38
1 National Horticulture Board Ministry of Agriculture, Government of India 85, Institutional Area, Sector - 18 Gurgaon - 122015 (Haryana) Telephone 0124-2342992, 2347441, 2342989-90 FAX: 2342991 Web: http://www.nhb.gov.in Email: [email protected] DOMESTIC COMPETETIVE BID (DCB) TENDER DOCUMENT FOR Supply & Installation of Office Furniture at Saffron Park, Pampore Pulwama, Jammu & Kashmir DATE OF OPENING: 16.09.2017 LAST DATE FOR SUBMISSION: 21.09.2017 UPTO 14.00 HRS (IST)

National Horticulture Board Ministry of Agriculture ...nhb.gov.in/writereaddata/161017081022office furniture tender -Final... · Saffron Park, Pampore ... Place: Gurgaon . 3 ... Gurgaon

  • Upload
    lamcong

  • View
    220

  • Download
    2

Embed Size (px)

Citation preview

1

National Horticulture Board

Ministry of Agriculture, Government of India

85, Institutional Area, Sector - 18

Gurgaon - 122015 (Haryana)

Telephone 0124-2342992, 2347441, 2342989-90

FAX: 2342991

Web: http://www.nhb.gov.in

Email: [email protected]

DOMESTIC COMPETETIVE BID (DCB)

TENDER DOCUMENT

FOR

Supply & Installation of Office Furniture

at

Saffron Park, Pampore

Pulwama, Jammu & Kashmir

DATE OF OPENING: 16.09.2017

LAST DATE FOR SUBMISSION: 21.09.2017 UPTO 14.00 HRS (IST)

2

Disclaimer

The information contained in this Domestic Notice Inviting Tender (“DNIT”) document or

subsequently provided to Applicant(s), whether verbally or in documentary form by or on behalf

of the Awarder, NHB (National Horticulture Board), or any of their employees or advisors, is

provided to Applicant(s) on the terms and conditions set out in this DNIT document and any other

terms and conditions subject to which such information is provided. This DNIT document is not

an agreement and is not an offer or invitation. The purpose of this DNIT document is to provide

interested parties with information to assist in the formulation of their Application for

Qualification. The DNIT document does not purport to contain all the information each Applicant

may require. This DNIT document may not be appropriate for all persons, and it is not possible for

the Government Representative, its employees or advisors to consider the investment objectives,

financial situation and needs of each party who reads or uses this DNIT document. Certain

Applicants may have a better knowledge of the proposed Project than others. Each Applicant

should conduct its own investigations and analysis and should check the accuracy, reliability and

completeness of the information in this DNIT document and obtain independent advice from

appropriate sources. NHB, its employees and advisors make no representation or warranty and

shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or

completeness of the DNIT document. NHB may in its absolute discretion, but without being under

any obligation to do so, update, amend or supplement the information, without prior intimation

in this DNIT document.

Date: 16.09.2017

Place: Gurgaon

3

Notice Inviting Tender

Details of Tender:

Name of Project Saffron Park at Pampore, Pulwama, Jammu & Kashmir

Name of Work Supply & Installation of Office Furniture.

Period of Completion 1 month

Bidding Type Open

Bid Call (Nos.) 1

Tender Currency Type Single

Tender Currency Setting Indian Rupee (INR)

Rebate Not Applicable

Amount Details

Bid Security/ EMD (INR) Rs. 1,00,000 (INR One lakh Only)

Bid Security/ EMD in favor of National Horticulture Board

Bid Security/ EMD payable at Gurgaon

Important Dates

Bid Document Downloading

Start Date & Time

16.09.2017 10.00 Hrs

Last date for receipt of Queries 19.09.2017 18.00 Hrs

Response to Queries 19.09.2017

Due Date & Time for Receipt

(Submission) of Bids

21.09.2017 14.00 Hrs

Date of Technical Bid Opening 21.09.2017 15.00 Hrs

Date of Financial Bid Opening 21.09.2017 17.00 Hrs

Bid validity Period 60 days after opening of price bid

Submission of Bid document by

Post/Person

Submission EMD & Tender Documents

in the office of the Managing Director, National Horticulture

Board, (Ministry of Agriculture, Government of India)

85, Institutional Area, Sector – 18,

Gurgaon - 122015 (Haryana)

Other Details

Officer Inviting Bids Managing Director,

National Horticulture Board,

(Ministry of Agriculture, Government of India)

85, Institutional Area, Sector – 18,

Gurgaon - 122015 (Haryana)

Bid Opening Authority Managing Director,

National Horticulture Board,

(Ministry of Agriculture, Government of India)

85, Institutional Area, Sector – 18,

4

Gurgaon - 122015 (Haryana)

5

Instructions to Bidders

1 Scope of Bid

1.1 National Horticulture Board (NHB) was set up by the Government of India in 1984 as an

autonomous society under the Societies Registration Act 1860. NHB has its Registered office at 85,

Institutional Area, Sector – 18, Gurgaon - 122015 (Haryana), is responsible for the development of

Horticulture in India. NHB is setting up a state of art facility for processing and value addition of

saffron. The facility is being set-up at Pampore, Pulwama in the state of Jammu & Kashmir.

1.2 There will be an admin block where Offices are proposed in the facility, a guest house and canteen.

The scope of bid includes:

A. Supply & Installation Office Furniture: As per Specification given in the Annexure-A

NOTE:

a. Although NHB shall provide layout and general specifications of Office buildings and tentative

layout showing placement of the office furniture in the Office, but, the supplier/bidder may suggest

different layout plan as it will be the responsibility of the bidder to provide an Office as per

international standards and requirements of accreditation agencies.

6

2 INVITATION TO BIDDERS

2.1 NHB invites item wise Bids (hereinafter referred to as “Bid”) for Supply of Office Furniture as per the

scope of work mentioned in point 1 above at saffron park, Pampore in Jammu & Kashmir.

2.2 The Bids would be evaluated on the basis of the evaluation criteria set out in this Tender document

in order to identify the successful Bidder (hereinafter referred to as “Successful Bidder”). The

Successful Bidder would then have to enter into a Contractual Agreement with NHB and perform

the obligations as stipulated therein, in respect of the work awarded to the bidder.

2.3 Detailed terms and conditions as well as the technical specifications for all items are contained in

the bidding documents.

