...

Supplying/Providing Modular furniture at various offices of UGVCL

by user

on
Category: Documents
18

views

Report

Comments

Transcript

Supplying/Providing Modular furniture at various offices of UGVCL
Tender for:
Supplying/Providing
Modular
furniture at various offices of UGVCL
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 1 of 38
Supplying/Providing Modular
various 0ffices of UGVCL
furniture
TENDER ENQUIRY NO: UGVCL/CIVIL/152/2013-14.
RFQ NO: 28500
UTTAR GUJARAT VIJ COMPANY LIMITED
REGD. & CORPORATE OFFICE, MEHSANA
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 2 of 38
at
Name of work: Supplying/Providing Modular furniture at various Offices of UGVCL
Tender documents for Tender Notice No. UGVCL/Civil/152/2013-14 contain following
1. Tender Notice
2. Tender Declaration Form
3. Instructions to the Bidders.
4. scope of work:
5. Commercial Conditions
6. Qualification criteria
7. Technical Specifications for modular furniture Works---Indicative specification
attached.
8. Appendix 1 - Details of Personnel
9. Appendix 2 - Work Experience / work on hand
10. Annexure-1 to 5
11. Schedule B (Price Bid)
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 3 of 38
TENDER NOTICE No. UGVCL/CIVIL/152/2013-14
Chief Engineer (Operation) invites On-line Tenders for the following civil work. Tender
Papers
&
Specifications
may
be
down
loaded
from
Web
site
https://ugvcl.nprocure.com (To view, down load and on-line submission) and UGVCL
web site www.ugvcl.com (To view & down load only). Tender fee may be paid along
with submission of tender and its receipt to be kept in the cover containing EMD, for
respective tender. “All the relevant documents of tenders to be submitted physically” will
be received only by Registered Post A.D. or Speed Post addressed to Chief Engineer,
UTTAR GUJARAT VIJ COMPANY LTD., Corporate Office, Visnagar Road,
Mehsana : 384 001 ( NG). “NO COURIER SERVICE OR HAND DELIVERY” will be
allowed. The Agency must have executed supply of modular furniture of similar nature
and required magnitude successfully, prior to the date of opening of technical bid of the
tender.
1
Tender no.
UGVCL/CIVIL/152/2013-14
Supplying/Providing modular furniture at
various offices of UGVCL.
Rs. 2,58,71,916.00
Rs. 7,500.00 (Non-refundable)
Rs. 2,58,720.00
…12... months
2
Description:
3
4
5
6
Estimated Cost:
Tender fees:
EMD:
Time limit of work:
7
Validity of tender:
120 days from the date of opening of
Technical Bid
8
Pre-Bid meeting:
24.03.2014 at 12.00 Hrs.
9
Last Date for submission of on-line
02.04.2014…up to…18.00 hrs.
tender:
Submission of EMD, Tender fee
10 and other Documents during office
hours.
Date of on-line opening of
Preliminary Bid:
Date of on-line opening of
12
Technical Bid:
Date of on-line opening of Price
13
Bid:
11
Submission in electronic format only
through online by scanning and then the
same should sent in original through
R.P.A.D. or Speed post only so as to
reach the office of the Tender inviting
authority -- within 07 - days from date of
on line opening of preliminary bid of
tender. i.e. from Dtd.03-04-2014 to
Dtd.09-04-2014.
03.04.2014…at…12.00 hrs.
(Tentative, if possible)
11.04.2014…at…12.00 hrs.
(Tentative, if possible)
21.04.2014…at…12.00 hrs.
(Tentative, if possible)
The UGVCL reserves the right to reject any or all Tenders or accept any tenders
without assigning any reason thereof.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 4 of 38
IMPORTANT:
(a) Document for Tender Fee & EMD paid and valid solvency certificate shall be
submitted in electronic format only through on line (by scanning) while uploading the
bid. This submission shall mean that E.M.D. / Tender fee and valid solvency certificate
are received for purpose of opening the bid. Accordingly offer of those bidders shall be
opened whose documents are received electronically. However, for the purpose of
realization of D.D., bidder shall send D.D. in original through R.P.A.D. or Speed post
only so as to reach the office of the Tender inviting authority -- within 07 days from last
date of on line opening of preliminary bid of tender. i.e. from Dtd.03-04-2014 to Dtd.0904-2014.
If bidder will not submit original documents of Tender fee & EMD paid, the penalty
action shall be initiated towards defaulter contractor to keep his registration in abeyance
and cancellation of e-Tendering code for a period of one year as per Government of
Gujarat Circular Dtd.27/11/2008.
(b) All the relevant documents as mentioned overleaf under the heading “EMD cover
must contain the following” are also to be submitted physically in sealed cover within
07 days i.e. from 03.04.2014 to 09.04.2014. All such documents should be strictly
submitted by RPAD/Speed post only otherwise the offer will not be considered and any
further communication in the matter will not be entertained.
(c)Any deviation found in Data/Details/Documents between on-line offer (e-tendering)
and physically submitted documents of bidder, offer of the same bidder will not be
considered and further communication in the matter will not be entertained.
(d) Bidders have to submit Technical Bid and Price Bid in electronic format only on
above mentioned web site after digitally signing the same. Offers which are not digitally
signed will not be accepted. Offers in physical form will not be accepted in any case.
(e)Bidders who wish to participate in online tenders will have to procure / should have
legally valid Digital Certificate as per Information Technology Act-2000 using which they
can sign their electronic bids. Bidders can procure the same from any of the license
certifying Authority of India OR can contact (n) code solution – a division of GNFC Ltd.,
who are licensed certifying Authority by Govt. of India.
Any technical questions, information & clarification that may be required pertaining to
this inquiry should be referred to Chief Engineer (Operation) ,Uttar Gujarat Vij
Company Ltd. Regd. & Corporate Office , Visnagar Road Mehsana -384001
UGVCL reserves the right to reject any OR all tenders without assigning any reasons
thereof.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 5 of 38
Notes:
1.
2.
Seal and signature at Annexure is MUST.
EMD COVER MUST CONTAIN THE FOLLOWING :
2.1 Details & documents of tender fee.
2.2
Details and document as per commercial terms and conditions of the tender for
EMD requirement.
2.3
2.4
2.5
2.6
2.7
Valid SSI/NSIC certificate.
Solvency certificate of Rs.35 lacs & above.
Finanacial turn over for the last three years.
Supply of materials in quantity for the last three years.
The yearly capacity to manufacture the materials in quantity.
2.8 Orders/Certificates of supply of materials in quantity for the last three years.
2.9
3.0
3.1
3.2
3.2
3.3
The orders on hand in quantity with delivery schedule.
Partnership Deed or Article of Association.
Latest Audited Balance Sheet.
Factory License.
List of Machinery.
Details of personnel.
•
In absence of any of the above, the technical bid will not be opened / the
opening of tender of the party will be at the discretion of UGVCL.
4. See “Notes for qualification” in Technical bid of tender carefully.
Security Deposit
The security deposit is applicable as per Condition of Contract.
Time Limit
6. Time limit for the completion of work is 12 months, from the date of written order to
commence.
In case UGVCL finds that there is an attempt of cartel in the prices, UGVCL reserves
7. the right to consider or reject any or all the parties offer without assigning any reason
thereof.
5.
DELAYED AND LATE TENDERS :NO TENDER AND SAMPLE SHALL BE ACCEPTED / OPENED IN ANY CASE
WHICH ARE RECEIVED AFTER DUE DATE AND TIME OF THE RECEIPT OF
8. TENDER IRRESPECTIVE OF DELAYED DUE TO POSTAL SERVICE OR ANY
OTHER REASONS AND UGVCL SHALL NOT ASSUME ANY RESPONSIBILITY
FOR LATE RECEIPT OF TENDER / SAMPLE. ANY CORRESPONDANCE IN THIS
MATTER WILL NOT BE ENTERTAINED.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 6 of 38
TENDER DECLARATION FORM
Name of Work: Supplying/Providing Modular furniture at various Offices of UGVCL
Name of Agency: ___________________________________
To,
The Chief Engineer (Operation)
UGVCL, Corporate Office,
Mehsana.
Name of Project: Supplying/providing Modular furniture at various Offices of UGVCL
Dear Sir,
I/We, the undersigned have carefully gone through & clearly understood the Tender
Documents of above mentioned project put up on e-Procurement website, comprising
of notice inviting tenders, scope of work, specifications for items, instruction/ information
to tenderer, general / special conditions of contract, schedule of quantities, appendices,
articles of agreements, definition of terms and conditions. I/We hereby agree & abide by
all the above and accordingly we here with submit our tender offer duly filled, with
mandatory documents, tender fee, EMD etc. as per the requirements mentioned in the
tender documents.
In the event of this tender being accepted, I/We agree to enter into an agreement and
execute the contract, as per the terms & conditions of tender document, specifications
of the tender items, and accepted tender rates.
