56
Page 1 of 56 Bid Document For Selection of Event Managenment agency for Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar on Textile Industry in Maharashtra) Tender No. Samanya/ Vastray-2020/621/2019-2020 Sr No Important Event Date 1 Date of issue of tender 31.01.2020 2 Last date for submission of Technical and Financial Bids 15.02.2020 at 15:00 Hrs. (IST) 3 Date for opening of Technical Bid 17.02.2020 at 11:00 Hrs. (IST) (This document is meant for the exclusive purpose of inviting bids and shall not be transferred reproduced or otherwise used for purposes other than that for which it is specifically issued) Note:- 1. Technical Bid is required to be submitted on line as well as Hard Copy 2. Financial bid is to be submitted online only. By Commissionerate of Textiles, Maharashtra State, Nagpur, Old Secretariate Building, OPP G.P.O. Nagpur 440001 Tender Document Fee: 14,000.00

Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 1 of 56

Bid Document

For

Selection of Event Managenment agency

for

“Vastraya - 2020”

(A Buyers’ & Sellers’ Meet and Seminar on Textile Industry in Maharashtra)

Tender No. Samanya/ Vastray-2020/621/2019-2020

Sr No Important Event Date

1 Date of issue of tender 31.01.2020

2 Last date for submission of Technical and

Financial Bids

15.02.2020 at 15:00 Hrs. (IST)

3 Date for opening of Technical Bid 17.02.2020 at 11:00 Hrs. (IST)

(This document is meant for the exclusive purpose of inviting bids and shall not be transferred

reproduced or otherwise used for purposes other than that for which it is specifically issued)

Note:-

1. Technical Bid is required to be submitted on line as well as Hard Copy

2. Financial bid is to be submitted online only.

By

Commissionerate of Textiles,

Maharashtra State, Nagpur, Old Secretariate Building, OPP G.P.O. Nagpur 440001

Tender Document Fee: ₹ 14,000.00

Page 2: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 2 of 56

Reference Table of Contents

Chapter Subject Page

No.

1. About Commissionerate of Textiles, Maharashtra State, Nagpur 4

2. General Information to Bidders regarding procedure for submission of

Tender Documents 5

3. Bid evaluation criteria and selection procedure 13

4. General Terms and Conditions 16

5. Annexure 1: Eligibility Criteria and Application Form 26

6. Annexure 2: Letter of undertaking 30

7 Annexure 3: Performance Bank Gurantee Format 31

8 Annexure 4: Self-Declaration – Non Blacklisting 34

9 Annexure 5: Details of Similar Works Executed 35

10 Annexure 6: Format of Power of Attorney 36

11 Annexure 7: Representative Authorization Letter 37

12 Annexure 8: Financial Bid 38

13 Annexure 9: Detailed Specification 40

14 Annexure A: Quantity for Instructions of Civil Work 46

15 Annexure B: Publicity News paper 49

16 Annexure B1: Publicity other than News paper 51

17 Annexure B2: Cultural Programme 51

18 Annexure C: Seminar 52

19 Annexure 10: Instructions to the Contractors/Bidders for the

e-submission of the bids online through e-Procurement Portal 54

Page 3: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 3 of 56

NOTICE INVITING TENDER

Tender No. Samanya/ Vastray-2020/621/2019-2020

Commissionerate of Textiles, Maharashtra State, Nagpur-440001 invites open e-tender from the agencies

empaneled by Ganeral Administrative Department, Government of Maharashtra vide Government

Resolution No. MVJ-2017/CR No 376/34, Dated 21st May,2018 (शासन ननर्णय, सामान्य प्रशासन निभाग क्र .

मािम- 2017 प्र .क्र . 376/34 नि.21 मे 2012) under two bid system for the Providing Event Management

Services FOR “VASTRAYA - 2020” (A Buyers’ & Sellers’ Meet and Seminar on Textile Industry in

Maharashtra) at Kolhapur/ Mumbai/Nagpur on 1st week of March 2020.

Sl.N

o. Item Details

1 Name of Work: Organising Event

“VASTRAYA - 2020”

(A Buyers’ & Sellers’ Meet and Seminar on

Textile Industry in Maharashtra) with all

preparations

Place: Kolhapur/ Mumbai/Nagpur

Date: 1st week of March 2020.

Date of availability of Tender Document 31st January 2020 from 18.00 hours

to

15th February 2020 up to 15.00 hours

3 Mode of Selection e Tender two Bid System

4 Last date and time for submission of bids 15th February 2020 up to 15.00 hours

5 Date of Pre-bid Meeting 5th February 2020 from 11.00 hours

6 Opening of Technical Bid 17th February 2020 up to 11.00 hours

7 Presentation by the Bidders to the

Evaluation Committee

17th February 2020 up to 14.00 hours (any

change will be intimated)

8 Opening of Financial Bid 17th February 2020 up to 16.00 hours

9 Earnest Money Deposit (EMD) ₹ 1,40,000/-

10 Cost of tender document

(non-refundable).

No physical sale of tender document

₹ 14,000/-

11 Address for Submission of Hard copy of

Technical Bid (including Tender Document

Fees & EMD) on or before the closing date

and time of bid submission

Commissionerate of Textiles, Maharashtra State, Nagpur,

Old Secretariate Building,

OPP G.P.O. Nagpur 440001

12 Website for downloading tender Document,

Corrigendum, Addendums etc.

www.mahatenders.gov.in

Disclaimer :

This tender is not an offer by Commissionerate of Textiles, Maharashtra State, Nagpur, but an invitation

to receive offer from Eligible Bidders. No contractual obligation whatsever shall arise from the tender

process unless and until a formal contract is signed and executed by duly authorized Officer of

Commissionerate of Textiles, Maharashtra State, Nagpur with the vendor.

Commissioner Textiles,

Commissionerate of Textiles, Maharashtra State, Nagpur

Page 4: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 4 of 56

Chapter 1

About Commissionerate of Textiles, Maharashtra State, Nagpur

Commissionerate of Textiles, Maharashtra State, Nagpur-440001, is established in the

year 1971. The Commissionerate is a entity of Co-operative, Marketing & Textiles Department

of the Government of Maharashtra, It works for cooperative textile industry. Commissioner

(Textile) is ex officio registrar for co-operative textile societies. The Commissionerate also

works for the implementation of the various schemes for co-operative spinning mills, power

loom societies and handloom societies. Working of the Commissionerate is regulated by the

Maharashtra Co-operative Societies Act 1960 and various rules of Government of Maharashtra.

Commissionerate of Textiles, Maharashtra State, Nagpur is trying to adapt the needs of

fast changing digital world and is continuously in process of up gradation. These efforts will

show positive results only when we make the process transparent and public participative.

