in full or in part in the event of failure on the part of contractor to fulfill the terms and conditions of the contractor. If a tenderer whose tender is accepted and fails to undertake the work as per the date of issue of award letter, the earnest money deposited will be forfeited and no payment will be given for the work done by vendor. 27) The time period for the execution and completion of the repair work will be 30 days from the date of issue of the work order. The awarded repair work should be completed within the period indicated in the work order, if it is not completed within the time as specified in the order then penalty will be charged @ 2 % of total cost of repair work and will be deducted from bill.

Page 7: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 7

AMC contract will start only after successful completion of repair work. 28) In case any incident/mishap occurs with the deployed labor of the contractor/agency while working, it will the responsibility of the contractor/agency. This office shall not be liable for any claim. 29) The envelope containing EMD must be properly sealed and reached to office before closing date of tender. 30) The contractor will submit his tender after examining the tender documents, scope of work, specifications , clauses, terms & conditions of contract agreement, special terms & conditions, bill of quantities etc. and visiting the site personally (site visit is compulsory before filling tender bid). The tenders filled without site inspection will be summarily rejected. 31) The value of tender cannot be increased or decreased and any item cannot be added, deleted,

withdrawn or substituted without any notice as per the requirements of RGNIIPM without assigning any reason.

32) O/o The CGPDTM/RGNIIPM does not bind itself to accept the lowest or any tender and reserves the right to reject any or all tenders without assigning any reason.

33) O/o The CGPDTM/RGNIIPM will not pay any expense, whatsoever incurred by tenderer for the preparation and submission of tenders.

34) This notice inviting tender, will form part of the contract agreement to be executed by the successful tenderer with “RGNIIPM”.

35) The successful tenderer shall have to accept & sign the contract agreement within 7 days of the allotment of work.

36) Correspondence, if any, on the tender shall be addressed to the DDO, RGNIIPM, 3 Hislop College Road, Opp to Maharashtra Education State Board Office, Civil Lines, Nagpur and any communication addressed to any other person shall not in any manner to be binding upon the Office.

37) Even though the applicants may meet the tender criteria, they are subject to be disqualified if they have: Made misleading or false representation in the form, statement and attachments submitted, Or ii) Record of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures, etc. Or iii) Found to have been black listed in any work assigned by department earlier which was not completed within prescribed period and rest of the work being completed by department from another vendor. Or iv) Conditional tenders or Telegraphic tenders or Tenders containing remarks uncalled for or Tenders not submitted on prescribed Performa or Tenders submitted late shall be rejected.

38) The tenderer shall stamp and sign at the bottom right hand corner of every page of the tender documents in token of acceptance of tender conditions and for the purpose of identification.

39) Payment will be made after completion of work and issuance of certificate by technical committee of full working of all units satisfactorily for a period of 7 days (APFC/HT/LT panel, Transformer etc.).

40) Any cost associated with labor should be included by party in financial bid. 41) Payment for non-comprehensive AMC will be given quarterly at the end of each quarter after the

submission of bill. 42) For incomplete work, no payment will be given to contactor with forfeiture the EMD and tender shall

be cancelled and given to other bidder. 43) Work will be the completed to the satisfaction of the Committee of RGNIIPM. 44) No T & P shall be issued by the RGNIIPM and contractor has to make his own arrangement. 45) The contractor shall maintain in good condition all work-executed till the completion of entire work

allotted to him. 46) The contractor shall keep record of progress of different work. After completion of entire work, the

said panel shall be handed over in satisfactory condition after expiry of contract. 47) Recovery for the damaged done to the office building by the contractor or his Labor will made from

the bill of contractor. 48) The contractors shall be responsible for any injury or accident to the Labor working at site and no

claim shall be given by the office. 49) CGPDTM/RGNIIPM reserves the right to forfeit the earnest money if the contractor fails to

commence the work within stipulated time.

Page 8: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 8

50) Failure of the successful bidder to comply with the requirement of above shall constitute sufficient grounds for the annulment of the award in which event CGPDTM/RGNIIPM may make the award to the next evaluated bidder or call for new bids.

51) The bank guarantee would be refunded after the successful completion of Non-Comprehensive AMC and no interest would be paid.

52) All required tools such as Test lamps, Spanners, cutting pliers, screw drivers, Grease gun, vacuum cleaner / blower, other T&P like multi-meter, Tong-tester, etc., required for the proper maintenance of the installation shall be arranged by the contractor with his own cost and no extra payment will be given.

53) The contractor is responsible for watch & ward and the upkeep of the installations in perfect working condition, carrying out routine check and to attend any breakdown immediately.