Yours faithfully,
Date: ___________
Signature of Supplier
(Name & Stamp)
Place:
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 7 of 38
SCOPE OF ENQUIRY:
The tender calls for Supplying/Providing Modular Furniture at various offices of UGVCL.
UGVCL intends to provide modular furniture in various offices situated at different
locations.
The supply is to be made at different locations within the jurisdiction of UGVCL. The
Bidder has to submit detailed furniture drawing, Material specifications etc in technical
bid. The Bidder has to submit item wise rates of the items in price bid.
The successful bidder shall be asked to submit complete designing of the furniture
layout, cabins, partition, storage arrangement for satisfactory functioning of offices with
least wastage of space and excellent work environment for staff & customer. The bidder
has to submit alternative designs as per items specified in the tender to UGVCL
authority without any extra cost within one week time. On approval of UGVCL, bidder
has to execute the work within one & half month.
Successful Bidders will be given the order for full or part of the tender amount. UGVCL
reserves the right to split the order to more than one supplier. The rates are applicable
for one year period from date of commencement of supply.
Design / drawings submitted by agency shall be the property of UGVCL and Supplier/
agency shall not claim any extra cost for any repeat use of design / drawings. Supplier/
agency have to provide soft copies of all drawings, Estimate, measurement sheet etc.
without any extra cost.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 8 of 38
IMPORTANT INSTRUCTIONS TO THE BIDDERS:
1. The bidders shall submit their eligibility and qualification documents, Technical bid,
financial bid etc. in the standard formats prescribed in the Tender documents,
displayed in n-procurement web site. The bidders shall submit true copies of all the
relevant certificates, documents etc. in physical form at the Office of the Tender
Inviting Authority of UGVCL within prescribed time limit or extended time Limit as
case may be in support of their eligibility criteria/technical bids in the e-procurement
web site.
2. The bidders are requested to submit the originals towards Tender Document fee and
EMD to the Tender Inviting Authority in physical form in EMD cover within prescribed
time limit failing which the tender will be considered as nonresponsive and will be
rejected out rightly.
3. The Bidder has to submit Detail of each item with detail specification of item in
technical bid.
4. The Bidder has to submit material specification of each item for all quoted items in
the technical bid cover.
5. The bidder shall invariably furnish all the documents mentioned in (1) to (4) above to
the tender inviting authority on or before due date as mentioned in NIT through
RPAD or Speed post only. The receipt of the same within the stipulated time shall be
the responsibility of bidder. The department shall not take any responsibility for any
delay or non-receipt. If the required documents are received in physical form after
closure of prescribed date & time or not received in the prescribed manner, in such
cases, action will be taken as per relevant clauses in Tender document.
6. The tenderer is subject to be disqualified, if he is found to have mislead or furnished
false information in the forms / statements / certificates submitted in proof of
qualification requirements or record of performance such as abandoning execution of
the works, litigation history and or financial failures and or suppression of material
facts and information .
7. The Company shall not hold any risk on account of postal delay. Similarly, if any of
the certificates, document, etc. furnished by the tenderer is found to be
false/fabricated / bogus, the bidder will be disqualified, blacklisted, and action will be
initiated as deemed fit in addition to forfeiture of the EMD submitted.
8. The Company shall not hold any risk and responsibility for any problem(s)
encountered by the Tenderer while submitting his bids online.
9. The bidder is requested to download the tender document and read all the terms and
conditions mentioned in the NIT and Tender Document before submitting online
tender and physical documents as per the requirement and seek clarification, if any
from the authorized officers as mentioned in the NIT well within the last date and time
of submission of online tender or physical documents as the case may be.
10. The bidder has to keep track of changes by viewing the addendum/Corrigendum
issued by the Tender Inviting Authority from time- to- time basis in the e-Procurement
Platform. The Department calling for tenders shall not be responsible for any claims/
problems arising out of this.
11. All other relevant conditions are incorporated on the tender document.
12. The user should complete all the processes and steps required for bid submission.
The successful bid submission can be ascertained once acknowledgement is given
by the system through bid submission number after completing all the process and
steps. Users may also note that the incomplete bids will not be saved by the
system and are not available for the Tender Inviting Authority for processing.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 9 of 38
13. The bidder shall authenticate the bid with his Digital Certificate for submitting the bid
electronically on e Procurement platform and the bids not authenticated by digital
Certificate of the bidder will not be accepted on the e Procurement platform
14. PROPOSAL EVALUATION
Proposal will be evaluated initially for Technical bid and Financial Bid of only
technically qualified bidder will be opened.
COMPOSITION OF EVALUATION COMMITTEE
The Suppliers tender will be evaluated by the Committee under the chairmanship
of the Chief Engineer (Operation) UGVCL. The Additional Chief Engineer (Civil)
shall act as Member (Secretary / Coordinator) for this Project. The Committee
shall consist of the following members:
Evaluation Committee:(1) Chief Engineer (Operation)
(2) Chief Engineer (PP)
(3) General Manager (Finance)
(4) Additional Chief Engineer (Civil)
(5) Superintending Engineer (Civil)
Committee may co-opt other members.
Evaluators of Technical Proposals shall have no access to the Financial
Proposals until the technical evaluation is concluded.
Evaluation of Technical qualification.
The evaluation committee appointed by the UGVCL as a whole evaluates the proposals
applying the qualification criteria.
Qualification Criteria
• Bidder must have achieved an Average annual financial turnover of Rs. 6.00
crore during last three years in modular furniture of similar nature , type
and complexity. For Govt. works Form-3A is to be furnished and for Non
Govt. work a certificate from concern Architect/Institute is to be submitted.
• The applicants must submit last three years income tax returns as well as
Solvency certificate of Rs.35 lacs from the nationalized bank only.
• Bidder must have Satisfactory completed at least two ‘Single order of
modular furniture work’ of value not less than Rs. 181.0 lacs
(Approximately 70% amount of tenderized work) in last five years. The
order shall mean the modular furniture work as described in the scope of
work above and executed for office buildings, three star hotels and
commercial complexes. The applicants must have satisfactorily completed
interior works for corporate offices, star hotels or commercial complexes
having approx. minimum area of about 2000 Sq.ft. in a single project in
Gujarat.
•
Bidder must posses
1. Factory License
2. Excise registration certificate
3. VAT registration certificate
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 10 of 38
•
Bidder must have following equipments/machinery at their production
unit.
1.
Edge bending machine
2.
Hot press machine
3.
Sliding table Circular Saw Machine.
4.
Multi-Boring Machine.
5.
CNC Router Machine
6.
Edge Trimming Machine
7.
Drill Machine with Electric Motor.
8.
Post Forming Machine
9.
Dust controller / Dust extractor.
Price bid of qualified bidder only will be opened.
Price Bid:
The bidder has to quote rate of each item while filling the tender through e-tendering.
The Bidder has to submit Price of each item on n-procure.
15. If the Tenderer fails to pay the Security Deposit or defaults in execution of the
orders placed or if UGVCL suffers any financial loss due to this, then UGVCL will be at
liberty to adjust the amount from other orders of the same firm or by encashing the
Bank Guarantee.
16. Tenderer should invariably fill up all the details of all the Annexure of this tender
document. This is mandatory. Also all the Annexure should be duly signed by
authorized signatories with their rubber stamp and along with Company’s Rubber
(Round) seal / stamp affixed on each paper.
The following List of Annexure and Documents (available in this tender document)
should be invariably submitted in technical bid:
Form of Bankers undertaking Performa for E.M.D and S.D.
Appendix – 1 to 3
Annexure – 1 to 5
Technical specification, Commercial Conditions and supporting document required for
qualification.
All the above documents duly filled in, signed & stamped with company’s seal should
be submitted along with the Technical Bid.
Please note that any additional conditions / deviations, if any, found in the Commercial
terms & conditions, then the Price Bid of such tenderer will not be opened and no
further correspondences in the matter will be allowed.
The whole of the works included in any contract shall be executed by the Supplier
whom the work entrusted and the Supplier shall not directly or indirectly transfer assign
or sub let the contract or any part thereof of any interest therein without the prior written
consent of UGVCL and no undertakings shall relieve the Supplier from the full and
entire responsibilities of the contract or from active superintendence of the works during
the progress.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 11 of 38
COMMERCIAL TERMS AND CONDITIONS
The tenderer should thoroughly read all clauses before submitting their tender.
The original copy of the Commercial terms and conditions duly signed, stamped
with company’s seal must be submitted along with technical bid.
TENDER SPECIFICATIONS:
All technical specification should be as per Specification accepted by UGVCL. No
deviation in specification shall be allowed and decision of UGVCL shall be final. Tender
should be in two bids.
a) Technical Bid (Including EMD cover) and
b) Price Bid (To be filled through n-procure, No physical bid required.)
Incomplete bids and amendments and additions to bids after opening of the bids will be
ignored out rightly.
The price bid of those who are technically qualified shall be opened. After technical bid
is opened, for modification if any required, all shall be given equal chance.