2.4 The bidder shall submit quote item wise for the work. The bidder MUST QUOTE for all parts of work.

No exclusions will be allowed.

2.5 The NHB shall not take the responsibility for any delay in receipt of the bidding document sent by

post/courier.

2.6 The NHB, Gurgaon at its sole discretion and without assigning any reason there of reserves the right

to accept and/or reject any or all bids. NHB also does not bind to accept the lowest bid. NHB has the

right to award the work order for part or full tender without assigning any reason.

Note: The Bidders are advised to submit complete details about Furniture, such as make model and

material of manufacturing etc. offered by them.

7

3 Eligible Bidders

3.1 The Bidders eligible for participating in the qualification process may be a single Business Entity

meeting the qualification criteria as set out in Proof of Qualification.

3.2 The party should have manufacturing capabilities / technical tie-ups with reputed manufacturers of

Quality Office Furniture. (Enclose details manufacturing capabilities / technical tie-ups).

3.3 Registration / License: The firm must have GST rregistration from the appropriate authorities

(Photocopies of registration certificates to be submitted.)

3.4 Information regarding litigation, expulsions and blacklisting, if any, should be submitted with

details.

3.5 ELIGIBILITY CRITERIA:

3.5.1 The Bidder should be fulfilling the following minimum eligibility criteria and must also submit

documentary evidence in support of fulfillment of these criteria while submitting the technical

bids. Claim without documentary evidence will not be considered. Consortium shall be allowed for

maximum three agencies for implementation of the project. The eligibility criteria and

documentary evidence to be furnished are as follows;

S No Eligibility Criteria Documentary evidence to be attached

1 EXPERIENCE

The bidder should have a minimum of

average yearly turnover of INR One crore

(INR One Crore Only) in manufacturing /

supply of Office furniture for the last

three years endings 31st March, 2017

Audited financial statements duly certified

by chartered accountant (CA) for the last

three Financial year ending March 31st, 2017.

Certificate from CA certified who has audited

balance sheet indicating turnover during the

year from sale of office furniture

AND

The bidder should be a profit-making company

/ firm

Balance sheet / IT return

Bidder should not have been blacklisted or

debarred from bidding by any enterprise /

department of the Government of India and or

central agencies such as NHB, APEDA, MoFPI,

SFAC, NCDC etc. or any department of the

Government of India

8

3.6 The Managing Director (MD), NHB reserves the right to verify the claims made by the Bidder and to

carry out the capacity assessment of the bidder and the MD; NHB’s decision shall be final in this

regard.

3.7 The bidder shall submit the supporting documents regarding the information.

4 Number of Bids

4.1 Each Bidder shall submit one (1) Bid only in response to this Tender. Any Bidder who submits more

than one Bid, either individually or as a part of another bidder, for the Office Furniture will be

disqualified and cause the disqualification of such other bids also. The Bidder shall also be

responsible and shall pay for all of the costs associated with the preparation of its Bid and its

participation in the bidding process.

5 Validity of Bid

5.1 The Bid shall remain valid for a period of 60 days or such other extensions agreed to by bidder till

signing of contractual agreement. NHB reserves the right to reject any Bid, which does not meet this

requirement

6 Bid Preparation Cost

6.1 The Bidder shall be responsible for all the costs associated with the preparation of its Bid and its

participation in the bidding process. NHB will not be responsible or in any way be liable for such

costs, regardless of the conduct or outcome of the Bid.

7 Earnest Money Deposit

7.1 Bids shall be accompanied by EMD of INR 1,00,000 (INR One Lakh Only)

7.2 The EMD shall be in the form of crossed demand draft drawn in favor of “National Horticulture

Board” on any Scheduled/ Nationalized bank and payable at “Gurgaon”. The validity of Bid Security

should be for a period not less than 45 days beyond the final bid validity period.

7.3 The EMD of every unsuccessful Bidder would be returned within a period of thirty (30) days from

the date of announcement of the Successful Bidder. The EMD submitted by the Successful Bidder

would be released upon furnishing of the Performance Security, amounting to 10%(Ten percent) of

contract value by way of an irrevocable Bank Guarantee, issued by a Scheduled/Nationalized bank

located in India in favor of “National Horticulture Board” for due and punctual performance of the

obligations relating to the Office Furniture. The performance security should be valid for a period

not less than 60 days beyond the date of completion of all contractual obligations of the suppliers

including warranty obligations.

9

7.4 The EMD shall be forfeited in the following cases:

7.4.1 If the Bidder withdraws its Bid during the interval between the Bid Due Date and till the date of

finalization of successful bidder.

7.4.2 If the Successful Bidder fails to provide the Performance Security within the stipulated time or any

extension thereof provided by NHB; and

7.4.3 If any information or document furnished by the Bidder turns out to be misleading or untrue in

any material respect.

8 Format and Signing of Bid

8.1 The Bidder shall prepare an original copy of the bid, clearly marking as "ORIGINAL".

8.2 The Bid and all related correspondence and documents shall be typed in indelible ink in English

language and shall be signed by the Bidder or a person or persons duly authorized, on each page of

the bid to bind the Bidder to the contract.

8.3 Any interlineations ensure or overwriting shall be valid only if they are initialed by the person or

persons signing the BID.

8.4 The Bidder shall furnish all the information in the pre-scribed format. Supporting documents and

printed literature submitted with the Bid shall be in English/Hindi.

8.5 The currency for the purpose of the Bid shall be the Indian Rupee (INR).

8.6 The Bidder shall provide all the information as per this Tender. NHB would evaluate only those Bids

that are received in the required format and are complete in all respects. Each Bid shall comprise

the following:

8.7 Part I Submission- EMD & Technical Bid

a. Covering letter in the format set out in Appendix A

b. Details of the Bidder in the format set out in Appendix B

c. EMD in the manner specified in the general terms and conditions

d. Copy of the certificate of registration issued by the authority concerned

e. Power of attorney/authorization with a seal of the company, of person signing the bid documents.