54) Any loss or damage to the inventory by way of theft sabotage or mal-operation of equipment and machinery shall be made good by the contractor at his own cost.

55) If any worker engaged, is found to be not suitable for the position, the contractor has to remove the person from the site immediately and substitute is posted. The decision of Head of office, The RGNIIPM in this regard shall be final and binding on the contractor.

56) Department shall in no way be involved in any dispute of whatever kind between the contractor and the staff engaged by him.

57) As soon as any defect is noticed in any of the equipment / accessories, the same will be brought to the knowledge of the Head of office, RGNIIPM or his authorized representative.

58) Preventive maintenance as per scope of work shall be properly adhered to by the successful Contractor within quoted amount. A record of the same will be maintained & signed.

59) No labor below the age of 18 years shall be employed on work. 60) Agency shall maintain log book and History Book at site and shall record the data as per instruction of

the Head of office, RGNIIPM or his authorized representative. 61) The department reserves the right to terminate the contract by giving one month notice in writing

during the period of the contract with forfeiture of EMD and if the contractor desires to terminate the contract, a 3 months’ notice to the office in writing in advance is necessary which shall lead to forfeiture of EMD.

62) Any damage to the building equipment caused during the execution of work, shall be the responsibility of the contractor to restore the same in its original position and nothing extra shall be paid on this account.

63) The Office will not be responsible, if any accident occurs or whatsoever due to negligence of worker employed & no compensation shall be paid by this Office/ RGNIIPM.

64) The contractor shall provide sufficient safeguard to avoid any accident. 65) If a tenderer whose tender is accepted fails to undertake the work as per terms & conditions of the

contract or as mentioned in the award letter, the earnest money deposit will be forfeited. 66) O/o The CGPDTM/RGNIIPM does not bind itself to accept the lowest or any tender and reserves

the right to reject any or all tenders without assigning any reason. 67) O/o The CGPDTM/RGNIIPM will not pay any expense, whatsoever incurred by tenderer for the

preparation and submission of tenders. 68) Before submitting quote, tenderer can inspect the Electric Panel room during office working hours 69) The successful tenderer shall have to sign the contract agreement within 7 days of the allotment of

work. 66.PENALTY CLAUSE:

1. For Repairing work

The time period for the execution and completion of the repairing work will be 30 days from the date of issue of the work order. The awarded repair work should be completed within the period indicated in the work order, if it is not completed within the time as specified in the order then penalty will be charged @ 2 % of total cost of repair work and will be deducted from bill. AMC contract will start only after successful completion of repair work.

2. After repairing work, the bidder should submit report in writing “APFC panel is working

Page 9: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 9

properly” and after repairing work, the bidder will be responsible for any penalty charges raised by MSEB/Mahavitaran/any other Dept. for any penalty associated with power factor.

3. During Non-Comphrensive AMC

a) If a major breakdown (like major breakdown in LT panel/ transformer etc.) occurs in the system and the party/representative does not attend the fault or not able to locate the fault then the penalty clause will be applicable, if it will not attend beyond 24 hrs. The penalty will be Rs. 500/- per day shall be imposed on contractor and will be deducted from the AMC amount due to the contractor which will be deducted from bills of contractor.

b) If the contractor is NOT able to locate and rectify the fault for reasons attributable to the non-performance of contractor, as assessed by officer in charge will not attend beyond 48 hrs. the penalty will be Rs. 100/- per day shall be imposed on contractor and will be deducted from bills of the contractor.

c) After repairing work, the bidder should submit report in writing “APFC panel is working properly” and after repairing work, the bidder will be responsible for any penalty charges raised by MSEB/Mahavitaran/any other Dept. for any penalty associated with power factor till the completion of contract.

If the unsatisfactory performance is continued for more than one week as felt by officer in charge, AMC is liable to be terminated and final decision for this shall rest with the Head of Office, RGNIIPM, Nagpur.

67.Breach of Terms & Conditions: In case of breach of any of terms and conditions mentioned above, the Competent Authority will have the right to cancel the work order or contract as a whole without assigning any reason thereof, and nothing will be payable by the RGNIIPM in that event and the security deposit will be forfeited. 68.Subletting of Work: The contract will be non-transferable and hence the firm shall not be entitled to assign or sublet the work or any part of it to any other person or party failing which the contract will be cancelled immediately. 69.Jurisdiction The disputes, if any, arising between the successful applicant and CGPDTM/RGNIIPM shall be resolved amicably, failing which it shall be referred to an Arbitrator, mutually acceptable to both parties, appointed by the CGPDTM as per the Arbitration and Conciliation Act, 1996. Alternatively, this shall be subject to the exclusive jurisdiction of courts at Nagpur 70.Disclaimer: CGPDTM/RGNIIPM or any person authorized by the competent authority shall not be responsible for any omission or errors on the part of Tenderer.