Commissionerate of Textiles, Maharashtra State, Nagpur developed an mobile application –

TexApp, TexApp is one such innovative concept where textile department is aiming to put all

registered textile units of Maharashtra on Global platform and create business opportunities for

the textile units. The success of the TexApp concept depends on its penetration in society and

actual people connect. Hence to create awareness among the digital generation of India, it is

necessary to arrange a seminar on TexApp Promotion and problems before the Indian Textile

Industry.

Commissionerate of Textiles, Maharashtra State, Nagpur invites e-bids against Tender

in the prescribed format to be submitted on www.mahatenders.gov.in from Eligible Bidders

preferably engaged in Event Management from Maharashtra.

Page 5: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 5 of 56

Chapter 2

General Information to Bidders regarding procedure for submission of

Tender Documents

1. The Tender document has to be downloaded from web site (www.mahatenders.gov.in) and

be submitted online through www.mahatenders.gov.in along with the scans of tender

document fee of Rs. 14000/- ( Rs. Fourteen Thousands only) (non-refundable) and EMD

of Rs 1,40,000/- (Rupees One Lakh Forty Thousand only) through online payment

gateway on mahatenders portal only.

2. Apart from submission of bid through mahatenders Portal, the original hard copy of

Technical Bid along with copy of payment/Transaction receipts for Tender fee and EMD as

above should reach at the following address on or before the date and time of the bid

closing:

Commissionerate of Textiles,

Maharashtra State,

Old Secretariate Building,

OPP G.P.O. Nagpur- 440001

3. This hard copy shall not entail the bidder to be eligible for consideration of bid unless and

until the bid is complete in all respects is submitted through e-Procurement portal. Any

variation in hard copy of technical bid from the uploaded technical bid shall make the bid

liable to rejection.

4. No physical sale of Tender Document will be done and there is no exemption from payment

of tender document fees. The bids without tender document fee shall be summarily rejected.

However, the bidders who are eligible for the exemption for EMD as per the existing Rules

of Government of Maharashtra, will be given exemption from payment of EMD only,

However they have to submit/attach/upload the valid documents for exemption.

5. Documents to be enclosed with the Technical and Financial Bid: The documents shall be

as per the below mentioned checklist in two bid format:

A Technical Bid :

I. Part A (to be Uploaded on mahatenders portal)

Part I of the Technical bid should be uploaded containing the following:

a) Tender documents duly completed, digitally signed but without indicating the price

quoted. (To be attached as Annexure-1)

b) Scanned copies of payment/Transaction receipts for Tender fee and EMD. (To be

attached as Annexure-2)

Page 6: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 6 of 56

c) Audited annual accounts for last 3 years. (i.e. 2016-17, 2017-18, 2018-19) (To be

attached as Annexure-3)

d) Income Tax return certificates for last 3 years. (i.e. 2016-17, 2017-18, 2018-19) (To

be attached as Annexure-4)

e) The Applicant should have an average annual turnover of at least Rs. 75 lakhs

(Rupees Seventy Five Lakhs Only) in any one year from the last three financial years

(2016-17, 2017-18 & 2018-19). Turnover certificate of at least one financial Year

from last three years should be attached. (i.e. 2016-17/ 2017-18/2018-19) (To be

attached as Annexure-5)

f) PAN Card copy of Firm/ Proprietor (To be attached as Annexure-6)

g) GST Registration Certificate if applicable as per GST Act. (To be attached as

Annexure-7)

h) Self-Declaration – non-blacklisting as per (To be attached as Annexure-8)

i) Details and proof regarding past performance of the similar work/services & list of

clients of similar works executed to Government / Semi Government/ Private

Institutions. The Bidder should have successfully completed, during 3 years from 1st

April, 2016, at least one assignment of minimum value of Rs.50 lakhs or two such

assignments of minimum value of Rs. 35 lakhs each for any Government

organization/ Government ITI/ Government Engineering Colleges/ Government

Polytechnics/ Private Engineering College of repute in India. (To be attached as

Annexure-9)

II. Part B (Presentation to be made on event concept and flow of maximum duration of

20 minutes to evaluation committee of Commissionerate of Textiles, Nagpur.)

Conceptual Presentation of the event proposal should include -

Proposed concept & plan of the events should include

Technological Innovation

Performances and performers

End-to-end management

Lighting & Sound effects

Seating plan, access management

Stage Designs

Others

B Financial bid (to be Uploaded on mahatenders portal)

a) Should be uploaded in BoQ format only (hard copy of financial bid not to be sent)

containing the following

Page 7: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 7 of 56

b) The bidder shall quote the prices/rates online as specified in the BoQ format given at

(As per Annexure 7).

c) The bidders should quote their most competitive prices/rates.

d) All prices/rates should be clearly written both in figures and in words.

e) The prices/rates quoted shall be firm throughout the period of the validity of the offer

and subsequently during the currency of the contract and shall not be subject to any

variation/revision.

f) Price should be quoted for each and every item failure to which will lead to

cancellation of bid.

g) Work order will be given to one bidder who will quote lowest amount considering

sum of all quoted prices of all items. (Individual item wise work orders to various

bidders quoting lowest prices for various equipment will not be given)

h) Liberty of purchasing individual items depends upon will of purchaser and it will be

bind upon successful bidder.

Notes:

a) All the Bidders have to abide by all the terms and conditions mentioned in this

Tender document.

b) Each bid document and supporting documents uploaded must be signed. The original

documents of Technical Bid shall be signed by a person duly authorized to bind the

organization to the Contract. A duly stamped Power-of-Attorney (as per annexure-

5) accompanying the Bid Document shall support the representative authorization

letter (as per annexure-6).

c) The person signing the Bid Document shall sign and stamp at the bottom all

pages of the Bid Document and each page of the bid document should be

properly numbered and submitted as a package along with forwarding letter on

bidder’s letter head. There should not be any overwriting or cutting or interpolation

and any correction/ overwriting/ cutting/use of whitener etc. will lead to

rejection of the Bid.

d) In case, any bidder encloses the financial bid within technical bid or sends hard copy

of financial bid separately or with hard copy of the technical bid, the same shall be

rejected summarily.

e) Submission of Technical Bid and Financial Bid in any other format than prescribed

or with any variation/modification from prescribed format may result in

invalidation/rejection of such bids. Bid once submitted cannot be modified.

Page 8: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 8 of 56

f) Reproduced / re-word-processed formats or Bidder own formats for the price bids

will disqualify the tender. However the Bidder can reproduce exactly the same

format for clarity in filling due to shortage of space.

g) All information called for in the enclosed Annexures should be furnished against the

respective columns in the forms. If information is furnished in a separate document,

reference to the same should be given against respective columns in such cases.

h) If any particular condition/term/query is not applicable, it should be stated as “Not

Applicable”.

i) Not giving complete information called for in the tender forms or not giving it in

clear terms or making any change in the prescribed Annexures or deliberately

suppressing the information may result in the bidder being summarily disqualified

and initiation of legal action under the purview of the applicable law.