(Appendix C)

f. Audited Balance Sheet for the last three financial years ending March 31st, 2017

g. Income Tax clearance certificate/copy of IT return for the assessment year for last three financial

years.

h. Proof of Eligibility in the format set out in Appendix D.

i. Proof of local presence/support in form local office /authorized dealer ( registration certificates)

10

j. Technical documentation including brochures of the furniture and specifications.

k. Certificate from the statutory auditor of the bidder certifying turnover from sale and supply of

furniture for preceding three years. (Appendix E)

8.8 Part II Submission: Financial Bid

a. The bidder shall give Financial Bid as per format provided in Annexure A

8.9 The bid may be initially placed in two envelopes, duly marking the envelopes as “PART I- EMD &

TECHNICAL BID” and “PART II- FINANCIAL BID”. These envelopes shall then be sealed in a single

outer envelope, super scribed as “Proposal for Supply & Installation of Office Furniture for Saffron

Park at Pampore, Pulwama, J&K”

9 Bid Due Date

9.1 Bids should be submitted before Bid Due Date, in the manner and form as detailed in this Tender.

Bids submitted after due date and time will not be accepted.

9.2 NHB may, in exceptional circumstances, and at its sole discretion, extend the above Bid Due Date by

issuing an Addendum. Any Addendum thus issued will e-mail to bidders. The same will also be

communicated by post.

9.3 It would be deemed that by submitting the Bid the Bidder has

a. Made a complete and careful examination of this Tender document

b. Received all relevant information requested from NHB

c. Made a complete and careful examination of the various aspects of the project.

11

9.4 NHB shall not be liable for any mistake or error on the part of the Bidder in respect of the above.

9.5 At any time prior to the Bid Due Date, NHB may, for any reason, whether at its own initiative or in

response to clarifications requested by any Bidder, modify the Tender document by the issuance of

Addenda. Any Addendum thus issued will E-mailed to the bidders and same will be communicated

by post

10 Opening of Bids and Clarifications

10.1 NHB would open the Bids on date as specified in schedule for bid processing for the purpose of

evaluation.

10.2 NHB reserves the right to reject any Bid not submitted on time and which does not contain the

information/documents as set out in this Tender document.

10.3 To facilitate evaluation of Bids, NHB may, at its sole discretion, seek clarifications in writing from

any Bidder regarding its Bid. The request for such clarification or substantiation and the response

shall be in writing or by facsimile. No material change in the substance of the Bid would be

permitted by way of such clarification/ substantiation.

10.4 Information relating to the examination, clarification, evaluation, and recommendation of the Bid

shall not be disclosed to any person not officially concerned with the process. NHB will treat all

information submitted as part of the Bid in confidence and would require all those who have access

to such material to treat the same in confidence. NHB will not divulge any such information unless it

is ordered to do so by any authority pursuant to applicable law or order of a competent court or

tribunal, which requires its disclosure.

10.5 Bidders may note that NHB will not entertain any deviations to the Tender at the time of submission

of the Bid or thereafter. The Bid to be submitted by the Bidders would have to be unconditional and

unqualified and the Bidders would be deemed to have accepted the terms and conditions of the

Tender with all its contents including the Scope of Work. Any conditional Bid shall be regarded as

non-responsive and would be liable for rejection.

10.6 All correspondence / enquiries should be submitted to the following in writing by fax/ registered

post / courier:

Managing Director

National Horticulture Board

(Ministry of Agriculture, Government of India)

85, Institutional Area, Sector – 18, Gurgaon - 122015 (Haryana)

Telephone 0124-2342992, 2347441, 2342989-90 FAX : 2342991

E-mail: [email protected]

12

11 Evaluation

11.1 The evaluation of the bids shall be carried out for meeting eligibility criteria and the technical

specification. Those bidders who qualify in the Technical Bid as per criteria laid down in Clause 3.6

will be deemed as eligible for financial bid opening. The bidder/s who has quoted lowest in the

financial bid amongst the technically qualified will be the successful bidder provided the items

quoted by them meet the required technical specification as mentioned in the tender document.

11.2 PRE QUALIFICATION : PART- I SUBMISSION

11.2.1 The Part I Submission of the Bid would first be checked for meeting Pre-Qualification eligibility

criteria such as eligibility conditions and completeness of tender timeliness of submission etc. of

the bidder and to assess whether meeting the requirements of the Tender.

11.2.2 The Bid would be responsive if it meets the following conditions:

a. It is received by the Bid Due Date including any extension thereof.

b. It is signed, sealed and marked as stipulated in relevant Clauses of the document.

c. It is with Tender Fee or proof of having deposited the same as required

d. It is with EMD as required

e. It meets the eligibility with proof of such eligibility.

f. It contains all the information and documents as requested in the Tender.

g. It contains information in formats specified in this Tender.

h. It mentions the Bid Validity Period as set out in Tender.

13

11.2.3 Those meeting the Part-I eligibility and other tender requirements would be treated as eligible

bidders for Technical evaluation.

11.3 TECHNICAL EVALUATION: PART-I SUBMISSION

11.3.1 In case the Bid is found to be responsive, the bid would be evaluated in accordance with the

conditions qualification criteria and technical specifications mentioned in the tender, based on the

details submitted by the Bidders. Such evaluation consists of evaluation of technical deviation

statement and other technical information provided including brochure, literature, makes and

models, material of construction etc.

11.3.2 As part of the evaluation of the Part II Submission, NHB may also request the Bidder to submit

clarifications.

11.3.3 The evaluation of the Financial bid i.e. Part II Submission would be taken up only after Part I

Submission is found to meet the requirements of this Tender in terms of Technical Evaluation.

NHB reserves the right to reject the Bid of a Bidder without opening the Part II Submission if, in its

opinion, Part I Submission is not substantially responsive with the requirements of this Tender.

11.3.4 Preference shall be given to the bidder who can provide local support. The bidder has to submit

documentation to support their claim regarding local support. The documentation may comprise

of registration regarding local office /authorized dealer.

11.4 FINANCIAL Bid Evaluation: Part II Submission

11.4.1 Part II Submission of all the Bidders who’s Part I – Eligibility and Technical; Submission meets the

requirements and qualifies technical evaluation stage, will be opened. The Bidders would be

required to submit the Financial Quote as per the Financial Bid format mentioned at Annexure-A.

11.4.2 The bidders should quote price basis delivered on site; including all taxes & duties applicable

(state of center) and other expenses incidental to delivery such as insurance, freight, loading,

unloading or any expense other than those mentioned herein.

11.4.3 The bidder should take into consideration all costs involved till delivery on site including

installation and testing (till hand over) and shall quote the price accordingly. No additional charges

shall be paid later on apart from those quoted in the bid in any case what so ever.