PRICE EVALUATION:
No price preference shall be given on any account. All tenders will be evaluated on firm
price end cost basis, but without loading VAT, unless otherwise mentioned in the tender
documents. The parties however will have to give end cost for all items
The estimated cost of tender items is notified in the tender notice. Tenderer has to pay
EMD @1% of the cost of tender amount as mentioned in tender notice.
Tender fee (Non-refundable) as notified in the tender notice should invariably be paid
by way of Demand Draft; otherwise offer will be ignored out rightly. Indian Postal Orders
(IPO’s) & Cheques are not acceptable. Demand Draft should be in the name of the
“Uttar Gujarat Vij Co.Ltd.”, Payable at Mehsana. The envelope shall be addressed to
the Chief Engineer (Operation) of UGVCL super scribing Tender Name and Number
with date of opening. UGVCL will not be responsible for the transit loss or
misplacement of tender.
Alternatively, the tenderer can pay the tender fee in CASH at Cash counter of UGVCL,
Corporate Office, Mehsana and enclose the original Money receipt in the EMD cover.
The Demand Draft / Original Money receipt of Tender fee paid must be kept in the
cover of EMD; otherwise supplier’s offer is liable to be rejected.
IMPORTANT:
The technical bid should be submitted along with separate EMD cover in the respective
envelopes and super scribing Name and subject of tender, so as to reach this office as
specified in the tender notice through RPAD / Speed post only. Please note, that any
bids received after the due date and time will not be accepted and the offer will be
ignored out rightly. NO LATE TENDER / DELYAED TENDER SHALL BE
CONSIDERED.
PRICES:
Prices quoted should be exclusive of VAT/CST as applicable but inclusive of all other
taxes, duties on F.O.R. destination basis.
The Tenderer should invariably indicate the total unit end cost price considering all their
costs / calculations in the Price bid itself for each item and all sub-items if any. This is a
must. Cost components hidden / furnished elsewhere will not be considered and will be
ignored out rightly.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 12 of 38
EARNEST MONEY DEPOSIT:
E.M.D. at the rate of 1% of the estimated cost is payable. The EMD is payable either
in Cash or by Demand Draft in favour of the “Uttar Gujarat Vij Company Ltd.” payable
at Mehsana of Nationalized Bank, Scheduled Bank, Public Sector Banks & approved
Private Sector Banks authorized to undertake Government business as notified at
present and amended time to time by Government of Gujarat. However, in case of
tender value of more than Rs.1 Crore, EMD can be paid partially (50%) in cash or by
DD in favour of Uttar Gujarat Vij Company Ltd. payable at Mehsana and balance 50%
by Bank Guarantee from any Scheduled / Nationalized/ Scheduled Banks/Public Sector
Banks and approved Private Sector banks as stated above in a standard format
prescribed by UGVCL (Format given in this tender document). Bidder can submit 100%
EMD amount by way of Demand Draft, but 100% Bank Guarantee for EMD shall not be
accepted in any case. CHEQUES, FDR and CORPORATE BANK GUARANTEES
ARE NOT ACCEPTABLE.
Small Scale Industries however will be considered for exemption from payment of EMD
subject to furnishing of the authenticated notary certified copy of the certificate of
Registration with Small Scale Industries. The SSI / NSIC certificate should indicate the
manufacture of items offered under this tender. Provisional SSI Registration Certificates
are NOT allowed.
Government or Semi-Government Organizations, which are run departmentally & are
not limited Companies, will be eligible for exemption from payment of E.M.D.
No Interest will be allowed against payment of E.M.D.
EMD COVER: The EMD Cover should contain the following documents:
Documents towards payment of Earnest Money Deposit (EMD) & Tender Fee may
please be kept in the EMD cover only. First the EMD cover will be opened & if the
documents towards payment of EMD & tender fee are found OK then only Technical
Bid will be opened which may please be noted.
If, SSI / NSIC copy is submitted against EMD, then it should be authenticated from
notary. NSIC certificate more than 03 years old will not be considered and the validity of
the same should cover at least the validity period of the tender and thereafter it has to
be renewed and submitted immediately.
All the “NSIC” & “SSI” Documents furnished along with the tender should have clear
validity as per the tender and should invariably be renewed as per the norms of “NSIC”
& “SSI” Otherwise bidder shall have to pay EMD and no exemption will be granted.
Tenders submitted without Earnest Money Deposit by the firms, who are not eligible for
any exemption, will be rejected without entering in to further correspondence in this
regard and no reference will be made.
EMD will be forfeited (i) if the tender, which it covers, is withdrawn during the validity of
the offer and (ii) the Tenderer fails to furnish the security deposit within 30 days of the
receipt of order.
EMD of the unsuccessful tenderer will be returned within 60 days of placing of the order
with the successful Tenderer subject to the Tenderer returns the original receipt of the
EMD together with the advanced stamped receipt, to the Accounts Officer (Bills) of
UGVCL.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 13 of 38
PLACEMENT OF ORDERS: The order for 100% of tender quantity shall be placed to
successful bidder. Agency has to supply the furniture items at the rate, terms &
condition of tender abide.
SECURITY DEPOSIT CUM PERFORMANCE GUARANTEE:
The contractor shall pay total 10% of contract value as Security Deposit cum
Performance Guarantee within 10 days of the issue of Letter of Intent / Letter of
Acceptance. The work order will be issued only after payment of full SD amount at 10%
of contract value as above. The Bank Guarantee in lieu of cash or government
securities towards Security Deposit will be accepted providing amount of Security
Deposit payable exceeds Rs. 10,000/-. The Security Deposit can also be paid as Fixed
Deposit Receipt (FDR). UGVCL will accept FDR/Bank Guarantee submitted towards
Security Deposit of any Nationalized/Scheduled Bank, all Public Sector Banks and
approved Private Sector Banks like IDBI Bank/Axis Bank/HDFC bank/ICICI Bank which
authorized to undertake Government business as notified at present and amended time
to time by Government of Gujarat.
The Bank Guarantees will be accepted in the standard form prescribed by UGVCL. In
case of the Bank Guarantees furnished/submitted, they should have clear one time
validity till the completion of the order in all respects and up to the expiry of Guarantee
period from the date of receipt of the last consignment. Bank Guarantee for Interim
period will not be allowed. If by any reasons the supply period is extended then supplier
should undertake to renew the Bank Guarantee at least one month before the expiry of
the validity failing which UGVCL will be at liberty to encash the same. UGVCL will not
accept FDR/BG issued by Co-operative Bank.
No exemption in payment of Security deposit cum Performance guarantee shall be
given to NSIC certificate holder.
Security Deposit if paid will be returned on successful completion of the Order and only
after the Performance Guarantee Condition is fulfilled.
VALIDITY OF THE OFFERS:
The offers will have to be kept valid for a period of 120 days from the date of opening of
technical bids. In case of finalization of the tender is likely to be delayed, the tenderer
will be asked to extend the same without change in the prices or any terms and
conditions of the offer. If any change is made, original or during the extended validity
period, the offers will be liable for outright rejection without entering into further
correspondence in this regard and no reference will also be made.
EXCISE DUTY:
The price should be quoted inclusive of excise duty.
SALES TAX / VAT (VALUE ADDED TAX):
The prices should be quoted Exclusive of VAT Tax i.e. Without VAT or CST. The
amount / percentage of VAT (VAT or CST) should clearly be indicated separately.
The Stores are required for consumption in Generation, Transmission and Distribution
of electrical energy and as such, Gujarat State VAT will be paid as per rules. You are
requested to quote your VAT Registration Number & date in all the bills.
The Gujarat Sales Tax is applicable on Freight Component also for the dispatches
within Gujarat State.
As per Government of Gujarat directives, while evaluating your offer the incidence of
VAT (VAT/CST) will NOT be loaded.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 14 of 38
STATUTORY VARIATION:
Any statutory increase or decrease in the taxes and duties subsequent to suppliers
offer if it takes place within the original contractual delivery date will be to the UGVCL
account subject to the claim being supported by documentary evidence. However, if
any decrease takes place after the contractual delivery date, the advantage will have to
be passed on to UGVCL.
PAYMENT TERMS:
No advance Payment shall be made. Bills along with supporting documents showing
each item executed with its quantity & rate shall be submitted by the supplier on
completion of each supply /each month on or before the date fixed by the Engineer-incharge, for all supplies made in duplicate quoting Vat /Tin No. and other supporting
documents.
Time Limit:
The total time limit of order is 12 Months from commencement of work but individual
supply should be completed within 45 days from the date of approval of furniture lay out
given by UGVCL
.
Extension of Time Limit:
If the Supplier shall desire an extension of time limit for completion of the work on the
ground of his having been avoidably hindered in it’s execution or on any other ground,
he shall apply in writing to the UGVCL and the UGVCL may, if in his opinion there are
reasonable grounds for granting extension, recommend such extension as he may think
necessary or proper. The decision of the competent authority in this regard shall be
final and binding to the Supplier. Any delay attributed to UGVCL shall be compensated
only by way of extending the time limit.