6. Rectification of Errors: Bidders are advised to exercise greatest care in entering the pricing

figures. No requests regarding correction of mistakes in the financial bids will be entertained

after the bids are opened. If any interlineations, erasures, alterations, fluid-marking, additions

or overwriting are found the bid shall be rejected summarily. Arithmetic errors in bids will be

considered as follows:

a) Where there is a discrepancy between the amounts in figures and in words,

the amount in the words will be considered.

b) Where there is a discrepancy between the unit rate and the line item total resulting

from multiplying the unit rate by the quantity, the unit rate will govern unless, in the

evaluation, there is obviously a gross error such as a misplacement of a decimal

point, in which case the line item total will govern or whichever is logically correct.

c) If the bidder does not accept the correction of errors, its bid will be rejected.

d) Notwithstanding the above, the decision of the Evaluation Committee shall be final

and binding.

7. Undertaking for reasonableness: The bidder will give an undertaking with financial bid

that to the best of their knowledge and belief tendered rates are at par with the prevailing

market rates and not more than the price usually charged for similar service from any other

purchaser/client private, foreign or Government.

8. The Bidder shall bear all costs associated with the preparation and submission of its bid and

Commissionerate of Textiles, Nagpur will, in no case, be responsible or liable for those costs,

regardless of the conduct or outcome of the bid process.

Page 9: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 9 of 56

9. Interested bidders are advised to study the document carefully. Submission of bids shall be

deemed to have been done after careful study and examination of the document with full

understanding of its implications.

10. The Commissioner Commissionerate of Textiles, Nagpur reserves the right to award the

work/cancel the award without assigning any reason. In case of differences, if any, the

decision of the Commissionerate of Textiles, Nagpur shall be final and binding.

11. If Commissionerate of Textiles, Nagpur deems it appropriate to revise any part of this Tender

Document or to issue additional data to clarify an interpretation of the provisions of this

Tender Document, it may issue supplements to this Tender Document. Such supplemental

information, including but not limited to, any additional conditions, clarifications, minutes of

meeting, official communication over email/ post, etc. will be communicated to all the

bidders by putting up on Commissionerate of Textiles, Nagpur Website

(http://www.dirtexmah.gov.in) and www.mahatenders.gov.in. Any such supplement shall be

deemed to be incorporated by this reference into this Tender Document.

12. Commissionerate of Textiles, Nagpur, at its sole discretion, may extend the deadline for the

submission of bids, and the extended date will be displayed on the website

(http://www.dirtexmah.gov.in) and www.mahatenders.gov.in.

13. Bidders are neither allowed to join hands to participate in the tender nor allowed to submit

multiple bids. In case of detection of such, their bid (s) is/are liable to be rejected. Bidding

through consortium is not allowed.

14. Enquiries and Clarifications:

Enquiries, if any, shall be addressed to Commissioner Textiles on email id: textilecomm.ng-

[email protected] within 7 days of Tender Document Download Start Date & Time.

15. Performance Security Deposit/Refund of EMD

a) The successful Supplier/ Bidder shall, within Seven (07) days of award of contract,

provide a Performance Security deposit. Performance Security Deposit would be for

an amount of 5% (five percent) of the value of the awarded contract.

Performance Security shall be furnished in the form of Account Payee Demand Draft

in favour of "Assistant Director(Accounts), O/o Commissionerate of Textiles,

Nagpur”..

b) EMD shall be refunded to the selected bidder only after signing of the contract and

receipt of Performance Security Deposit. EMD will be returned to unsuccessful

bidders without interest within 120 days after award of contract or setting aside the

tender, as the case may be.

Page 10: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 10 of 56

c) The proceeds of the Performance Security deposit shall be payable to the Purchaser

as compensation for any loss (including loss of opportunity, time or cost) resulting

from the Supplier’s/ Bidder’s failure to comply with its obligations under the

Contract.

d) The Performance Security deposit for “Providing Event Management Services

FOR “VASTRAYA - 2020” should remain valid for a period of 60 days beyond

the date of completion of all contractual obligations including warranty obligations if

any.

16. Forfeiture of EMD: The EMD will be forfeited:

a) If the bidder withdraws the bid after quoting and submission / acceptance;

b) If the bidder withdraws the bid , or unilaterally amends, impairs or rescinds the offer

before the expiry of the validity period of the bid or within the time frame of

extension given by Commissionerate of Textiles, Nagpur in special case

communicated before the expiry of the bid;

c) If the bidder fails to comply with any of the provisions of the terms and conditions of

the bid specification;

d) If the successful bidder fails to furnish the Performance Security in the form of

Demand Draft within the prescribed time;

e) If the bidder submits the offer with forged documents or alters the Tender terms and

conditions or language/wordings in any manner.

17. Forfeiture of PSD: Performance Security Deposit shall be forfeited/invoked in the following

cases: -

a) When any term and condition of the contract is breached.

b) When the Contractor/ Bidder fails to provide deliverables after partially executing the

work order or contractor fails to fulfil its obligations under the contract.

18. No interest will be paid by Commissionerate of Textiles, Nagpur on the amount of EMD and

performance security Deposit.

19. Forfeiture of Earnest Money Deposit / Performance Security Deposit shall be without

prejudice to any other right of Commissionerate of Textiles, Nagpur to claim any damages as

admissible under the law as well as to take such action against the Contractor/ Bidder such as

severing future business relation or black listing, etc., as may be deemed fit.

20. Last Date for Submission of e-Bids: Last date of submission of Tender Document is as per

schedule given. However, Commissionerate of Textiles, Nagpur reserves the right to

postpone and/or extend the date of submission/opening of bids or to withdraw the Tender

Document, without assigning any reason thereof. In such a case the bidders shall not be

Page 11: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 11 of 56

entitled to any form of compensation from the Commissionerate of Textiles, Nagpur.

21. Acceptance of offer: Commissionerate of Textiles, Nagpur reserves the right to accept

any bid under this tender in full or in part, or to reject any bid or all bids without

assigning any reason. All responses including Financial and Technical bids would be

deemed to be irrevocable offers/proposals from the Bidders and if accepted by

Commissionerate of Textiles, Nagpur.

22. Excuse from Claim: The Bidders at no point of time can excuse themselves from any claims

by Commissionerate of Textiles, Nagpur whatsoever for their deviations in conforming to the

terms and conditions, payment schedules, time frame for implementation etc. as mentioned in

Tender document.

23. Adherence to Schedule: The Bidder has to adhere to the time schedule of activities

mentioned in the Tender Document and no request to change the last date or extend period /

time for submission shall be entertained by Commissionerate of Textiles, Nagpur.