71.INDEMNITY

1. The contractor shall also execute an indemnity bond in favor of CGPDTM/RGNIIPM, in the standard format, in this regard.

2. The Contractor shall keep the RGNIIPM/PIS/ CGPDTM and all officials of these offices indemnified from and against all suits, losses, claims, demands, proceedings, and liability of any nature brought or instituted against them by any of contractors’ employees or any other third party in connection with, relating to or arising out of the performance of the services or non-compliance, deficiency, non- implementation of various provisions of statutory requirements.

3. Decision of the Controller General of Patents, Designs and Trademarks regarding performance of contract shall be final and binding on the contractor. However, any dispute arising out of this contract can be referred to an Arbitrator appointed by the CGPDTM.

4. All disputes are subject to jurisdiction of Nagpur Courts. 5. If the contract is awarded, the concerned agency will be required to execute the contract agreement on a

stamp paper of requisite value.

Page 10: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 10

Scope of Work

A) Comprehensive Repairing of Automatic Power Factor System, 500 KVA Transformer- one, Electrical Panel, ACB/OCB Breaker, with associated HT/LT panel, equipment’s, Electrical panel of fire system, installation of Armored cable etc. (inclusive of all cost of required spares, repairing, labor, etc.) with maintain automatic power factor in RGNIIPM campus Nagpur

REPAIRING OF APFC/LT/FIREFIGHTING ELECTRIC PANEL* * spare parts cost is included which are replaced during repair with ISI mark

** any labor cost is included in repair work

I)TRANSFORMER/HT PANEL

1 Overhauling of transformer & Service of 500KVA of one Transformer, Transformer testing and protection co-ordination Make of Transformer – Crompton Greaves (Fairdeal )

1 Job

2 800 litter Supply Oil of transformer & HT ACB panel (make of ACB - L&T) - (i.e. change of entire old oil)

800 lit

3 Servicing of VCB Panel etc 1 Job

4 HT Bushing, supply &change the bushes, gasket change , leakage, servicing, testing, etc.

1 Job

5 HT cable end proper jointing, HT panel testing, earthling, megger testing etc 1 Job

6 Servicing, Testing & protection coordination of ACB (1000 Ampere) panel (Make L&T) etc.

1 Job

7 Earthling, testing & all earthling for connected Grid mass 1 Job

8 Supply and Installation, commissioning & testing - silica gel of 1 kg 1 Job

II)LT PANEL & DG Panel

9 ACB (1000 A & 1600 A) Service, testing & protection coordination etc 2

10 12 number MCCB Service, testing & coordination 12

11 Supply and Installation, commissioning & testing of Ammeter 18

12 Supply and Installation, commissioning & testing of Voltmeter 4

13 Supply and Installation, commissioning & testing of damaged indication Lamp 60

14 Supply and installation of Push Button of LT Panel 20

15 Repairing of 3 Multifunctional Meter of 3 Phase 3

16 Repairing of Panel of DG set /LT panel which is not functional in Auto mode including of microprocessor relay

1 Job

17 Earthling, testing etc. 1 Job

III)CAPICITOR BANK

18 Repairing of work to maintain power factor inclusive of Panel service & testing, auto load balancing of capacitor bank etc.

1 Job

19 Supply and Installation, commissioning & testing of Cylindrical Capacitor of 60 KVR of suitable sizes of different sizes as per space (old capacitor of around 9 will be replaced)

60 KVR

20 Supply and Installation, commissioning & testing of Suitable Contactor 6

21 Supply and Installation, commissioning & testing of APFC relay 1

22 Repairing of Contactor with replacement of three contactor coil 3

IV) Electric panel of FIRE FIGHTING PANEL & AC PLANT

23 Repair and servicing of electrical panel of fire-fighting system & electrical panel of AC Plant to make it functional with all respect including testing of panel.

1 Job

24 Supply and Installation, commissioning & testing of Starters 2

V)Supply, Installation of Cabling with connection for ACs of third floor and Ground Floor with all material, labor etc.