REPEAT/ADDITIONAL ORDERS:
UGVCL reserves the right to place repeat orders / additional orders on the successful
tenderer up to 25% of the total quantity of the A/T at the same prices, terms and
conditions stipulated in the original contract during contractual period. In special
circumstances UGVCL will reserve the right to place repeat order / additional order up
to 100% quantity mutually agreed upon.
The delivery Schedule proposed by UGVCL is considering the full quantity of the
tender. If the finalized quantity is less, then in that case the delivery period best suited
as per UGVCL requirement will be given on pro-rata basis and also based on the
quantity allocations done by UGVCL.
PENALTY FOR LATE DELIVERY:
In case, the materials are not delivered within the period stipulated in the order, penalty
shall be levied at ½% per week on the prices (End cost with sales tax) subject to
maximum 10% reckoned on the value of late delivered supplies.
Due consideration will be given for waival / levy of penalty only for the reasons
absolutely beyond suppliers control (Viz. Force Majeure conditions as laid down in the
DGS & D, Clause reproduced hereunder) for which documentary evidence will have to
be provided. The request for extension in delivery giving reasons and supporting
documents shall have to be made within one month on completion of the supply.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 15 of 38
“D.G.S & D. FORCE MAJEURE CLAUSE”
“If, at any time during the continuance of this contract, the performance in whole or in
part by either party of any obligation under this contract shall be prevented or delayed
by reason of any war, hostility, act of the public enemy, civil commotion, sabotage fires,
floods, explosion, epidemics, quarantine restrictions, strikes lockouts or acts of God
(hereinafter referred to as event)”, then provided notice of the happening of any such
event is given by either party to the other within twenty one days from the date of
occurrence there of neither party shall by reason of such event be entitled to terminate
this contract nor shall either party shall have any claim for damages against the other in
respect of such non-performance of delay in performance, and deliveries under the
contract shall be resumed as soon as practicable after such event has come to end or
ceased to exist, and the decision of the Secretary as to whether the deliveries have
been so resumed or not shall be final and conclusive.
Provided further that if the performance in whole or part of any obligation under this
contract is prevented or delayed by reasons of any such event for a period exceeding
60 days, either party may at its option terminate the contract provided also that if the
contract is terminated under this clause, the Purchaser shall be at liberty to take over
from the Supplier at a price to be fixed by the Secretary, which shall be final, all unused
undamaged and acceptable materials brought out components, and stores in course of
manufacture in the possession of the Supplier at the time of such termination or such
portion thereof as the Purchaser may be deem fit excepting such materials, brought out
component and stores as the supplier may with concurrence of the Purchaser elect to
retain”.
REPLACEMENTS OF GOODS BROKEN, DAMAGED OR SHORT:
In the event of any stores or part thereof being broken or damaged or received short
during transit or during the testing and trial at site before commissioning in service the
suppliers shall replace the same free of cost. However, UGVCL will arrange recoveries
of amount equivalent to cost of such damaged / broken / short supplied materials
before actual replacement is given.
POST TENDER CORRESPONDENCE / ENQUIRIES:
Any correspondence or enquiry subsequent to opening of Technical and Commercial
bids is not desirable, if the same is indulged into, it will be considered for disqualifying
the tender. The Tenderer will be required to abstain from pursuing / canvassing the
matter, directly or indirectly with any Officers of UGVCL, as otherwise the same would
also amount to disqualification of the tender.
Tenderer must submit offers / bids along with requisite descriptive literature etc. in
Duplicate (separate sets) clearly indicating as Original and Duplicate duly signed and
stamped by them.
Wherever applicable, Complete Technical data of Equipment’s / Materials / Apparatus,
etc. must be furnished along with the tender including (i) Dimensional Drawings, (ii)
Type Test Certificate from Govt. Recognized Laboratory (iii) Guaranteed Particulars,
(iv) List of Testing facilities available in the works must be furnished with the tender
which is a must. Tenderer will be at full liberty to provide information and data about his
products.
The purchaser (i.e. UGVCL) shall have the right to make any changes, additions /
deletions or modifications in any terms / conditions of the tender and / or specifications
as may be deemed necessary by UGVCL at its sole discretion at any time before the
due date of opening of the tender.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 16 of 38
Tenderer should furnish a list of orders for similar items executed by them indicating the
name of the party and their order reference to which they have supplied, to be furnished
in Appendix-2. Failure to do this will result on suppliers tender being rejected without
any reference.
UGVCL does not accept the printed conditions of any Tenderer. It will be ignored
without any reference; hence tenderer should withdraw such printed conditions if they
have any.
TENDERERS SHOULD FURNISH THE FOLLOWING DETAILS:
1. VAT / CST Registration No. date and issuing authority.
2. A list of the Partners / Directors with the permanent as well as present address,
phone & fax numbers and other details like their relationship, if any with UGVCL
employee should be furnished along with the tender.
3. List of machinery and production capacity and Items manufactured.
4. Performance reports if any.
Revision of prices or any commercial terms affecting the price after opening of technical
bids shall not be considered and will be ignored.
Please give suitable declarations as under:
I / We declare that we are manufacturer for all the tendered items.
Tenderer should specifically mention in the offers and should indicate in Block letters
the name of the Partners / Proprietor / Directors who is / are the signing authority.
GUARANTEE:
If the goods, stores and equipments found defective due to bad design or workmanship
the same should be repaired or replaced by you free of charge if reported within 12
months of their receipt at site or 6 months from the date of commissioning of
equipments whichever is earlier.
You will be responsible for the proper performance of the equipments / materials for the
respective guarantee period.
UGVCL would prefer the offers from manufacturers directly. All the manufacturers
should quote for those items, which are actually manufactured at / rolled by their plants.
This should be strictly adhered.
The Tenderer should ensure that minimum production, manufacturing facility required
for manufacturing of the tendered products is available in-house. If the same is
available elsewhere, then UGVCL reserves right to reject the offer out rightly.
UGVCL reserves the right to inspect, suppliers factory at any time during the
prevalence of the contract in case order is placed on supplier and also to inspect each
manufactured lot before testing / packing / dispatch.
OTHER CONDITION OF SUPPLY:
GUVNL (Formerly GEB) General Conditions of contract will apply to all supply contracts
and supplier will be deemed to fully aware of GUVNL (Formerly GEB) general
conditions of contract for the supply of plant equipment and materials except the
conditions modified in this commercial terms and conditions and any ignorance of these
conditions will not exempt supplier from their liability to abide by the same. Copies are
available from UGVCL Office.
UGVCL also reserves the right to accept the whole or part of such supplies or of the
utilized materials and recommend reduced prices taking into account the defects
noticed. Such reduction for the whole lot will be up to 30% (Thirty) maximum of the End
Cost Price, provided UGVCL accepts the materials. In this respect the decision of
UGVCL will be final and will be binding to the supplier.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 17 of 38
TERMINATION OF CONTRACT:
In case, the supplier fails to deliver the stores / materials / equipments or any
consignment thereof within contractual period of delivery or in case the stores are found
not in accordance with prescribed specification and/or the approved sample, UGVCL
shall exercise its discretionary power either:
To recover, from the supplier as agreed, by way of penalty clause above, or
To purchase elsewhere after giving due notice to the supplier on account and at the risk
of the supplier such stores not so delivered or other similar description without
canceling the contract in respect of the consignment not yet due for delivery or to
cancel the contract.
In the event of the risk purchase of stores of similar description, the opinion of UGVCL
shall be final. In the event of action taken under clause (a) or (b) above, the supplier
shall liable to pay for any loss which UGVCL may sustain on that account but the
supplier shall not be entitled to any saving on such purchases made against default.
The decision of UGVCL shall be final as regards the acceptability of stores supplied by
the supplier and UGVCL shall not be required to give any reason in writing or otherwise
at any time for rejection of the stores.
Further, “UGVCL reserves the right to terminate the Contract (i.e. Purchase order) at
any time, without assigning any reasons, whatsoever, by giving a notice period of ONE
month from the date of Notice of termination of the Contract. Suppliers will not be
entitled for any compensations / damages / losses, whatsoever, on account of such
termination of the Contract.”
ARBITRATION:
All questions, disputes or differences whatsoever which may at any time arise between
the parties to this agreement touching the agreement or subject matter thereof, arising
out of or in relation there to and whether as to construction or otherwise shall be
referred to the decision of the Sole Arbitrator, appointed by the MD of UGVCL, for that
purpose, who shall be a retired High Court Judge or retired District and Sessions
Judge, and the decision of the said Arbitrator shall be final and binding upon the
parties. Reference to the arbitration shall be governed by the provisions of Indian
Arbitration & Conciliation Act. 1996 as amended from time to time and the rules made
there under.