24. Right to Termination/Cancellation: Notwithstanding anything contained in this document,

Commissionerate of Textiles, Nagpur, reserves the right to cancel/terminate the bidding

process without assigning any reason whatsoever, at any time, prior to signing the contract

and Commissionerate of Textiles, Nagpur shall have no liability for above‐mentioned

actions.

25. Completeness of Bids: Information must be furnished in comprehensive manner against

each column of Bid Document. Commissionerate of Textiles, Nagpur will examine the Bids

to determine as to whether they are complete in all respects. In particular, whether

a) they meet all the conditions of the Tender Document and Technical Specifications

b) any computational errors have been made

c) required sureties have been furnished

d) the documents are as prescribed and have been properly signed

e) the Bid Documents are substantially responsive to the requirements of the Tender

Document

26. Rejection of Bid:

a) The Bids that are not submitted on mahatenders portal shall not be accepted and bids

submitted only by post, Telex, fax or email would not be entertained.

b) Any condition put forth by the Bidder not conforming to the Tender Document

requirements shall not be entertained at all and such Proposal shall be rejected.

c) Tender documents with any condition or with alteration to formats of declarations,

undertakings and bid formats will be summarily rejected.

Page 12: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 12 of 56

d) Bid may be rejected at any stage of the evaluation if it is found that the

firm/company has provided misleading information or has been blacklisted by a

central or any state government or an autonomous body or has indulged in any

malpractice/ unethical practice or has not honoured contractual obligation elsewhere.

e) If the bidder deliberately gives incorrect or misleading information in their tender or

wrongfully creates circumstances for the acceptance of the tender, Commissionerate

of Textiles, Nagpur reserves the right to reject such a bid at any stage.

f) A bid that does not meet all pre-qualification criteria or is not responsive shall be

rejected by Commissionerate of Textiles, Nagpur and will not subsequently be made

responsive by correction or withdrawal of the nonconforming deviation or any

reservation by the Bidder.

g) Even though bidder may satisfy the qualifying criteria, it is liable to disqualification

if it has record of poor performance or not able to understand the scope of work etc.

27. Designated Contact person:

Dr Janardhan G Pakwane

Assistant Director (Accounts)

Commissionerate of Textiles,

Old Secretarial Building, OPP G.P.O. Nagpur 440001

Ph. No. :0712-256 1247, Email id: [email protected]

Page 13: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 13 of 56

Chapter 3

Bid evaluation criteria and selection procedure

The Bidding process below specifies the procedures that would regulate the overall bidding

process. It contains standard provisions that have been prepared to Design, Prepare, Advertise/

Publish, Submit, Open, Evaluate, Compare bids and Award of Contract and are to be strictly

adhered to by the bidder.

3.1Guiding Principle for Evaluation of Bids

a) The tendering authority shall determine to its satisfaction whether the selected Bidder

that has submitted the best and substantially responsive Bid is qualified to perform

the Contract satisfactorily.

b) The determination shall be based upon an examination of the documentary evidence

of the Bidder’s qualifications submitted by the Bidder

c) An affirmative determination shall be a prerequisite for award of the Contract to the

Bidder. A negative determination shall result in disqualification of the Bid, in which

event the tendering authority shall proceed to the next best bid to make a similar

determination of that Bidder’s capabilities to perform satisfactorily.

d) To evaluate a Bid, the tendering authority shall use all the criteria and methodologies

defined in this document.

e) To evaluate a Bid, the tendering authority shall consider the following: -

i. The bid price as quoted in accordance with bidding document.

ii. Price adjustment for correction of arithmetic errors in accordance with bidding

document.

f) The tendering authority/ procurement committee, in observance of best practices,

shall: -

i. Maintain the bid evaluation process strictly confidential as per the details

below.

ii. Reject any attempts or pressures to distort the outcome of the evaluation,

including Fraud and corruption.

iii. Strictly apply only and all of the evaluation and qualification criteria specified

in the Bidding document.

Page 14: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 14 of 56

3.2Confidentiality

a) Information relating to the examination, clarification, evaluation and comparison of

bid proposals, and recommendations for the award of the work will not be disclosed

by Commissionerate of Textiles, Nagpur to Bidders or any other persons not

officially concerned with such process until the award of work to the successful

Bidder has been announced.

b) Any attempt by a Bidder to influence the tendering authority or other officials in the

examination, evaluation, comparison, and post qualification of the Bids or Contract

award decisions may result in the rejection of its Bid.

c) From the time of bid opening to the time of Contract award, if any Bidder wishes to

contact the tendering authority on any matter related to the bidding process, he/she is

allowed to do so in writing.

3.3 Clarifications of Bids

a) To assist in the examination, evaluations and comparison of bids, Commissionerate

of Textiles, Nagpur may, at its own sole discretion, ask the Bidder for clarification on

the Bid submitted.

b) The request for clarification and the response shall be in writing by post or email.

c) If the response to the clarification is not received before the expiry of deadline

prescribed in the request, the Bid shall be rejected.

d) No representation in this regard would be entertained after rejection of the Bid.

e) Any clarification submitted by a Bidder with regard to its Bid that is not in response

to a request by the tendering authority shall not be considered.

f) No change in the prices or substance of the Bid shall be sought, offered or permitted,

except to confirm the correction of arithmetic errors discovered by the tendering

authority in the evaluation of the Financial Bids.

3.4 Opening of Technical Bids

a) Bids duly submitted/uploaded, will be opened online on the schedule date and time.

The bids will be opened and the bidders or their authorized representative may, if

they so desire be present at the time of opening of the bids.

b) Bid of only those bidders will be opened who have submitted requisite Technical Bid

with Tender document fee and EMD in original as above within the specified time

limit.

Page 15: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 15 of 56

c) If due date of receipt of bids and/or that of opening of bids happens to be a closed

holiday(s), the bids would be opened on the next working day but the time of receipt

of bids will remain the same.

d) The Bidder’s names, the presence or absence of requisite fees will be announced at

the opening.

3.5 Evaluation of Technical Bids

a) Tentative date, time and venue of opening of technical bid is given in schedule. If

there is any change, all bidders will be intimated by displaying the same on the

website of Commissionerate of Textiles, Nagpur http://www.dirtexmah.gov.in and

www.mahatenders.gov.in only.

b) The Evaluation Committee shall evaluate each Technical Proposal on the basis of the

Proposal’s responsiveness to the scope and presentation given before committee.

Part I should contain the technical documents uploaded.

Part II will be conceptual presentation

3.5 Evaluation of Financial Bids:

c) Tentative date, time and venue of opening of financial bid is given in schedule. If

there is any change, shortlisted bidders will be intimated by displaying the same on

the website of Commissionerate of Textiles, Nagpur http://www.dirtexmah.gov.in

and www.mahatenders.gov.in only.

d) The submission and opening of bids will be through e-tendering process only.