11.4.4 The total cost of the furniture including taxes and duties quoted by the bidder would be

considered for financial bid evaluation.

11.4.5 Any bid, whose Part-II submission is not as per format and/or is with any conditions, then the bid

is liable to be dismissed as “Non-standard bid” and the right of such determination vests solely

with Managing Director, NHB.

11.5 Bid Evaluation Committee:

14

11.5.1 A tender evaluation committee decided by Managing Director, NHB shall do the above evaluation.

The committee shall determine the approach and methodologies for the issues, which may arise

during the above, referred evaluation exercise and have not been addressed in this Tender

Document. The decision of the committee shall be final and binding on all the bidders.

11.6 Selection Methodology

11.6.1 The Financial Offers will be ranked in ascending order based on the Total price quoted for entire

tender ( ie consolidated price for all the items including supply & installation), with the Bidder

quoting the lowest price being ranked first and the Bidder quoting the Second Highest ranked as

second and so on.

11.6.2 The Bidder ranked first in accordance with the above procedure would be declared as the

Preferred Bidder.

11.6.3 In case there are two or more Bidders quoting the same price, the bidder with higher turnover will

be preferred

11.6.4 NHB reserves the right to reject any Bid, if:

a. At any time, a material misrepresentation is made or discovered; or

b. The Bidder does not respond promptly and diligently to requests for supplemental information

required for the evaluation of the Bid.

Rejection of a Bid by NHB as aforesaid would lead to the disqualification of the Bidder. If such

disqualification / rejection occurs after the Bids have been opened and the Preferred Bidder gets

disqualified / rejected, then NHB reserves the right to:

a. Either select the next best Bidder, or

b. Take any such measure/s as may be deemed fit in the sole discretion of NHB, including annulment

of the bidding process.

15

11.6.5 The preferred bidder’s financial offer may be compared with estimated cost of work and also with

other bidders and in case the financial offer is found to be not in conformity/ in the range/ in line,

then NHB reserves the right to negotiate with preferred bidder and may ask for additional

guarantee in whatever manner it may deem fit and even after negotiations, if the final offer is

found to be differing widely with estimated cost of work, then NHB reserves the right to cancel

the tender. NHB’s decision in this context shall be final and binding on all bidders.

11.6.6 In the event of acceptance of the Preferred Bidder with or without negotiations, NHB shall declare

the Preferred Bidder as the Successful Bidder. NHB will notify the Successful Bidder through a

Letter of Intent (hereinafter referred to as “LoI”) that its Bid has been accepted.

11.6.7 LoIs/Purchase orders will be issued item wise.

11.6.8 The Successful Bidder shall execute the Contractual Agreement with NHB within period specified

by NHB of the issue of LoI or within such further time as NHB may agree to in its sole discretion.

11.6.9 Failure of the Successful Bidder to comply with the requirements of Clause 15.7.8 shall constitute

sufficient grounds for the annulment of the LoI and forfeiture of the EMD. In such an event, NHB

reserves the right to

a. Either invite the next best Bidder for negotiations

Or

b. Take any such measures as may be deemed fit in the sole discretion of NHB, including annulment of

the bidding process.

11.6.10 Information relating to the examination, clarification, evaluation and recommendation for the

short-listed Bidders would not be disclosed to any person not officially concerned with the

process. NHB would treat all information submitted as part of the Bid in confidence and will

ensure that all who have access to such material treat it in confidence. NHB would not divulge any

such information unless ordered to do so by any Government authority that has the power under

law to require its disclosure.

11.6.11 To assist in the examination, evaluation, and comparison of Bids, NHB may utilize the services of

PMC.

12 POST AWARDING OF CONTRACT

12.1 WARRANTY

12.1.1 All goods or material shall be strictly in accordance with the specifications. No deviation from such

specifications of these conditions shall be made without NHB’S agreement in writing which must

be obtained before any work against the order is commenced. All materials furnished by the

successful Bidder pursuant to the order (irrespective of whether engineering/design or other

information has been furnished, reviewed or approved by NHB, Gurgaon) are guaranteed to be of

16

the best quality of their respective kinds (unless otherwise specifically authorized in writing by

NHB, Gurgaon) and shall be free from faulty design. The goods/material used by the successful

Bidder and its workmanship should be of proven quality so as to fulfill in all respects the operating

conditions and other requirements specified in the order.

12.1.2 If the materials supplied do not meet the specifications and/or are not in accordance with the

brochures provided with the bid and rectification is required at site. NHB, Gurgaon shall inform

the Bidder giving full details of deficiencies to meet NHB, Gurgaon specifications.

13 TIME OF COMPLETION

13.1 At present NHB expect the following schedules of activities:

I Last date of submission of

offers

As specified

II Evaluation of offers and issue

of letters of intent.

Within 7 days from the date of opening of financial offer

III Date of commissioning of the

work.

Maximum 1 months from the date of agreement.

Please confirm that you would be able to commission the

work by the targeted dates.

17

14 LIQUIDATED DAMAGES

14.1 Please note that TIME IS ESSENCE OF THE CONTRACT. In case of delay in completion, maximum

penalty shall be levied @ ½ % per week or part there of the first two weeks and 1% of the total

contract value per week or part thereof for further delay subject to maximum of 10 % of the

contract value at the discretion of NHB depending upon the gravity and magnitude of delay and

reasons thereof.

14.2 In case of DELAY AND NON PERFORMANCE and implementation schedule not being adhered to by

successful bidder; NHB, Gurgaon has the right to cancel the order wholly or in part without any

liability to pay cancellation charges and procure the goods elsewhere in which case the successful

Bidder shall make good the difference between the cost of goods procured elsewhere and price set

forth in the order with the successful Bidder.

15 SUPPLY, REJECTIONS

15.1 In the event of rejection of non-conforming goods, the successful Bidder shall be allowed to correct

the non-conformities without extension in delivery period. If successful Bidder fails to do so within

the stipulated time, the purchaser shall have the right to take recourse to above Para.

15.2 The successful Bidder shall be solely responsible to ensure the following:

a) Sound packing of all items.

b) Shipment of items by the due date as specified in the contract.

c) Forwarding and transshipment of items up to destination.

d) Insurance for inland transshipment.

e) Receipt of equipment at site and their safe custody till they are installed, tested and

commissioned and the spares handed over to the authorized representative of NHB.

f) Installation as per the contract.

g) Handing over after the installation to authorized representative of NHB in perfect condition

15.3 The material will be accepted only as delivered on site, after due inspection and verification by the

representative of NHB for adherence to specifications, quality parameters and quantities as per the

terms of award

16 TERMS OF PAYMENT

16.1 The terms of payment shall be as per the details given below. The payment shall be released after

verification & certification by the authorized representative of NHB.