JURISDICTION:
All questions, disputes or differences arising under out of or in connection with the
Tender / Contract if concluded shall be subject to the exclusive jurisdiction of the court
under whose jurisdiction the place from which the tender / Acceptance of tender is
issued, is situated i.e.Mehsana.
Offers on ex-stock or offers requiring no foreign exchange will be considered. Those
offers requiring foreign exchange will not be considered.
SUBMISSION OF OFFERS:
The firm having single legal entity and having two or more works / factory and submits
offers from two or more different works / factory, in such case UGVCL will consider only
ONE lowest offer for allocation of quantity.
The Bidder has to submit his offer for items in price bid on n-procure.
Many of the tenderer are submitting their offers with the conditions of advance payment
along with the order; such conditions are not acceptable by UGVCL.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 18 of 38
The tenderer if being an authorized dealer, who submits its offer to UGVCL, will have to
give information and declare the name of the principle along with company’s
authorization letter. Only on getting complete information, if offer is found suitable, shall
be taken in consideration.
The rates quoted in the tender should include all charges for material, labour,
transportation and taxes, if any, etc. and UGVCL shall not be responsible for any other
expenses in this connection.
UGVCL reserves the right to cancel any or all the offers / bids or to accept any offer
without assigning any reasons.
Also in case UGVCL finds that there is an attempt of cartel in the prices, UGVCL
reserves the right to consider or reject any or all the parties offers without assigning any
reasons thereof.
UGVCL reserves the right to increase or decrease quantity and assigning any of the
items among one or more bidders while placing the order.
The names of the Partners / Directors / Sole Proprietors and responsible person and
his updated Address / Telephone, Fax Numbers (Office & Residential) etc. should be
invariably mentioned in the Annexure – 1 of this tender document.
The Tenderer must give in his offer, the full name and address with phone, Fax &
mobile numbers of the Authorized Representative if any, who has been authorized by
the Tenderer to do liaison work with UGVCL on their behalf. Only one Authorized
Representative is allowed.
The tenderer should invariably write the name and address of the Company, both on
sealed covers of EMD and Technical Bids. The tender covers without the Detail of
name and address will not be opened which may please be noted.
The tender document should be sent by RPAD OR by Speed post only and addressed
to Chief Engineer (Operation), Uttar Gujarat Vij Company Limited, Registered &
Corporate office, Visnagar Road, Mehsana, Pin-384001. (No courier service will be
allowed.). Hand delivery of tenders not allowed.
Delayed and Late tenders:
No tender shall be accepted/ opened in any case which are not filled in through eProcurement system. Similarly tender document received after due date of receipt
mentioned in Tender Notice will not be considered irrespective of delay due to Postal
services or any other reasons and UGVCL shall not assume any responsibility for late
receipt of tender. Any correspondence in this matter will not be entertained.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 19 of 38
Technical Specification:
Aluminum framing Partition
Item No. 1
Full Ht. Partitions with 2100mm & Above Heights. (Supply with assembling &
fixing)
1A: Type:
•
Removable tile base system with overall thickness 60 mm to 70 mm (size
provided to match with standard pattern/make/type of the manufacturer as
well as to match with Low Height Partition systems. So as both Full ht.
partition & Low ht. partition are provided in same thickness, as approved
by the project in charge). Full heights partitions should be made in same
style so that it can be connected with each other whenever required.
1B: Skeleton:
•
•
•
Should be made from Aluminum extruded sections 1.2mm thick (size
provided to match with standard pattern/make/type of the manufacturer,
as approved by project in charge), interlinked with each other to mount
panels of required size and should have facilities to interchange panels.
No screwing, welding or riveting should be used for easy reconstruction
and flexibility. All sections should be powder coated
It should have facilities for wire management, Supporting cantilever work
tops, Storage units etc.
All Horizontal & Vertical aluminum section member should be epoxy
powder coated in matt/glossy effect with 45 to 60 microns. All section
should have 7 tank processes as anti-rust treatment before processing for
powder coating.
1C: Panels:
•
Solid panels should be made from Double Fascia having each face of
9mm thick (size provided to match with standard pattern/make/type of the
manufacturer, as approved by project in charge) both side 0.8mm thick
laminate to be fixed with hot pressed process on MDF Boards with edge
banding glued on edges by hot melt glue applied with automatic machine
for efficient sealing. Panels are removable for facilitating services. The
band should be stuck to the surface at 200 Centigrade under high
pressure for better adhesion. Outer surface of panel will be with selected
shade of 0.8mm thick laminate & back/inner surface will be provided with
similar hot pressed process on MDF board with any shade of 0.8mm thick
laminate.
Panel should be removable for the facilitating services.
Glazed panels should be made of 5mm float Glass panels with removable
locking system and not glued.
• Fabric panels with soft board should be applicable if required.
• Venetian blinds, White Boards, Laminated Panels should be applicable, if
required and concern by the E-I-C.
1D: Utility panels / Race-Way: (Wire Management)
•
•
•
A separate trench with removable panels of 100 to 150mm size should
be provided at bottom level for Networking, Telephone Sockets & above
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 20 of 38
•
Work Top or Below Work Top levels will be for Electrical Sockets to
follow the norms of keeping both i.e. data and power services at the
minimum distance of distance of 2 feet for respective needs.
Cutouts should be provided to
run cables throughout the partitions
where-ever required under the concern of E-I-C.
1E: Doors:
•
•
•
•
Door frame should be sturdy and matching with the partitions.
Should have Flush door with lamination and view glasses.
Should have Handles with basic rate of Rs. 200 to Rs. 400 per pair and
dead lock should be provided with Door
Should have EG / Godrej / Hardwyn make Door closers or floor springs
should be provided and fixed by the supplier directly with 0ne year
warranty.
1F: Level Adjustment:
•
•
•
Provision of bottom / top channel with height adjustment should be
provided for Floor Level Adjustment.
Provision of adjustable of Side Channel to take care of uneven plaster of
the wall. Where if required.
Inserting of any type of packing material for above said purpose will not
be allowed.
ITEM 2:
Low Ht. Partitions with 1200mm to 1650mm Ht. (Supply with assembling & fixing)
2A: Type
•
Removable tile based system with overall thickness 60 to 70 mm (Size
provided to match with standard pattern/make type of the manufacturer as
well as to match with Low Height Partition systems. So as both Full ht.
partition & Low ht. partition are provided in same thickness, as approved
by project in charge). Low heights partitions should be made in same style
so that it can be connected with each other whenever required.
2B: Skeleton:
•
Should be made from Aluminum extruded sections 1.2mm thick (Size
provided to match with standard pattern/make type of the manufacturer,
as approved by project in charge), interlinked with each other to form
complete knock down joinery for required size. No screwing, welding or
riveting should be done between partition panel skin with partition panel
structure for easy reconstruction and flexibility. All sections should be
powder coated in matt/glossy effect with 45 to 60 microns. All section
should have 7 tank processes as anti-rust treatment before processing for
powder coating.
•
It should have facilities for wire management, Supporting cantilever work
tops, Storage units etc.
•
All Horizontal & Vertical aluminum section should be epoxy powder
coated in matt/glossy effect with 45 to 60 microns. All section should have
7 tank processes as anti-rust treatment before processing for powder
coating.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 21 of 38
2C: Panels:
•
Solid panels should be made from Double Fascia having each face of 9
mm thick (Size provided to match with standard pattern/make type of the
manufacturer, as approved by project in charge) both side 0.8 mm thick
laminate to be fixed by hot pressed process on MDF boards with edge
banding glued by hot melt glue applied with automatic machine for
efficient sealing. Panels are removable for facilitating services. The band
should be stuck to the surface at 200 Centigrade under high pressure for
better adhesion. Outer surface of panel will be with selected shade of
0.8mm thick laminate & back/inner surface will be provided with similar
hot pressed process on MDF board with any shade of 0.8mm thick
laminate.
•
•
Panel should be removable for the facilitating services.
Glazed panels should be made of 5mm float Glass panels with removable
locking system and not glued.
Fabric panels with soft board should be provided.
White Boards, Laminated Panels should be provided.
•
•
2D: Utility panels / Race-Way: (Wire Management)
• A separate trench with removable panels of 100 to 150mm size should
be provided at bottom level for Networking, Telephone Sockets & above
Work Top or Below Work Top levels will be for Electrical Sockets to
follow the norms of keeping both i.e. data and power services at the
minimum distance of distance of 2 feet for respective needs.
• Cutouts should be provided to run cables throughout the partitions
where-ever required under the concern of E-I-C.
2E: LEVEL ADJUSTORS:
•
•
•
Provision of level adjustors with height adjustment facilities should be
provided in order to match every point of vertical & horizontal partition
alignment in case of uneven floor constructions.
No screwing or Grouting on floor will be allowed while adjusting with level
adjustors.
Inserting of any type of packing material for above said purpose will not
be allowed.