Financial bid has to be submitted on-line only (no hard copy).

e) The rate should not be provided as a percentage figure but in absolute Indian Rupees.

f) The rate quoted shall be reasonable and valid till the completion of project. The

period can be extended with mutual agreement.

g) The financial bids will be opened for the shortlisted technically qualified

bidders only.

h) The name of Bidder, bid prices of each Bid, shall be announced by Commissionerate

of Textiles, Nagpur during opening of financial Bid. The bidders or their authorized

representative may, if they so desire be present at the time of opening of the bids.

i) The bidders qualified from technical bid and quoting lowest amount in financial bid

for the event will be awarded the tender.

Page 16: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 16 of 56

Chapter 4

General Terms and Conditions

1) Income Tax, GST

No Bidder, who does not hold a valid PAN from Income Tax department, Valid GST

Certificate should submit Bid .The PAN, GST certificate should be quoted in the tender

document without which the tender is liable to rejection.

2) Contract Documents (Non – Disclosure Agreement)

The Bidder shall not, without prior written consent from Commissionerate of Textiles,

Nagpur, disclose the Contract or any provision thereof, to any person other than a

person employed by the Bidder in the performance of the Contract. Disclosure to any

such employed person shall be made in confidence and shall extend only so far, as may

be necessary for purposes of such performance. The Bidder shall not, without prior

written consent of Commissionerate of Textiles, Nagpur, make use of any document or

information made available for the project, except for purposes of performing the

Contract. All project related documents issued by Commissionerate of Textiles, Nagpur,

other than the Contract itself, shall remain the property of Commissionerate of Textiles,

Nagpur and shall be returned (in all copies) to Commissionerate of Textiles, Nagpur, on

completion of the Bidder’s performance under the Contract if so required by

Commissionerate of Textiles, Nagpur.

3) Interpretation

a) If the context so requires it, singular means plural and vice versa.

b) Commercial Terms: The meaning of any trade term and the rights and obligations of

parties there under shall be as prescribed by commercial terms. All the terms shall be

governed by the rules prescribed in the current edition of commercial terms, published by

the Indian Chamber of Commerce at the date of the Invitation for Bids or as specified in

the bidding document.

c) Entire Agreement: The Contract constitutes the entire agreement between

Commissionerate of Textiles, Nagpur and the contractor and supersedes all

communications, negotiations and agreements (whether written or oral) of parties with

respect thereto made prior to the date of Contract.

Page 17: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 17 of 56

d) Amendment: No amendment or other variation of the Contract shall be valid unless it is

in writing, is dated, expressly refers to the Contract, and is signed by duly authorized

representatives of each party thereto.

e) No waiver: Subject to the conditions (f) and (g) below, no relaxation, forbearance, delay,

or indulgence by either party in enforcing any of the terms and conditions of the Contract

or the granting of time by either party to the other shall prejudice, affect, or restrict the

rights of that party under the Contract, neither shall any waiver by either party of any

breach of Contract operate as waiver of any subsequent or continuing breach of Contract.

f) Any waiver of a party’s rights, powers, or remedies under the Contract must be in writing

and signed by an authorized representative of the party granting such waiver, and must

specify the right and the extent to which it is being waived.

g) The contract shall be governed by the provisions of and instructions issued by

Government of Maharashtra having jurisdiction to issue orders/instructions of

procurement related matters. In case the provisions of Contract/Agreement/this

Document are at variance with the Orders/Instructions issued by Government of

Maharashtra, the Orders/Instructions will prevail.

h) Severability: If any provision or condition of the Contract is prohibited or rendered

invalid or unenforceable, such prohibition, invalidity or unenforceability shall not affect

the validity or enforceability of any other provisions and conditions of the Contract.

i) In case of any ambiguity in the interpretation of any of the clauses in the tender

document, the interpretation of the clauses by Authorized Representative of

Commissionerate of Textiles, Nagpur shall be final and binding on all parties.

4) Language

a) The Contract as well as all correspondence and documents relating to the Contract

exchanged by the Supplier/ Bidder and the Commissionerate of Textiles, Nagpur, shall be

written in English only or as specified in the special conditions of the contract.

b) Supporting documents and printed literature that are part of the Contract may be in

another language provided they are accompanied by an accurate and authenticated

translation of the relevant passages in English language. Supporting material, which is

not translated in English, will not be considered for evaluation.

5) Notices

a) Any Notice given by one party to the other pursuant to the Contract shall be in writing to

the address specified in the contract. The term “in writing” means communicated in

written form with signatures. Faxes/emails shall be followed by written signed letter.

Page 18: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 18 of 56

b) A Notice shall be effective when delivered or on the Notice’s effective date, whichever is

later.

6) Applicable Law

a) The contract shall be interpreted in accordance with the laws of the Government of

Maharashtra.

c) Governing Law and Choice of Forum :

i. The laws of the Government of Maharashtra shall govern this project. Any suit, action

or proceeding shall be confined to the exclusive jurisdiction of Courts at Nagpur

(Maharashtra, India).

ii. Any suit/legal action filed by any third party on account of the services provided by

the contractor against any item related/pertaining to this project shall be settled by the

contractor at its own cost. Commissionerate of Textiles, Nagpur will NOT be a party

to the same.

7) Deliverables

The bidder shall be single point of contact with Commissionerate of Textiles, Nagpur and

shall be solely responsible for the execution & delivery of the work. The bidder whose tender

is accepted shall arrange to start the services as per agreement/contract.

8) Terms of Payment

a) The currency or currencies in which payments shall be made to the Bidder under this

Contract shall be Indian Rupees (INR) only

b) No advance payment shall be made including payments of handling charges/service

charges etc. under any circumstances to the bidder.

c) All remittance charges will be borne by the bidder.

d) The successful bidder has to sign an agreement on non-judicial stamp paper which shall

contain clauses related to liquidated damages on account of delays, errors, cost and time

over-run etc.

e) In case the bidder fails to execute the contract, Commissionerate of Textiles, Nagpur

shall have liberty to get it done through any other agency with full cost recoverable from

the bidder in addition to damages and penalty.

f) Amount payable to the successful bidder as stated in the Contract shall remain non-

negotiable and fixed during the tenure of the Contract. The prices quoted shall not be

conditional /optional.

g) All payments to the Bidder/agency shall be made through NEFT/RTGS only for which

they are required to submit the following information:

i. Bank Account Number of bidder/agency

Page 19: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 19 of 56

ii. Name of the Account

iii. Bank Name

iv. Branch Name

v. IFSC Code.

h) Tax Deduction at source: All Central/State Govt. /Local Body Levies as applicable from

time to time shall be deducted at source from the payment to the Supplier/ Bidder as per

the respective law in force at the time of execution of contract. Commissionerate of

Textiles, Nagpur shall deduct tax at source /duties under any other law/statute as may be

applicable at the time of making payments (e.g. Income tax TDS and GST TDS). The

supplier shall furnish to the Commissionerate of Textiles, Nagpur, PAN (for TDS) And

GST Certificate, as applicable

i) For all services supplied, the Bidder shall be entirely responsible for all taxes, stamp

duties, license fees, and other such levies imposed/incurred until delivery of the

contracted products or services.

j) The rates quoted shall be firm. However, after the award of contract, any variation in

government levies shall be as per actuals.