The payment will be against running bill after due verification, against delivery of material at site.

10% of the contract value will be held and released only on renewal of performance guarantee as

18

stipulated by contract

19

17 SUBSTITUTION AND WRONG SUPPLIES

17.1 Unauthorized substitution of materials delivered in error of wrong description or quality or supplied

in excess quantity or rejected goods shall be returned to the successful Bidder at his cost and risk.

18 SETTLEMENT OF DISPUTES AND ARBITRATION

18.1 Except where otherwise provided for in the contract, all disputes of difference shall be referred to

the sole arbitrator namely Managing Director, NHB, and Gurgaon. The provisions of Indian

Arbitration Act, 1940 and the rules made there under or statutory modifications thereto for the

time being enforced.

18.1.1 The supplier shall not have any lien on the site on the work in process for his dues. In case of

dispute of any nature the supplier should handover the site/work in progress, if so directed to the

party irrespective of pending settlement of his dues to enable the party to get the work completed

from some other supplier of his choice.

19 LAWS GOVERNING THE CONTRACT

19.1 All questions, disputes or differences arising under the out of, or in connection with the contract if

concluded shall, if required to be referred to any court of law, be referred to the courts at Gurgaon

and the said court only shall have the jurisdiction and decide matters according to the laws of India.

20 COMPLETION CERTIFICATE

20.1 Within 10 (ten) days of completion of the work, the successful Bidder shall send information in

writing to the Managing Director, NHB. Within 10 (ten) days of receipt of information the Managing

Director, NHB or his representative, & Project Consultant shall inspect the work and if found

satisfactory without any defect, issue a completion certificate. Otherwise provisional completion

certificate shall be issued mentioning the defects :

(a) To be rectified by the supplier and/or

(b) For which payment will be made at a reduced rate.

But no completion or provisional certificate will be issued till the supplier clears/make good all the

defects.

21 QUALITY OF MATERIALS AND WORKMANSHIP AND APPROVED MAKES

21.1 The entire work of fabrication, assembly and installation shall conform to sound engineering

practice and on the basis of "fail safe" design. The mechanical parts subject to wear and tear shall

be of easily replaceable type.

20

21.2 Surfaces which are in contact with oil shall not be galvanized or cadmium plated.

21.3 PAINTING & PROTECTION

21.3.1 All furniture supplied, wherever feasible, shall be given final coat of paint over the primer after

necessary treatment at the works before dispatch. All damages to painting during transport and

installation shall be set right or repainted to the satisfaction of the department before handing

over. All structural frame work of the assorted items of furniture shall be given the final coat of

paint of approved shade at site after erection is complete.

21.3.2 Color scheme for the furniture shall be decided by the client at the time of order.

22 FINAL INSPECTION AND HANDING OVER

22.1 When the installation is deemed by the supplier to be completed, they shall arrange with the

Department/ Inspector for inspection of the furniture (if required by the client). Proceedings of

inspection shall be recorded and installation shall not be accepted until the department/

inspecting officer is satisfied about its compliance with the requirement of these specifications.

Only after department/ inspecting officer is satisfied about its compliance with the requirement of

the specifications, NHB would take over the Furniture. Until these are taken over by NHB/ Client,

responsibility of safe custody is of Supplier/ Contractor.

21

APPENDIX A

LETTER OF APPLICATION

(On the Letter head of the Applicant/ lead member in case of consortium)

Date:

To

Managing Director,

National Horticulture Board,

(Ministry of Agriculture, Government of India)

85, Institutional Area, Sector – 18, Gurgaon - 122015 (Haryana)

Ref: Supply, & Installation of Office Furniture at Saffron Park, Pampore, J&K.

Sir,

Being duly authorized to represent and act on behalf of _______________ (hereinafter referred to as “the

Applicant”), and having reviewed and fully understood all the pre-qualification requirements and

information provided, the undersigned hereby apply for qualification for the project referred above.

We are enclosing our Application with the details as per the requirements of the DNIT, for your evaluation.

(Authorized Signatory)

Full Name:

Address:

22

APPENDIX B

Details of Bidder

(1) (a) Name of Bidder

(b) Address of Office (s)

(c) Date of incorporation and/or commencement of business

(2) Brief description of the business entity including details of its main lines of business and proposed

roles and responsibilities in this Project.

(3) Details of individual (s) who will serve as the point of contact / communication for AWARDER

within the Company

(a) Name :

(b) Designation :

(c) Business Entity :

(d) Address :

(e) Telephone No. :

(f) E-mail Address :

(g) Fax No. :

(h) Mobile number :

(4) Name, Designation, Address and Phone Nos. of Authorized Signatory of the Applicant:

(a) Name :

(b) Designation :

(c) Address :

(c) Telephone No. :

(d) E-mail address :

(e) Fax No. :

23

APPENDIX C

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION

(On Stamp paper of relevant value/letterhead of the company)

POWER OF ATTORNEY

Know all men by these presents, we__________________________ (name and address of the registered

office) do hereby constitute, appoint and authorize Mr. / Ms. __________________________

(name and address of residence) who is presently employed with us and holding the position of

______________________ as our attorney, to do in our name and on our behalf, all such acts,

deeds and things necessary in connection with or incidental to our bid for the project envisaging

Supply and Installation of the Office Furniture at Saffron Park, Pampore, Jammu & Kashmir

including signing and submission of all documents and providing information / responses to NHB,

representing us in all matters before NHB, and generally dealing with NHB in all matters in

connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this

Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and

shall always be deemed to have been done by us.

Dated this the _____ Day of ……………, 2017

For ___________________________

(Signature)

(Name, Title and Address)

Signing on behalf of the Bidder/ Lead Member in case of Consortium

Accepted

………………………… (Signature)

(Name, Title and Address of the Attorney)

24

Appendix –D

Proof of Eligibility

1. Qualification Criteria

The Bidder must satisfy the following Qualification Criteria for experience in order to qualify for the

OFFICE FURNITURE.