Item No. 3 – Work surface for staff (Supply with assembling & fixing)
Work Tops should be of 25mm laminated with 0.8mm post formed MDF board, post
formed by lamination with radius / curvica / bull nose as per E-I-C instructions on sides
rounded profiles on all outside edges and backer lamination on other side, 0.8mm PVC
edge bands glued on automatic edge bender with hot melt glue. The top is provided
and fitted with all KD joinery and fittings complete.
The table tops in workstations/ cubicles should be mounted with necessary brackets
like end support, corner, cantilevered as per the requirement of layout. The entire table
top should be provided with gable ends & the gable ends should be attached to the
partitions and table with the help of necessary brackets.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 22 of 38
Item no. 4 – Tables (Supply with assembling & fixing)
Supplying, Providing and fixing in position standard table having top surface of
minimum 25mm thick MDF board covered with 0.8mm by lamination with radius /
curvica / bull nose as per E-I-C instructions on sides rounded profiles on all outside
edges and backer lamination on other side, 0.8mm PVC edge bands glued on
automatic edge bender with hot melt glue. The top is provided and fitted with all KD
joinery and fittings complete.
Table should have necessary provision for wire management data / computer /
telephone cabling. Supporting structure should be made of minimum 18mm. Thick MDF
board covered with 0.8mm lamination/ appropriate aluminum framing etc. complete.
Three drawer unit on one side is to be provided.
Drawer box unit having overall size as required with 3 Equal Drawer (metabox- Hettich)
having locking arrangement as per directives of E-I-C.
4A: CARCASS / BODY:
Should be made from 18mm MDF Board covered with one side 0.8mm thick Laminate
& other side 0.8mm thick backer laminate as directed by the consultants. All visible
edges are covered by 0.8mm thick PVC edge bends glued with hot melt glues on auto
hot bending machines. All panels should be knock-down to facilitate assembly at site.
The shelves are connected with body through adjustable shelf supports. The band
should be stuck to the surface at 200 Centigrade under high pressure for better
adhesion.
4B: Back Panel:
Should be made of 8mm MDF Board pressed on both side lamination of 0.8mm, hold in
slit formed in the body / or fitted with standard modular fitting process. Back panel will
be slide while covering back portion of HDC. Screwing or “L” brackets are strictly not
allowed while final finish. Fitments of back panels will not be from outer surface.
4C: Drawer (Metabox):
The Inside Drawer sides should be made of CRCA Steel of 18G duly powder coated
finish with soft roller bearings make of “HETTICH”. The bottom should be made of 8mm
MDF board which is screwed on to the drawer sides. Drawer should be with locking
arrangement. Front Fascia of drawer and shutter are post formed laminated. As per
drawing & as directed by the E-I-C.
4E: KD fitting:
8mmX45mm concealed bolt with 15mm eccentric cranks, 8mm wooden dowels,
75X50mm M. S. brackets, etc. Complete drilling and boring work is done on Multi drill
machine in KD – 32 System. All mounting holes are notched in all axis simultaneously
in single reference.
Item no. 5 – Side & back storage cabinet (Supply with assembling & fixing)
Should be an assemble type, Self standing, Over hanging on Partition / Wall mounted
storage system having overall size as per requirements with following details:
The overall assembly should be able to accommodate at least the “typical folder of
380mm depth” with joinery details having both side laminated back panel hold in slit
which is made in sides and shelves having depth of 380mm, provided with preferably
sliding shutter / flap door as directed by the architect.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 23 of 38
Specifications of Table Side Unit / Storage System:
(Top pull-out drawers (metabox) HETTICH MAKE and storage with sliding shutters or
flap door is provided as specified by the E-I-C.)
5.1A: CARCASS / BODY:
Should be made from 18mm MDF Board covered with one side 0.8mm thick Laminate
& other side backer laminate of 0.8mm as directed by the E-I-C. All visible edges are
covered by 0.8mm thick PVC edge bends glued with hot melt glues on auto hot bending
machines. All panels should be knock-down to facilitate assembly at site. The shelves
are connected with body through adjustable shelf supports. The band should be stuck
to the surface at 200 Centigrade under high pressure for better adhesion.
5.1B: Back Panel:
Should be made of 8mm MDF Board pressed on both side 0.8mm thick lamination, hold
in slit formed in the body / or fitted with standard modular fitting process. Back panel will
be slide while covering back portion of HDC. Screwing or “L” brackets are strictly not
allowed while final finish. Fitments of back panels will not be from outer surface.
5.1C: Drawer (Metabox ) :
The Inside Drawer sides should be made of CRCA Steel of 18G duly powder coated
finish with soft roller bearings make of “HETTICH”. The bottom should be made of 8mm
MDF board which is screwed on to the drawer sides. Drawer should be with locking
arrangement. Front Fascia of drawer and shutter are post formed laminated.
5.1D: Shutters:
TYPE-I (Sliding Shutters)
Should be made from MDF Board 18mm laminated with 0.8mm lamination on both side
with hot pressed process on MDF boards laminated in the main frame & 8mm MDF
Board laminated with 0.8mm Lamination on both side with hot pressed process on MDF
boards in bottom with sliding on drawer channels and sliding shutters slides on
Aluminum 25x25mm G channel with laterally guided ball bearing blocks, and locking
arrangements. Guiding channels are concealed in shutters. As per drawing & as
directed by the EIC.
OR
TYPE-II (Flap Door)
Should made from 18mm MDF board with 0.8mm thick post formed laminate on one
side & 0.8mm on other side with backers laminate hot pressed on other side with
0.8mm thick PVC edge bands glued with hot melt glues on auto edge banding machine.
Hinged with Concealed auto clip on system, “Hafles”, “EBCO” or “HETTICK” make. As
per drawing & as directed by the E-I-C.
5.1E: KD fitting:
8mmX45mm concealed bolt with 15mm eccentric cranks, 8mm Jute dowels, 75X50mm
M. S. brackets, etc. Complete drilling and boring work is done on Multi drill machine in
KD – 32 System. All mounting holes are notched in all axis simultaneously in single
reference. The maximum span between two adjacent holes should not be more than
100 mm.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 24 of 38
Item no. 6 ----- Key Board Tray (Supply with assembling & fixing)
Supplying, Providing & fixing Keyboard tray of minimum 0.8 mm thick steel of approved
size and colour. The trays shall be mounted on telescopic channels of ball bearing type
mounted on the underside of the worktop.
It shall also have in built LHS/RHS mouse pad, made of 0.8 mm thick MS Sheet with
textured black High impact polystyrene pad 3 mm thick.
OR
Should made from 18mm MDF board with 0.8mm thick high pressed laminate on one
side & other side with backers laminate hot pressed with 0.8mm thick PVC edge bands
glued with hot melt glues on auto edge banding machine. It should be shelf locking ballbearings telescopic slides having front fascia of 50mm height and fix with keyboard
tray. The keyboard should have height adjustment facility of 25mm to 30mm as per
requirement and as directed by consultants / architect. Please note that telescopic
slides channel should be of “EBCO / HETTICH” make approved by E-I-C.
Item No. 7 ---- CPU Trolley (Supply with assembling & fixing)
Supplying, Providing & fixing CPU trolley: All CPU trolleys shall be having 1.5 mm thick
Steel of approved size and colour. The sheet should be powder coated on all surfaces.
The trolley should move on 4 castors.
CPU Trolley shall be made of MS sheet adjustable in nature with 2 Nos. lockable
castors with length 225-330 mm (adjustment), width of 225 mm and height of 330 mm
(MS 14 BG, Powder coated.)
OR
Adjustable trolley for mounting CPU preferably made from powder coated M.S. sheet
18 SWG. with castor and duly powder coated finish / should made from 18mm MDF
board with 0.8mm thick high pressed laminate on one side & other side with backers
laminate hot pressed with 0.8mm thick PVC edge bands glued with hot melt glues on
auto edge banding machine. It should be provided with level adjustment facility as
directed by the architect. CPU trolley should have casters with ease movement facility.
Front casters will be with locking arrangement and rear without locks as directed by E-IC.
Item no. 8 --- Pedstal unit (Supply with assembling & fixing)
Pedstal unit having overall size of 400 X 450 x 720 mm. height with one drawer
(metabox- Hettich) and one flap door with lock or 4 Equal Drawer (metabox- Hettich) as
per Requirement or as directed by the E-I-C.
8A: CARCASS / BODY:
Should be made from 18mm MDF Board covered with one side 0.8mm thick Laminate
& other side 0.8mm thick backer laminate as directed by the consultants. All visible
edges are covered by 0.8mm thick PVC edge bends glued with hot melt glues on auto
hot bending machines. All panels should be knock-down to facilitate assembly at site.
The shelves are connected with body through adjustable shelf supports. The band
should be stuck to the surface at 200 Centigrade under high pressure for better
adhesion.
8B: Back Panel:
Should be made of 8mm MDF Board pressed on both side 0.8mm thick lamination, hold
in slit formed in the body / or fitted with standard modular fitting process. Back panel will
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 25 of 38
be slide while covering back portion of HDC. Screwing or “L” brackets are strictly not
allowed while final finish. Fitments of back panels will not be from outer surface.