26 Supply and Installation, commissioning & testing of Aluminum Armoured 300 meter Cable 3.5 x 25 sq mm

300 mtr

27 Supply and Installation, commissioning & testing of 4 way Vertical TPN DB with MCCB I/C & S/P MCB O/G

3

28 Supply and Installation, commissioning & testing of AC Box 20 amp with SP MCB 25

Page 11: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 11

29 Supply and Installation, commissioning & testing of 3x2.5mm copper unarmoured 300 meter cable as per requirement and actual basis

300 mtr

30 Supply and Installation, commissioning & testing of 200 ampere FN switch with enclosure

1

31 Supply and Installation, commissioning & testing of 200 A bus bar box 1

32 Supply and Installation, commissioning & testing of Aluminum Armoured 10 meter Cable 3.5 x 70 sq mm

10 meter

Any other miscellaneous required items/spares, any cost associated etc. (if required) for I to V as above which may be supplied and installed

1 Job

B)Non-comprehensive AMC of above mentioned items for 2 year and can be extended for one year based on performance

Yearly Non-Comprehensive AMC charges for “Automatic Power Factor System, 500 KVA Transformer- one number, Electrical Panel, ACB/OCB Breaker, with associated HT/LT panel, equipment’s, Electrical panel of fire system with maintain automatic power factor” in RGNIIPM campus Nagpur -For one year

For one year

** The Non-Comprehensive AMC for above mentioned panels is initially for Two years and can be extended for one year based on performance of the party.

***AMC will be extended with same price as above

Page 12: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 12

ANNEXURE-1

Proforma for Eligibility Criteria Pre-Qualification & Technical Bid

Sl. No.

Particulars Documents submitted

1 Name of Tendering Company/ Agency / Proprietor / Director/ Full Address Telephone No., E-Mail, Mobile/ Website

Encl No.1

2 Office at Nagpur district (self-declaration / relevant document shall be submitted) Encl No.2

3 Scanned copy of Demand Draft submitted towards Earnest Money Deposit of Rs. 10,000/- as mentioned in bid. Original DD should reach to office before last date of tender. Exemption of EMD as per Govt. rules based on submission of necessary Government document Original EMD should reach to this office before last date of tender.

Encl No.3

4 Copy of PAN/TAN (attached self-attested photocopy ) Encl No.4

5 Copy of GST Registration/GST Number (attached self-attested photocopy ) Encl No.5

6 Income Tax Return for 3 years (during 2016-17, 2017-18,2018-19) (attached self-attested photocopy )

Encl No.6

7 Proof of Valid electrical License for Authorized Government Registered contractor/vendor Encl No 7

8 Minimum Three year Experience of bidder (2015 onwards) for HT/LT electrical panel/Power Factor system/Transformer etc.

(Relevant work order / experience certificate etc. should be submitted)

(In order to qualify evaluation criteria during technical evaluation, the party can submit more number of year of experience certificates/documents i.e. from 2015 onwards)

Encl No 8

9 The bidder shall have successfully completed similar works during 2015-16, 2016-17, 2017-18, 2018-19, 2019-20 as mentioned below: At least three similar contracts, costing not less than Rs 6 Lakh each OR At least two similar contracts, costing not less than Rs 8 Lakh each OR At least one similar contract, costing not less than 12 Lakh each (In order to qualify evaluation criteria during technical evaluation, the party can submit more number of year of experience certificates/documents i.e. from 2015 onwards)

Encl No 9

10 Inspection & Site visit report by the party which shall be endorsed by RGNIIPM / Certificate from RGNIIPM for site visit, (Mandatory) failing of which tender shall be summarily rejected. Tenderer must submit this document with technical bid failing

which tender shall not be taken for financial bid opening

Encl No 10

11 ISO or other certification, if any (certificate from authority shall be provided) Encl No 11

12 The yearly average turnover shall be Rs 10 Lakhs during the preceding three years (2016-17, 2017-18, 2018-19). Certificate from CA should be produced as per attached annexure

Refer Annexure 2 proforma

13 I/We hereby declare that during repair & maintenance, I/we will supply all ISI mark items

Encl No 12

14 All pages of Tender Document is signed and stamped by authorized person (upload signed copy document )

Encl No 13

15 Whether the agency is been black listed or debarred or contract is terminated by RGNIIPM/ Centre /State Government /PSU/ Society/Trust/ Public Ltd. / Private Company ?

Yes/No

16 Has your firm, its subsidiaries or its parent companies, ever filed for bankruptcy within last 5 years?

Yes/No

17 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your firm or its officers within last 5 years?