9) Rates/ Prices

The rates quoted shall remain firm during the period of contract. However, after the award of

contract, any variation in government levies shall be as per actuals.

10) Standard of performance

a) The Bidder shall provide the services and carry out its other obligations under the

agreement with due diligence, efficiency, economy, confidentiality, promptness and

techniques.

b) The Bidder shall always support and safeguard the legitimate interests of

Commissionerate of Textiles, Nagpur, in any dealings with the third party.

11) Penalty Clause

Quality of the service as per the contract to be served by the Contractor. In case of failure

penalty of 0.5 % will be levied on contractor.

12) Consortium

No consortium will be entertained by Commissionerate of Textiles, Nagpur. The bidder shall

hold the full responsibility of the contract. Any consortium formed by the bidder at its end

which was formed either to gain entry into the agreement with Commissionerate of Textiles,

Nagpur or during the project for the execution of the agreement will be at the sole risk and

responsibility of the bidder and would lead to rejection of tender or termination of contract

with penalty.

Page 20: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 20 of 56

13) Subcontracts

The Bidder shall not subcontract the awarded contract or part thereof.

14) Termination

Commissionerate of Textiles, Nagpur may without prejudice to any other remedy for breach

of contract, terminate the contract in case of occurrence of any of the following events. In

such an occurrence Commissionerate of Textiles, Nagpur shall give not less than thirty days

written notice of termination to the contractor.

a) Termination of the Contract

The Contract is liable to be terminated if the Contractor/firm/company:

i. Becomes bankrupt or insolvent or goes into liquidation (other than a voluntary

liquidation for the purpose of amalgamation or reconstruction, in the case of a

Company) or is ordered to be wound up or has a receiver appointed on its assets or

execution or distress is levied upon all or substantially all of his/their assets; or

ii. Makes an arrangement with or assignments in favour of his/their creditors or agrees

to carry out the contract under a committee or inspection of his/their creditors; or

iii. Abandons the work; or

iv. Persistently disregards the instructions of Commissionerate of Textiles, Nagpur in

contravention of any provision of the Contract; or

v. Fails to adhere to the agreed program of work; or

vi. Assigns or sublets the work in whole or in part thereof without prior written consent

of Commissionerate of Textiles, Nagpur; or

vii. Performance is not satisfactory; or

viii. Defaults in the performance of any material undertaking under the contract and fails

to correct such default to the satisfaction of Commissionerate of Textiles, Nagpur

within fifteen days (15) after written notice of such default is provided to the

Contractor. Such termination will be by 15 (fifteen) days notice in writing and no

claim/compensation shall be payable by Commissionerate of Textiles, Nagpur as a

result of such termination.

ix. At any time, the contractor makes default in proceeding with the works/job with due

diligence and continues to do so after a notice in writing of seven (7) days from

Commissionerate of Textiles, Nagpur.

x. If the contractor obtains the contract with Commissionerate of Textiles, Nagpur

through illegal measures;

xi. Information submitted/furnished by the contract are found to be incorrect.

Page 21: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 21 of 56

xii. The above shall be without prejudice to Commissionerate of Textiles, Nagpur’s other

rights under the law.

b) Consequences of Termination

If the contract is terminated by Commissionerate of Textiles, Nagpur for reasons detailed

above or for any other reasons whatsoever:

i. Commissionerate of Textiles, Nagpur shall reserve the right to get work completed at

the risk and cost of the contractor and to recover from the contractor any amount by

which the cost of completing the work by any other agency shall exceed the value of

the contract without prejudice to any other remedies/rights/claims that may be

available to Commissionerate of Textiles, Nagpur.

ii. Performance Security Bond/Guarantee in any form submitted by the contractor shall

stand forfeited.

iii. The contractor shall have no claim to compensation for any loss sustained by him by

reason of having entered into any commitment or made any advances on account of

or with a view to the execution of works or on account of loss of expected profits.

iv. All the dues payable to the contractor for the work executed by him before and up to

termination shall only be released after making adjustments for the expenses, charges,

demands, expected losses incurred by Commissionerate of Textiles, Nagpur as a

consequence of termination of the contract.

c) Termination for Convenience

Commissionerate of Textiles, Nagpur, by Notice sent to the contractor, may terminate the

Contract, in whole or in part, at any time for its convenience. The Notice of termination

shall specify that termination is for Commissionerate of Textiles, Nagpur’s convenience,

the extent to which performance of the Bidder under the Contract is terminated, and the

date upon which such termination becomes effective.

15) Settlement of Disputes

a) General: If any dispute arises between the contractor and Commissionerate of Textiles,

Nagpur during the execution of contract that should be amicably settled by mutual

discussions. However, if the dispute is not settled by mutual discussions, a written

representation will be obtained from the contractor on the points of dispute. The

representation so received shall be examined by Commissionerate of Textiles, Nagpur.

Thecontractor shall also be given an opportunity of being heard and the decision on the

representation will be conveyed in writing.

Page 22: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 22 of 56

b) Committee for Settlement of Disputes: If a question, difference or objection arises in

connection with or out of the contract agreement or the meaning of operation of any part,

thereof or the rights, duties or liabilities of either party have not been settled by mutual

discussions, it shall be referred to the empowered committee for recommendations. The

committee shall consist of following officers of Commissionerate of Textiles, Nagpur: -

i. Commissioner: Chairman

ii. Joint commissioner (Admn): Member

iii. Assistant Director (Accounts): Member

iv. Assistant Commissioner (Admin): Member Secretary

17) Legal Jurisdiction: All legal proceedings arising out of any dispute between both the parties

regarding contract shall be settled by a competent court situated in Nagpur, Maharashtra,

India only.

18) Reservation of Rights

Commissionerate of Textiles, Nagpur reserves the right to:

a. Extend the Closing Date for submission of the Proposals

b. Amend the proposal requirements at any time prior to the Closing Date, provided that

the amendment is displayed on Commissionerate of Textiles, Nagpur website

http://www.nielit.gov.in/Nagpur and www.eprocure.gov.in.

c. Seek information from the bidders on any issue at any time.

d. To accept any bid not necessarily the lowest, reject any bid without assigning any

reasons and accept bid for all or anyone options for which bid has been invited or

distribute options to more than one bidder.

e. Terminate or abandon the entire bidding process whether before or after the

receipt of bids.

f. Seek the advice of external consultants to assist Commissionerate of Textiles, Nagpur

in the evaluation or review of proposals.

g. Make enquiries of any person, company or organization to ascertain information

regarding the Bidders and its proposal.

h. Reproduce for the purposes of this Procedure the whole or any portion of the

Proposal.