2. Details of Experience

The Bidder should furnish the details of eligible experience as set out below:

Sr.

No.

Details of Similar

Equipment

Client Value

Time Period

Year

1

2

3

4

5

3. Financial Capability

Financial Information

in Rs. Equivalent

For year

2014-2015

For year

2015-2016

For year

2016-2017

1. Total Assets

2. Current Assets

3. Total Liabilities

25

4. Current Liabilities

5. Profit before Tax

6. Profit after Tax

7. Annual Turn over

4. Supporting Documents

The following documents would need to be submitted to support the Bidder’s claim of experience stated

in the table above.

Sr. No. Supporting Qualification Criteria

for Experience

Supporting Documents

1 Similar Experience Certificate from statutory auditor/work orders

2 Financial Capability Last three Year’s Audited Balance Sheets;

3 Registrations Copies of Registration

Certificates with Government Bodies and

Institutions

26

APPENDIX E

Certificate from the Statutory Auditor / Client

This is to certify that _______________ (Name and Registered office of the Applicant) has constructed /

supplied for ___________ (Title of the Project).

We further certify that ______________ (Name and Registered office of the Applicant) has executed

/earned an income from executing this project of_________ (Amount).

Signature of the Name Place Date

Authorized Signatory

1. It may be noted that in the absence of any detail from the above certificate, the information

would be considered inadequate and could lead to an exclusion of the relevant project.

2. If the Applicant is claiming experience under relevant Category the Applicant should provide a

certificate from his statutory auditor in the format given below:

27

Annexure A

S.

No.

Item Specification Quantit

y

Unit

Rate (

Rs)

Taxes &

Duties

Transport

ation,

insurance

and other

costs

incidental

to

delivery

on site

Total

Value

( Rs)

1. Executive

Modular

Table

Providing and Placing Wooden table

,Top Made of 25 mm thick commercial

Board, Table side and Modesty Shall be

made with 18 mm thick commercial

Board ,outer fabricated with 1 mm sun

mica size 1500 x 900 x 750 mm with

three drawers size of 525mm H x 450

mm W x 385mm D(Top bind with 2mm

thick PVC edge tape)

12

2 Office

Chair

Providing and placing of high back

chair, the seat and back shall be made

up of 1.2 cm. thick hot pressed

plywood, upholstered with fabric and

molded polyurethane foam, together

with molded seat and back covers. The

polyurethane foam is molded with

density = 45 +/- 2 kg/m3 and hardness

= 16 +/- 2 kg. On Hampden machine at

25% compression. The seat & back

cover is injection molded in black co-

polymer polypropylene. The one-piece

armrests are made of black integral

skin polyurethane with 50-70 shore

hardness and reinforced with M.S.

insert. The mechanism is swivel tilt with

one point control locking .The seat

height adjustment with gas lift BIFFA

standard class-3.The pedestal is

injection molded in black 30% glass-

12

28

filled nylon and fitted with 5 nos. twin

wheel castors. The twin wheel castors

are injection molded in black nylon.

Chair shall be upholstered in fabric of

approved shade. Seat size-19” (W) 18”

(D) Back size-19” (W) 26” (H) seat to

back height.

3 Visitor

Chairs

Providing and fixing a medium back

chair. The back is made of hot pressed

12+6 mm thick wooden twin ply

upholstered with PU foam density 32

kg/m3 and Fabric tapestry. And seat is

made of hot pressed 15mm thick

wooden ply upholstered with PU foam

density 40+/-2 kg/m3 and fabric

tapestry. The chair made of cantilever

type CRCA chrome plated pipe frame

size 28mm x 1.4 mm thick and placing

armrest made of rubber & melamine

wood on frame. Seat size shall be-

520mm (W) x 485mm (D) and back size

shall be 510mm (H) from seat & overall

height: 970 mm. There are PVC shoes

are available on the bottom of frame.

24

4. Receptio

n Table

Manufacturing, supplying and placing

in position of the reception table. Top

of the table shall be made up of 25mm

Pre- laminated Particle Board as per IS

IS: 12823, edges finished with 2mm

PVC Lipping. Inside radius, outside

radius and depth shall be 700, 1350

and 790mm respectively. It shall have

counter frosted glass10mm thick with

diamond cut finish on the edges. Inside

radius, outside radius and depth of

glass shall be 1202.5/1402.5 and

200mm respectively. Worktop height

shall be 725mm and Counter height

shall be 1035mm .Angles sustained

with the arc must be 60 degree

2

29

.Modesty panel shall be made of MS

perforated sheet and shall have

dimensions 0.8mm (thick) x665mm

(height) below the work surface and

0.8mm (thick) x 260mm (height) above

the work surface. Legs of the desk shall

be made of 18mm Prelaminated

Particle Board and height 604 mm.

5 High

back

Executive

Revolving

Chair

(For

Receptio

nist)

Providing & Placing ergonomically,

comfortable and aesthetically design

high back chair. Seat and back are

made of hot pressed molded 12+6 mm

thick wooden twin ply upholster with

PU foam density 40+/-2 kg/m3 in seat

& PU foam density 32+/-2 kg/m3 in

back and leatherite tapestry. Chair

revolving in 360 degree and mechanism

will be Swivel tilt type with one point

locking and arm rest are made of

polyurethane 45 mm width. The

pneumatic seat height adjustable 100

mm in BIFMA standard class 3 and

covered with telescopic polypropylene

cover. Pedestal is made of injection

molded polypropylene with chrome

finish and fitted with 5 nos. twin

wheels castors which are made of

injection molded black Nylon 6. The

seat size shall have - 18.5"(D), 21" (Br.)

and back height 27.5"from seat, Overall

height of chair-44".

2

6 Lounge

sofa 3

seater

Providing and placing sofa inner frame,

basic structure made of Marandi hard

wood and commercial ply frame with

upholstery 45kg/m3 ,130mm thick of

foam in seat and 32kg/m3 ,90 mm thick

of foam in back , Back foam

Leatherette tapestry with 1+/-.1 mm

thick and arms are made of Hard wood

and commercial plywood and

4

30

upholstered with foam 32kg / m3 and

support with legs are made of SS 304

grade, Pipe size 50mm X 10mm X 1.5

thick mat finish with PPCP shoe. The

Arms are supported with main frame

and fix SS 202 grade strip size 16mm X

4mm in front side and this strip should

be fitted from inside. Overall size: of

single seater 690mmx750mmx700mm

(LxDxH) and Overall size for two seater

1625mmx750mmx700mm (LxDxH).