8C: Drawer (Metabox):
The Inside Drawer sides should be made of CRCA Steel of 18G duly powder coated
finish with soft roller bearings make of “HETTICH”. The bottom should be made of 8mm
MDF board which is screwed on to the drawer sides. Drawer should be with locking
arrangement. Front Fascia of drawer and shutter are post formed laminated. As per
drawing & as directed by the E-I-C.
8D: Flap Door:
Should made from 18mm MDF board with 0.8mm thick post formed laminate on one
side & other side with backers laminate hot pressed with 0.8mm thick PVC edge bands
glued with hot melt glues on auto edge banding machine. Hinged with Concealed auto
clip on system, “Hafles”, “EBCO” or “HETTICK” make. As per drawing & as directed by
the E-I-C.
8E: KD fitting:
8mmX45mm concealed bolt with 15mm eccentric cranks, 8mm wooden dowels,
75X50mm M. S. brackets, etc. Complete drilling and boring work is done on Multi drill
machine in KD – 32 System. All mounting holes are notched in all axis simultaneously
in single reference.
Item No. 9 --- Sofa set–2 Seater (Supply & arranging in position)
wooden sofa made with minimum 19mm. ply structure and internal frame work made of
C.P. teak / Marandi wood seat made with minimum 19mm. ply and cushion made with
foam 100mm. thick, 32 density on seat covered with 14mm. thick 18 density form, Back
made with wooden frame of minimum 50mm X 40mm with 4 mm. ply and covered with
foam 150mm, 32 density with 18 density 14mm. thick foam for back extra support to the
shape all foam of seat and back covered with tapestry approved by E-I-Charge. (Basic
rate Rs. 450/- metre.) Handle made with wooden frame with box of 12mm. ply covered
with 14mm/12mm. foam with tapestry / exposed wooden frame of teak wood / steam
beach wood/ white beach wood/ Mahogany wood as per design requirement.
Item No. 10 --- Sofa set–3 Seater (Supply & arranging in position)
Same as above item no. 9
Item No. 11&12 --- Mid back revolving chair & Low back Visitor Chair: (Supply &
arranging in position)
•
Revolving chair should be Godrej Earl mid back chair PCH-7202R make
or its equivalent Durian CLS-59701/MB make.
•
Low back visitor chair should be Godrej Earl Visitor chair PCH-7212R
make or its equivalent Durian CLS-59701/CN make.
A: Seat/Back Assembly:
The seat and back are made up of 1.2 ± 0.1cm thick hot pressed plywood measured as
per QA method described in OCP-QLTA-P14-18 and upholstered with fabric and
moulded Polyurethane foam with PVC lipping all around. The back foam is designed
with contoured lumber support for extra comfort.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 26 of 38
Revolving chair (Mid back) Size: 49.5 cm (W) x 45.5 cm (H)
Revolving chair (Seat) Size: 49.5 cm (W) x 43.0 cm (H)
Low back Visitor Chair:
Width (W) 55.0 cm
Depth (D) 58.0 cm
Total Height (H) 84.0 cm
Seat height (SH) 45.0 cm
Above are products out to out dimensions with variations ± 1.0 cm.
B: High Resilience (HR) Polyurethane Foam:
The HR polyurethane foam is moulded with density = 45 ± 2 Kg/m2 and hardness load
16 ± 2 Kgf as per IS 7888 for 25% compression.
C: Armrests:
The one piece armrests made of black integral skin polyurethane with 50-70 shore
hardness and reinforced with M.S. insert. The armrests are scratch and weather
resistant. The armrests are fitted to the seat with seat armrest connecting bracket made
of 0.3 ± 0.022cm thick HR steel.
D: Centre Pivot Mechanism (For revolving chair):
The center pivot mechanism is designed with the following features:
- 360* revolving type.
- 17* ± 2* maximum tilt on pivot at center.
- Tilt tension adjustment.
- Upright position locking.
E: Pneumatic Height Adjustment (For revolving chair):
The Pneumatic Height Adjustment has an adjustment stroke of 12.0 ± 0.3cm.
F: Telescopic Bellow Assembly (For revolving chair):
The bellow is 3 piece telescopic type and injection moulded in black Polypropylene.
G: Pedestal Assembly (For revolving chair):
The pedestal is injection moulded in black 33% glass filled Nylon-66 and fitted with 5
nos. twin wheel castors. The pedestal is 66.3 +/- 0.5cm (76.3 +/- 1.0cm with castors).
H: Twin Wheel Castors (For revolving chair):
The twin wheel castors are injection moulded in Black Nylon.
I: Tubular Understructure (For low back visitor chair):
The understructure is made of φ 2.54 ± 0.03 cm x 0.2 ± 0.016 cm thk M.S. E.R.W. tube
and black powder coated (DFT 40-60 nicrons)
Item No. 13 --- Triple seat bench (Supply & arranging in position)
Providing and placing Triple seat waiting chair using 16swg perforated powder coated
steel sheet and back and framing powder coated steel 15mm CRC pipes structure of
required shape resting on 50mm CRC pipes stand as design approved by Engineer-incharge.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 27 of 38
Approved make for Panel based furniture and Partition system:
Aluminum
: Hindalco, Nalco, Jindal.
Approved make
: Formica, Merino, Green lam.
MDF Board
: Nuwud, Duratuff,
Edge bands
: Rehau Or Dolken Make.
Eccentric Locking
: Hafles,, Hettich
Powder Coating
: Jotun.
Metabox
: Hettich.
Hinges
:, Hettich, Hafles,
Hot melt Glue
: Ici , Jowat
Adhesive
: Fevicol
Miscellaneous Hardware: Hettich , Hafles.
Float Glass
: Modiguard, Saint–Gobain
Floor spring – Door closer: Efficient Gadget, Everite , godrej.
Locks
: Aries ,Eg
Telescopic CHANNEL : Ebco , Hettich
Tambour slates and hardware: “REHAU “ only.
Remarks: Above mentioned brand is tentative however equivalent brands can be
utilized with the approval of Engineer-in-charge.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 28 of 38
General Guidelines
manufacturer:
for
Full
Height
&
Low
Height
‘Modular
partition’
1. Partitions are generally structured on aluminum extruded sections.
2. All panels are in standard size and ready to assemble condition.
3. It has provision of all utility management and to mount and cantilevered storage
and worktops, doors etc.
4. It allows configuration of different heights such as sitting privacy, standing
privacy, or full height.
5. All joiners are free from nailing, screwing and adhesives. All components are
removable without any damage and designed to reconstruct, reorient or
reconfiguration layout very easily.
6. Entire systems are free from maintenance like refinishing, anti pest treatments or
refitting, lifetime.
7. All panels are twin layered and very proper sealing in joint are provided to
ensure these properties.
8. It has very convenient provisions/panels/mounters to mount all accessories like
Telephone stand, Display frame, table lamps, book shelves, Stationary trays
etc.,
9. System is designed in such a manner that resizing of structure and related
mounting can be carried out at site easily, it required.
10. It is eco-friendly in true sense.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 29 of 38
UTTAR GUJARAT VIJ COMPANY LIMITED
APPENDIX-1
TENDERER’S DETAILS OF PERSONNEL
A -- The List of Technical Personnel intended for the assignment by the Supplier
[Tenderer shall submit in the Format detailed here under]
Sr.
No.
Description
&Details
of position
Name
Qualification
1
2
3
4
Professional
Experience
& details of
works carried out
5
Remarks
6
B -- The List of Technical Personnel Engineer / Architect with the firm.
[Tenderer shall submit in the Format detailed here under]
[Regular employee list only to be given.]
Supporting Documents must be attached.
Sr.
No.
Description
&Details
of position
Name
Qualification
1
2
3
4
Signature of the Supplier
(With rubber stamp & Date)
Professional
Experience
& details of
works carried out
5
No. of years with
company
6
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 30 of 38
UTTAR GUJARAT VIJ COMPANY LIMITED
APPENDIX-2
TENDERER’S EXPERIENCE
List of Similar jobs executed by the Supplier year wise with Name & address of person
whom reference can be made, by the UGVCL, if required necessary. [Tenderer shall
submit the information in the Format detailed here under]
Supporting Documents must be attached.
Value
Name
&
supply
Sr. Description
made
No of Supply
Of
Period
as per
Contract
Rs.
1
2
3
4
Actual
Period
for the
Completion
of
the
supply
5
Signature of the Supplier
(With rubber stamp & Date)
Date
Of
Client
Completion
6
7
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 31 of 38
Persons
to
whom
Reference
may be
made
8
UTTAR GUJARAT VIJ COMPANY LIMITED
APPENDIX-3
FINANCIAL STATUS
Annual turnover of last three years of the Company.
[Tenderer shall submit the information in the Format detailed here under]
Supporting Documents must be attached.
Sr.