19) Force Majeure

a) Notwithstanding anything contained in the Bid Document, the contractor shall not be

liable for forfeiture of security, liquidated damages or termination for default, if and to

the extent that, it’s delay in performance or other failures to perform its obligations under

the agreement is the result of an event of Force Majeure.

Page 23: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 23 of 56

b) For purposes of this clause “Force Majeure” means an event beyond the control of the

contractor and not involving the contractor’s fault or negligence and which was not

foreseeable. Such events may include wars or revolutions, fires, floods, earth quakes,

epidemics. The preventive measures for fire breakdown must be followed otherwise will

not be applicable here. The decision of Commissionerate of Textiles, Nagpur, regarding

Force Majeure shall be final and binding on the Bidder.

c) If a Force Majeure situation arises, the contractor shall promptly notify to

Commissionerate of Textiles, Nagpur in writing, of such conditions and the cause thereof

within 15 days of occurrence of such event. Unless otherwise directed by

Commissionerate of Textiles, Nagpur in writing, the contractor shall continue to perform

its obligations under the agreement as far as reasonably practical, and shall seek all

reasonable alternative means for performance not prevented by the Force Majeure event.

d) Commissionerate of Textiles, Nagpur may, terminate this agreement by giving a written

notice of a minimum 15 days to the contractor, if as a result of Force Majeure; the

contractor is unable to perform the services for a period of more than 60 days.

20) Special Terms and Conditions

a) In case of any damage to the furniture and premises of venue due to any action(s) directly

or indirectly attributable to the contractor the cost as per actual shall be recovered from

the contractor.

b) Contractor shall indemnify and hold harmless, defend, protect and fully compensate

Commissionerate of Textiles, Nagpur and its employees/ officers/ staff/ personnel/

representatives/agents from and against all claims or demands of liability and all

consequences arising out of any suits, actions or administrative proceedings, claims,

demands, losses, damages, costs, and expenses of any nature, including attorney’s fees

and expenses, due to the employees and the workers of the Contractor engaged by the

contractor for the purpose of event.

c) The Contractor shall also be responsible for all liabilities of his/her/their employees’

provident fund, E.S.I. and all other statutory obligations. The Commissionerate of

Textiles, Nagpur shall not be treated as Principal Employer for any purpose and shall not

be party to any dispute that arises between contractor and his/her employees.

d) The contractor shall comply with the Child Labour (Prohibition and Regulation) Act.

e) The contractor shall provide best quality food (break-fast, Lunch, Dinner etc.) services in

the event.

f) The contractor shall use good quality ingredients for the break-fast, Lunch, Dinner etc.

The contractor shall maintain cleanliness, full hygienic atmosphere in the event. The

Page 24: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 24 of 56

contractor shall be responsible for the food poisoning or any untoward incidents/events if

any, occurred due to use of the food supplied in the event of the Commissionerate of

Textiles, Nagpur.

g) The contractor shall not serve stale items.

h) The contractor shall be responsible for getting the License and Clearance under the Food

Adulteration Act, necessary for conducting catering service.

i) The contractor shall not serve cigarettes, alcoholic drinks tobacco items & Gutkha etc. or

any banned substances at the venue.

j) The contractor shall not be involved in any illegal activity.

k) The Contractor has to arrange for commercial Gas Cylinders for venue catering.

Note: Non-observance of above conditions by the contractor shall lead to cancellation of

his/her contract, black listing of his/her firm/ company, forfeiting of performance Security

besides any other legal action as deemed fit by Commissionerate of Textiles, Nagpur against

him/her.

21) Criminal Charges and Conviction

The Bidder warrants that it has disclosed and shall continue to disclose during the term of

this Contract full details of all criminal convictions and all pending criminal charges against

it or any of its personnel and associates.

22) Change in Laws & Regulations

If after the date of proposal submission, any law, regulation, ordinance, order or by-law

having the force of law is enacted, promulgated, abrogated or changed which shall be

deemed to include any change in interpretation or application by the competent authorities,

that subsequently affects the costs and expenses of the Bidder and/or the Time for

Completion, the Contract Price shall be correspondingly increased or decreased, and/or the

Time for Completion shall be reasonably adjusted to the extent that the Bidder has thereby

been affected in the performance of any of its obligations under the Contract.

23) Conflict of Interest

Commissionerate of Textiles, Nagpur considers a conflict of interest to be a situation in

which a party has interests that could improperly influence that party’s performance of

official duties or responsibilities, contractual obligations, or compliance with applicable laws

and regulations, and that such conflict of interest may contribute to or constitute a prohibited

practice under Commissionerate of Textiles, Nagpur's Procurement Ethics. In pursuance of

Commissionerate of Textiles, Nagpur's Procurement Ethics requirement that bidders,

suppliers, and contractors under contracts, observe the highest standard of ethics,

Commissionerate of Textiles, Nagpur will take appropriate actions against the bidder, if it

Page 25: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 25 of 56

determines that a conflict of interest has flawed the integrity of any procurement process.

Consequently all Bidders found to have a conflict of interest shall be disqualified.

A Bidder may be considered to be in a conflict of interest with one or more parties in the

bidding process if, including but not limited to:

a) have controlling shareholders in common; or

b) receive or have received any direct or indirect subsidy from any of them; or

c) have the same legal representative for purposes of the Bid; or

d) have a relationship with each other, directly or through common third parties, that

puts them in a position to have access to information about or influence on the Bid of

another Bidder, or influence the decisions of the tendering authority regarding this

bidding process; or

e) A Bidder participates in more than one bid in this bidding process. Participation by a

Bidder in more than one Bid will result in the disqualification of all Bids in which it

is involved. However, this does not limit the inclusion of the same subcontractor, not

otherwise participating as a Bidder, in more than one bid.

24) Responsibilities of the Bidder

The bidder shall be responsible for Providing Event Management Services FOR

“VASTRAYA - 2020” as per the terms & specification and directions of Commissionerate

of Textiles, Nagpur.

Page 26: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 26 of 56

Annexure 1

Eligibility Criteria and Application Form

1. Firms/ Company Particulars:

Name of Bidder

Name & Designation of

Authorized Signatory

Registered Head Office Address

Details of Incorporation of the

Firm/ company. Certificate to be

submitted in Technical bid

Date:

Ref #

Details of Commencement of

Business

Date:

Ref#

Permanent Account Number

(PAN)

Goods and Services Number

(GST)

Address of the Firm/company

Type of Firm/company Public

Limited

Private

Limited

Partner-

ship

Proprie-

tary

Society

Put Tick( ) mark

Telephone/Mobile Number(s) of

Contact Person

Email Address / Web Site Email: Web-Site:

Fax No.

