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,
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
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.