No
1
Year
2
Turnover in Rs.
3
Remarks
4
2010-11
2011-12
2012-13
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 32 of 38
ANNEXURE – 1
DETAILS OF THE FIRM
Tenderer may MANDATORILY fill all the details in this form.
(These details are necessary to create the database of suppliers)
Supplier Name
Within Gujarat / Outside Gujarat
Pvt. Firm / Ltd.Company / State Govt. Under taking / Central (Indicate the relevant status
Govt. undertaking/Joint venture/Individual/ Partnership
with documentary evidence)
Supplier Category
GST No. and GST Date
Manufacturer/Trader
CST No. and CST Date
Excise No. and Excise
Date
SSI Certificate No. and
Date
NSIC Certificate No.(Should be
revalidated since last 3 yrs.)
NSIC Certificate Date.
Whether under NSIC scheme. If Yes Rs.
then Monetary limit.
Custom No. and Date (If applicable)
License Type (ISO9001/9002)
ISO 9001 / ISO 9002 (Tick Applicable)
License Validity Period
From Date___________ to Date___________
Address of
Registered Office
Factory Works
Authorized
Representative
Contact person name
Designation
Address
City & Pin code
State
Country
Phone Nos.(Office)
Phone
Nos.
(Residence)
Fax Nos.
STD Code.
Mobile No.
Web site address
Email-id
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 33 of 38
ANNEXURE – 2
Supplier must fill up below details & should place at the top of the Technical bid.
1
2
3
4
5
6
7
8
9
10
11
PRICES: [FIRM ONLY]
(Please Specify YES / NO.)
SALES TAX: [IN PERCENTAGE]
(Please Specify INCUSIVE / EXCLUSIVE /
EXEMPTED)
Please quote your Sales Tax Registration No. &
Date.
PENALTY TERMS AGREED
:
(Please Specify YES / NO.)
SECURITY TERMS AGREED:
(Please Specify YES / NO.)
DELIVERY TERMS AGREED:
(Please Specify YES / NO.)
VALIDITY OF THE OFFER AGREED:
(Please Specify YES / NO.)
PAYMENT TERMS AGREED:
(Please Specify YES / NO.)
ITEMS OFFERED:
TELEPHONE NOS. & FAX NO:
Authorized person of the firm
:
Name of the proprietor, partners, directors [as the
case may be], along with address, telephone, fax
no. etc.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 34 of 38
ANNEXURE – 3
Bidders must furnish the below details along with technical Bid.
I.
The financial turn over for the last three years.
II.
Supply of materials in quantity for the last three years.
III.
The yearly capacity to manufacture the materials in quantity.
IV.
The order on hand in quantity with delivery schedule.
V.
Orders /Certificate of Supply of materials in quantity for the last three years.
VI.
Partnership Deed or Article of Association
VII.
Latest Audited Balance Sheet
VIII.
Factory License
IX.
List of Machinery
Signature of Tenderer
Date:
Place:
Company’s Round Seal
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 35 of 38
ANNEXURE – 4
E.M.D. BANK GUARANTEE FORMAT
FOR TENDER NO. : UGVCL/
APPENDIX-I
(BANK GUARANTEE ON NON-JUDICIAL STAMPPAPER OF RS. 100/-)
Messer’s WHEREAS________________________________________________
(Name & Address of the firm) having their registered office at
__________________________________________________(Address of the
firms
Registered office)(Hereinafter called the Tenderer’) Wish to participate in the tender
No._________________________________
for______________________________________of (Supply/ Erection / Supply &
Erection
work)
(Name
of
the
material
/
equipment
/Work)
for
___________________________ Uttar Gujarat Vij Company Ltd. And WHEREAS a Bank
Guarantee
for
(Hereinafter
called
the
Beneficiary”)
Rs.
_______________________________
(Amount
of
EMD)
valid
till
______________(Mention here date of validity of this Guarantee which will be 4
(FOUR) months beyond initial validity of Tender’s offer) which is required to be
submitted by the tenderer along with the tender.
We, __________________(Name of the bank and address of the branch giving the
Bank Guarantee ) having our registered office at ___________________ (Address of
Bank’s registered office) hereby give this Bank Guarantee No. ____________ dated
___________ and hereby agree unequivocally and Unconditionally to pay immediately
on demand in writing from the Uttar Gujarat Vij Company Ltd. Or any officer
authorized by it in this behalf any amount not exceeding Rs. __________ (Amount of
E.M.D.) , (Rupees _______________________ (In words) to the said Uttar Gujarat Vij
Company Ltd. on behalf of the tenderer.
We ___________________________ (Name of the Bank) also agree that withdrawal of
the tender or part thereof by the Tenderer within its validity or Non submission of
Security Deposit by the Tenderer within one month from the date tender or a part
thereof by the tenderer within its validity or Non submission of Security Deposit by
the Tenderer within one month from the date tender or a part thereof has been
accepted by the Uttar Gujarat Vij Company Ltd. would constitute a default on the
part of the Tenderer and that this Bank guarantee is liable to be invoked and
encashed within its validity by the Beneficiary in case of any occurrence of a
default on the part of the Tenderer and that the en-cashed amount is liable to be
forfeited by the Beneficiary.
This agreement shall be valid and binding on this Bank up to and inclusive of
______________________ (Mention here the date of validity of Bank) and shall not be
terminable by notice or by Guarantor change in the constitution of the Bank or the
firm of Tenderer Or by any reason whatsoever and our liability hereunder shall not be
impaired or discharged by any extension of time or variations or alternations made,
given, conceded with or without our knowledge or consent by or between the
Tenderer and the UGVCL.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 36 of 38
NOTWITHSTANDING anything contained hereinbefore, our liability under this
guarantee is restricted to Rs. ____________ (Amt. of E.M.D.) (Rupees
_____________________________________) (in words). Our Guarantee shall remain in
force till __________ (Date of validity of the Guarantee). Unless demands or claims
under this Bank Guarantee are made to us in writing on or before_______ (date
should be I month after the above validity period of BC), all rights of Beneficiary
under this Bank Guarantee shall be forfeited and we shall be released and discharged
from all liabilities there under:
Place:
Date:
Please Mentión here Complete Postal
Address of the Bank with Branch Code,
with
Official Round Seal.
Signature of the Bank’s
Authorised Signatory
Telephone and Fax Nos.
NAME OF DESIGNATED BANKS:
1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.
2. Private Sector Banks authorized by RBI to undertake the state Government
business, which are (I) Axis Bank (ii) ICICI Bank (iii) HDFC Bank
Note: The Banks shall be the Banks recognized I notified by the Finance Department,
Government of Gujarat (GoG) from time to time.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 37 of 38
ANNEXURE – 5
FORM OF BANKER'S UNDERTAKING
(To be executed on non judicial stamp paper of Rs.100/-)
PROFORMA OF BANK GUARANTEE FOR SECURITY- DEPOSIT/PERFORMANCE.
We,
Bank
Of
___________________________________hereby
agree
unequivocally and unconditionally to pay immediately on demand in writing from the
Uttar Gujarat Vij Company Ltd. or any Officer authorized by it. In this behalf any
amount up to and not exceeding Rs. ________(in words) Rupees
___________________________________________to the said Uttar Gujarat Vij
Company Ltd. on behalf of M/S.______________________. who have entered into a
contract for the supply/works specified below:
L.O.A. No. ______________________________________dated________.
This agreement shall be valid and binding on this Bank up to and inclusive of
_______and shall not be terminable by notice or by change in the constitution of the
Bank or the firm of Contractors/Suppliers or by any other reasons whatsoever and our
liability hereunder shall not be impaired or discharged by any extension of time or
variations or alterations made, given conceded or agreed, with or without our
knowledge or consent, by or between parties to the said within written contract.
"NOTWITHSTANDING" anything contained herein before our liability under this
guarantee
is
restricted
to
Rs.
___________(Rupees
____________________________________. Our guarantee shall remain in force
until________(Date of validity of the guarantee).Unless demands or claims under this
Bank Guarantee are made to us in writing on or before _________ (date should be 1
month after the above validity period of BG) , all rights of Beneficiary under this Bank
Guarantee shall be forfeited and we shall be released and discharged from all
liabilities there under.
Place:
Date:
Please mention here Complete Postal
Address of the Bank with Branch Code,
Telephone and Fax Nos.
Signature of the Banks Authorized
With name, ID No. of officer &
Bank seal
NAME OF DESIGNATED BANKS:
1. All Nationalized Banks including Public Sector Banks IDBI Bank Ltd.
2. Private Sector Banks authorized by RBI to undertake the state Government
business, which are (I) Axis Bank (ii) ICICI Bank (iii) HDFC Bank
Note: The Banks shall be the Banks recognized I notified by the Finance Department,
Government of Gujarat (GoG) from time to time.
Signature of the Supplier
(With rubber stamp & Date)
Chief Engineer (Operation)
UGVCL, MEHSANA
Page 38 of 38
Fly UP