7 Lounge

sofa 2

seater

Providing and placing sofa inner frame,

basic structure made of Marandi hard

wood and commercial ply frame with

upholstery 45kg/m3 ,130mm thick of

foam in seat and 32kg/m3 ,90 mm thick

of foam in back , Back foam

Leatherette tapestry with 1+/-.1 mm

thick and arms are made of Hard wood

and commercial plywood and

upholstered with foam 32kg / m3 and

support with legs are made of SS 304

grade, Pipe size 50mm X 10mm X 1.5

thick mat finish with PPCP shoe. The

Arms are supported with main frame

and fix SS 202 grade strip size 16mm X

4mm in front side and this strip should

be fitted from inside. Overall size:-

Overall size for two seater

1625mmx750mmx700mm(LxDxH)

6

8 Coffee/C

entre

Table

Providing and Placing The centre table

frame is made out of Teak wood/Teak

plywood with Castors duly polished.

Top fitted with 8 mm thick clayer or

tinted glass in size 4X2’ rectangular

shape.

Walnut colour t top glass. Table all over

size 1200mm x 600mm

3

31

9 Corner

table

Providing & placing corner table Frame

made out of teak wood duly sprits

polished. Top made out of 19 mm thick

commercial black board preened with

1 mm thick Sunmica or Top fitted with

6 mm thick coaster or tinted glass

Walnut colour shape & toughened

12mm thick. Table all over size 600mm

x 600mm & all frames will chrome

plated.

6

10 Conferen

ce Table

24 seater

(O shape)

Providing and fixing CONFERENCE

ROOM Table with the following

specifications. The table is to be

supplied in completely knock down

conditions for assembly at site. The

construction of the main table shall be

free standing structure constructed

with the help of minifix dowels and

pins. The table should be made up of

36mm thick MDF board with The work

top shall be provided with 36 mm thick

pre-laminated MDF Board ,base and

Modesty all partition made with 25

mm pre- laminated MDF Board .Table

shall be 4 flip up box size of 6”x

3”.Over all

Size 6000 w x 1500 d x 760 h Round

Shape for 26 people.

01

11 Conferen

ce chair

Providing & Placing ergonomically,

comfortable and aesthetically design

low back chair. Seat and back are made

of hot pressed molded 12+6 mm thick

wooden twin ply upholster with PU

foam density 40+/-2 kg/m3 in seat &

PU foam density 32+/-2 kg/m3 in back

and leatherite tapestry. Chair revolving

in 360 degree and mechanism will be

Swivel tilt type with one point locking

and arm rest are made of chrome

24

32

plated CRCA metal and cushioned with

leatherite tapestry .The pneumatic seat

height adjustable 100 mm in BIFMA

standard class 3 and covered with

telescopic polypropylene cover.

Pedestal is made of of chrome plated

CRCA metal pipe dia, 38mm and fitted

with 5 nos. twin wheels castors which

are made of injection molded black

Nylon 6. The seat size shall have -

20"(D), 19.5" (Br.) and back height

20.5"from seat, Overall height of chair-

37".

12 24 seater

Auction

Table

(Confere

nce Table

– U

shape)

Providing and fixing CONFERENCE

ROOM Table with the following

specifications. The table is to be

supplied in completely knock down

conditions for assembly at site. The

construction of the main table shall be

free standing structure constructed

with the help of minifix dowels and

pins. The table should be made up of

35mm thick MDF board with balancing

laminate. Top is finished with post

formed. MDF Board shall be of Interior

Grade as per IS 12406 : 2003 The 2-

seater C of size-1350mm x 600mm, 1-

seater rectangular of size-

750mmx600mm, and 2- seater

semicircular of size-1350mm x 710mm

or 1seater quarter circular of size

710mm x 710mm. The table

connections have to be made in such a

way that no gaps should be seen in

between the tables. The main table

shall be supported on 2 nos. gable ends

and a modesty panel. The gable ends

shall be constructed out of 25 mm thick

pre-laminated particle board finish as

per approved shade. Modesty panel

shall be made up of 18mm thick pre-

01

33

laminated particle board finish. The

provision of Wire carrier shall be as per

manufacturer specifications. Size 6000

w x 1500 d x 760 h Conference table for

26 person.

13 Conferen

ce chair

Medium

Back

Chair

Silver PP

Arms,

Silver PP

Base, Gas

Lift,

Leatherit

e

Tapestry

We are providing ergonomically,

comfortable and aesthetically design

low back chair. Seat and back are made

of hot pressed molded 12+6 mm thick

wooden twin ply upholster with PU

foam density 40+/-2 kg/m3 in seat &

PU foam density 32+/-2 kg/m3 in back

and leatherite tapestry. Chair revolving

in 360 degree and mechanism will be

Swivel tilt type with one point locking

and arm rest are made of chrome

plated CRCA metal and cushioned with

leatherite tapestry .The pneumatic seat

height adjustable 100 mm in BIFMA

standard class 3 and covered with

telescopic polypropylene cover.

Pedestal is made of chrome plated

CRCA metal pipe dia, 38mm and fitted

with 5 nos. twin wheels castors which

are made of injection molded black

Nylon 6. The seat size shall have -

20"(D), 19.5" (Br.) and back height

20.5"from seat, Overall height of chair-

37".

24

14 Dining

Table 6

seater

Providing Placing wooden Dining table

made with seasonal wood with

/Plywood with four square leg suitable

for sitting of 6 persons size 1500 x 900

x 750

As per desired colour.

08

15 Dining

Wooden

chair

Providing and placing Dining wooden

chair frame made of wood duly

polished seat made of 2’ thick U foam

50

34

without arm.

16 Writing

Table

Providing and placing writing table. Size

of table should be 1200mm x 600mm

x750mm made of 18 mm thick (2mm

thick pvc edge banded) MDF board.

Top & vertical members of 18 mm pre-

laminated MDF Board size with single

drawer, size of drawer should be

300mm H x 400 D x 385mm.

04

17 Writing

table

chair

Providing low back chair, seat is made

of 12mm hot pressed ply wood with PU

foam density 45kg/m3 & back made of

Polypropylene with PU foam density is

35 kg/m3 and fabric tapestry. The

revolving chair type designed without

arms rest and gas lift BIFMA 3 standard

telescopic gas lift cover, Nylon base

30% glass filled with twin wheel castor

and Push back mechanism. The HR

plate size 60mm X 6mm with Ribs

powder coated and joint with back and

mechanism.