Yes/No

18 Has your firm filed any lawsuits or requested arbitration with regard to any Yes/No

Page 13: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 13

contract(s) within the last 5 years? Provide details

19 Has your firm ever failed to complete work awarded to it within last 5 years? Yes/No

20 I /my firm is not blacklisted by any Government or GST etc. Yes/No

21 A statement to have read, understood and agreed to the terms and condition of this tender together with a copy of this tender documents signed and stamped on each page by the bidder/authorized representative

Yes /No

22 I/we agree and accept all the terms and conditions of the tender document Yes/No

23 Any additional information (please attached sheet) Encl No.14

24 Methodology, work plan Encl 15

25 Any relevant document required for tender document Encl 16

Selected bidder should bring all original documents for verification after financial bid

It is certified that the information furnished above is true and correct to the best of my knowledge. In case, it is found that the information submitted is wrong or there has been a misrepresentation of facts, I shall have no objection for my proposal to be rejected, or the Contract to be terminated even if the Contract has been signed.

Date Signature of the Bidder/Authorized representative

Place With Name & seal

Page 14: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 14

ANNEXURE 2

( to be enclosed with Annexure I i.e. technical bid)

Certificate from Chartered Accountant (CA) stating following

Name of the party:

Address of the party:

Year Purpose Rs.

2016-17 Turnover in the field of HT/LT electrical panel/Power Factor system/Transformer etc.

2017-18 Turnover in the field of HT/LT electrical panel/Power Factor system/Transformer etc.

2018-19 Turnover in the field of HT/LT electrical panel/Power Factor system/Transformer etc.

Sign and Stamp of CA

Page 15: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 15

ANNEXURE 3

FORMAT OF AGREEMENT

(on proper stamp Paper to be done after award of contract)

This Agreement for AMC (non-comprehensive) at RGNIIPM is hereby entered into at Nagpur on the ______day of ____ .

BETWEEN Rajiv Gandhi National Institute of Intellectual Property Management, Nagpur located at Plot No. 3, Opp. M.S.Education Board Office, Hislop College Road, Civil Lines, Nagpur-440001 (hereinafter referred to as RGNIIPM) which functions under the superintendence and control of Controller General of Patents, Designs and Trade Marks, Mumbai, Ministry of Commerce and Industry, Department of Industrial Policy and Promotion, ON ONE PART,

AND

The Party ______________________, Located at _________________________, (hereinafter referred to as _____________ ) ON THE OTHER PART. WHEREAS, RGNIIPM is a Govt. of India Organization involved in conducting training courses for departmental officials and for the public training on Intellectual Property Rights;; AND WHEREAS the services of AMC (non-comprehensive) __________________were accepted through a

tendering process for providing Maintenance & Operation of Automatic Power Factor System, 500 KVA Transformer or more, LT panel in the year 20____.

AND WHEREAS AMC (non-comprehensive) service contractor ____________ has offered to provide Maintenance & Operation of Automatic Power Factor System, 500 KVA Transformer or more, LT panel as mentioned in tender documents and above the terms and conditions as mentioned in tender document, NOW THEREFORE THIS AGREEMENT WITNESSETH AND IT IS HEREBY MUTUALLY AGREED BY AND BETWEEN THE PARTIES HERETO AS FOLLOWS:

I/We, hereby agree for providing AMC (non-comprehensive) services at RGNIIPM, Nagpur. I / we, hereby agree all the terms and conditions of tender document of CGPDTM/RGNIIPM for providing AMC (non-comprehensive )services for period of two years. All the terms and conditions are binding on me/us and failing to which my/our contract will be terminated.

IN WITNESS WHEREOF, the Parties hereto have executed these presents in duplicate, the day, month and the year first herein above written. Date

Place

Name & Signature of Tenderer.

With Seal, Stamp

Signature of witness (name and details)

1)

2)

Name & signature of RGNIIPM officials

Witness

Page 16: Tender for PA systems-20-03-2013 · 2020-02-22 · RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 3 4. Earnest Money Deposit (EMD) a) All Bidders are requested to furnish an

RGNIIPM/Revised Electric Panel Tender 21-02-2020 Page 16

ANNEXURE 4

FORMAT 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 CGPDTM/RGNIIPM and ________________

(hereinafter called “the said Contractor for AMC (non-comprehensive service”) for the AMC (non-comprehensive Services at RGNIIPM, Nagpur (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/ RGNIIPM.

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/RGNIIPM 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/ RGNIIPM 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 in favour of “Patent Information System”.

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/ RGNIIPM under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till RGNIIPM committee on behalf of the CGPDTM / RGNIIPM 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/RGNIIPM that the CGPDTM/RGNIIPM 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/RGNIIPM 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/RGNIIPM or any indulgence by the CGPDTM/RGNIIPM 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. 8. This guarantee shall be valid upto ______________ unless extended on demand by the RGNIIPM/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 the witness …………………………………

Name of the Witness …………………………………….

Address of the Witness ………………………………….

Signature of ………………Authorized Official of the Bank

Name of Official ……………………..

Designation …………………………..

Stamp/Seal of the Bank ……………...