Nylon base load capacity- 1250kg. Seat

size 18" (w) x 18" (d) , back height 15"

from seat and Overall height -33".

04

18 Hostel

single

bed

made of

exterior

grade,

Hard

Board

size

78”x36”

with

storage

duly

melamin

Providing & Single bed without box of

size 72’’X36’’X32’’ head & foot side

made of complete 19 mm commercial

board with 1 mm laminate4 of

approved shade & standard make head

side have 32”” ht & foot side having 18’

ht with molding in the centre base

made of 12 mm commercial ply.

08

35

e

polished.

19 Bed side

table

Providing Bed side Table of outer

dimensions18"x18"x18" made of 19mm

commercial board having one drawer

and one shutter cabin beneath. All

outer surfaces to be finished in 1 mm

laminate as approved by NHB. Back

side of table to be fixed with 8mm ply

finished with 0.8mm laminate as

approved. The drawer shall be

supported on telescopic channels and

shall have universal drawer (75mm, 6

levers) lock. All the internal surfaces to

be finished inch 0.8mm white/ ivory

color laminate. The exposed/

unexposed surface if any shall be

finished in matte .The table to have

adjustable nylon shoes.

04

20 Wardrob

e

(Almirah)

for hostel

Cupboard/Storage Unit Size – 2150 (H)

x 900 (W) x 600 (D) mm Specifications -

with Three Middle Shelf, with top made

of 25mm thickness Flat single layer

MDF board of Grade SBG II of IS

12406/2003 Reaffirmed Feb.2013),

Amendment No.1 & 2. Two long sides

shall have post form half round profile

of laminate in approved colour in

Swede/Matt finish 0.6-0.8mm thickness

conforming to IS 2046/1995 with

having balancing laminate of 0.5mm

thick on other side. Rest plain sides

shall have edge banded with PVC tape

of 2mm thick of reputed make with the

help of hot melt glue. Complete body

with shelves are made up of 18mm

except back which is of 12mm, Flat

single layer Pre-laminated MDF board

conforming to having designation

PLMDF – 23 of IS 14587/1998 of

04

36

required shade. Top shall be fixed with

sides and bottom/ Skirting using mini

fix and wooden dowel by using (Knock

Down) system for interconnecting. For

all sides, bottom, shelf, shutter of the

storage unit free edges are edge

banded with 0.8-1.0mm thick PVC tape

with the help of hot melt glue. Two

shutters of equal width will hung on die

of the storage unit with the help of

auto closing hinges .The multipurpose

square/round lock is to be provided in

the center of right door and two no SS

tow bolts of 100mm on the other door.

A skirting of 75 shall be provided.

Adequate nos. of buffer is to be

provided at the bottom and as per

general technical requirements. A oval

shaped cloth hanging road shall also be

provided in each cupboard.

21 Compact

storage

unit

(Almirah)

with

shelves

Cupboard/Storage Unit Size – 1850 (H)

x 900 (W) x 600 (D) mm Specifications -

with Four Shelf, with top made of

25mm thickness Flat single layer MDF

board of Grade SBG II of IS 12406/2003

Reaffirmed Feb.2013), Two long sides

shall have post form half round profile

of laminate in approved colour in

Swede/Matt finish with having

balancing laminate of 0.5mm thick on

other side. Rest plain sides shall have

edge banded with PVC tape of 2mm

thick of reputed make with the help of

hot melt glue. Complete body with

shelves are made up of 18mm except

back which is of 12mm, Flat single layer

Pre-laminated MDF board required

shade.

10

22 Three

seater

Providing and placing in position

powder coated perforated cold rolled

04

37

waiting

sofa

M.S. sheet lounge seater as per

specifications mentioned below:-

(i) Cross beam: Cross beam shall be

made of powder coated rectangular

M.S.E.R.W. (Mild steel electric

resistance welded)tube having 50mm x

50mm X 2mm size.

(ii) Leg and armrest: leg and armrest

shall be chrome plated made of cold

rolled steel with 2mm thickness

armrest & leg shall be assembled to the

cross beam with two bolts.

(iii) Seat back unit: seat back unit shall

be made 1.6mm thick powder coated

perforated cold rolled M.S. sheet. The

side bars are made of solid steel dia

12.7mm covered with the sheet.

(iv) The unit shall be assembled on the

cross beam with help of m8 bolts (per

shat - eight no’s, seat to bracket abd

four no’s bracket to cross beam.)

Size 1600mm(w) x 600mm (d) x

800mm(h) having seat height 430mm

23 Display

Almirah

for

display of

Saffron

in

Auction

Centre

Frame made out of Teak

wood/plywood with Coaster duly

polished fitted with 8 mm thick clayer

or tinted glass in Crystal size (WxDxH)

21’’X19’’X75’’ 530X475X1900 (mm)

shape for display of saffron

2

24 Chairs for

stigma

hall

farmers

Without

arm,

straight

back.

SEAT/BACK ASSEMBLY: The seat and

back are made up of 1.2 cm thick hot

pressed plywood, upholstered with

fabric and molded Polyurethane foam

with PVC Lipping all around. BACK SIZE

48.0cm.(W) x 47.0cm.(H) SEAT SIZE:

45.0cm.(W) x 48.0cm.(D)The back foam

is designed with contoured lumbar

support for extra comfort. Mid back

450

38

Chair 2) POLYURETHANE FOAM: The

polyurethane foam is molded with

density = 45 +/-2 kg/m3 and Hardness =

20 +/- 2 on Hampden machine at 25%

compression. TUBULAR FRAME: The

tubular frame is cantilever type & made

of Dia.2.54cm. (1”)x 14 BG M.S. E.R.W.

tube and black powder coated. With

nylon grommets

Note :

1. The bidders should quote price basis delivered on site; including all taxes & duties

applicable (state of center) and other expenses incidental to delivery such as insurance,

freight, loading, unloading or any expense other than those mentioned herein.

2. The bidder should take into consideration all costs involved till delivery on site including

installation and testing (till hand over) and shall quote the price accordingly. No additional

charges shall be paid later on apart from those quoted in the bid in any case what so ever.