Certification/Accreditation/Affili

ation, if Any (attach proof)

Clientele details along with

contact numbers from Govt.

ITI’s/Govt. Polytechnics/ Govt.

Engineering Colleges/ Private

colleges/ PSU / Corporate

Clients from whom certificates of

satisfactory report can be

Page 27: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 27 of 56

produced. Commissionerate of

Textiles, Nagpur may also

independently seek information

regarding the performance from

such clients.

Indicate if organization has been

blacklisted for any of the offices

of Central or State Govt. or

autonomous body or any of its

other customers? If so, details

may be provided.

2. Audited Annual Accounts for last 3 years as mentioned below:

As per audited Balance Sheets (in Cr)

Sr.No. Year 2016-17 2017-18 2018-19

1 Turn Over

3. Details of Tender Document Fee and EMD Payment

(i)Tender Document Fee Number Dated Amount Drawee Bank &

Branch

Rs. 14000/-

(Rupees Fourteen

thousands Only)

(ii) Earnest Money

Deposit

Number Dated Amount Drawee Bank &

Branch

Rs. 1,40,000/-

(Rupees One

Lakh Forty

Thousand Only)

4. Eligibility Criteria

Bidders shall provide such evidence of their continued eligibility satisfactory to the

tendering authority as per the “Eligibility Criteria” mentioned in the bidding document

and/ or as the tendering authority shall reasonably request. In general Bidder must furnish

Page 28: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 28 of 56

the following information along with self-attested copies of supporting documents, failing

which the proposal shall not be considered:

S.

No. Eligibility Criteria Supporting documents

To be

annexed as

1 Covering Letter + Application Form On Applicant’s Letter head Anx-1

2 The Bidder must be a Proprietorship

Concern/Company registered under

relevant acts such as Indian Companies

Act, 2008/ Firm/company registered

under The Partnership Act 1932/ Society

registered under Societies Act, 1860, etc.

A bidding firm should be an individual

corporation/ company. Consortium of

companies/ firms is not allowed.

Copy of the Certificate of

Incorporation of the

Company/ Firm’s

Registration Certificate.

Anx-2

3 The Bidder should hold a valid PAN

from Income Tax department.

Bidder must possess and submit a valid

Permanent Account Number (PAN) of

Bidder

Valid copy of all the

mentioned/ required

Certificates / Documents.

Anx-3

4 The Bidder should have successfully

completed, during 3 years preceding 1st

April, 2016, at least one assignment of

minimum value of Rs.50 lakhs or two

such assignments of minimum value of

Rs. 35 lakhs each for any Government

organization/ Government ITI/

Government Engineering Colleges/

Government Polytechnics/ Private

Engineering College of repute in India.

Reference, information and

certificates from the

respective clients certifying

delivery and execution

capability of the bidder. The

documentary evidence in

form of work/contract and

client report must be

enclosed.

Anx-4

5 The Applicant should have an average

annual turnover of at least Rs. 75 lakhs

(Rupees Seventy Five Lakhs Only) in

any one year from the last three financial

years (2016-17, 2017-18 & 2018-19).

Copies of audited balance

sheets including profit & loss

accounts/ annual reports of

last three financial years and

CA Certificate.

Anx-5

6 Firm/company is not eligible to

participate in this tender process while

under sanction by Commissionerate of

Textiles, Nagpur whether such sanction

was directly imposed by

Commissionerate of Textiles, Nagpur, or

imposed by Commissionerate of

Textiles, Nagpur pursuant to the

Agreement for Mutual Enforcement of

Debarment Decisions. A bid from a

Undertaking to this effect

shall be submitted by the

applicant on its letter head.

Anx-6

Page 29: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 29 of 56

S.

No. Eligibility Criteria Supporting documents

To be

annexed as

sanctioned or cross-debarred firm will be

rejected.

7 The bidder must be empaneled under

empanelment done by General

Administrative Department, Government

of Maharashtra vide Government

Resolution No. MVJ-2017/CR No

376/34, Dated 21st May,2018 (शासन ननर्णय, सामान्य प्रशासन निभाग क्र .मािम-2017 प्र .क्र . 376/3 4 नि. 21 मे 2012)

Valid copy of all the

mentioned/ required

Certificates / Documents

Anx-7

8 Letter of Undertaking Valid copy of all the

mentioned/ required

Certificates / Documents

Anx-8

9 Power of Attorney and Representative

Authorization Letter whichever

applicable

Valid copy of all the

mentioned/ required

Certificates / Documents

Anx-9

We agree to abide by all the conditions mentioned in this Tender Document issued by the

Commissionerate of Textiles, Nagpur and also the further conditions of the said Tender Notice

given in the attached sheets (all the pages of which have been signed by us in token of

acceptance of the terms mentioned therein). We understand that Commissionerate of Textiles,

Nagpur is not bound to accept the offer and that Commissionerate of Textiles, Nagpur has the

right to reject the offer without assigning any reasons whatsoever.

Yours faithfully,

Name of the Bidder: -

Authorized Signatory: -

Seal of the Organization:-

Place:

Date:

Page 30: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 30 of 56

Annexure 2

Letter of undertaking

(ON THE LETTER HEAD OF THE BIDDER)

To,

The Commissioner,

Commissionerate of Textiles,

Maharashtra State,

Old Secretariate Building, OPP G.P.O. Nagpur 440001

Subject: Providing Event Management Services FOR “VASTRAYA - 2020”

Sir/Madam,

This bears reference to Commissionerate of Textiles, Nagpur tender Tender No. Samanya/ Vastray-

2020/621/2019-2020 dated : 31 January, 2020. We have critically examined the proposal and

hereby, accept all the terms and conditions for submitting bid as mentioned in this tender

Document. We hereby certify that no terms and conditions have been stipulated by us

i. the Financial Bid and all declarations/undertakings are in the format

prescribed.

ii. Until a formal contract is prepared and executed, this proposal, together with

your written acceptance thereof and your notification of award, shall constitute

a binding Contract between us. We undertake that, in competing for (and, if the

award is made to us, in executing) the above contract, we will strictly observe

the laws against fraud and corruption in force in India.

iii. We understand that you are not bound to accept the lowest or any proposal you

may receive.

The above document is executed on _____/______/2020 at (place) _____________ and

we accept that if anything out of the information provided by us is found wrong our tender/ work

order shall be liable for rejection.

Thanking you,

Yours faithfully,

Name of the Bidder: -

Authorized Signatory: -

Seal of the Organization: -

Page 31: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 31 of 56

Annexure 3

PERFORMANCE BANK GUARANTEE FORMAT

Name of the Bank: ----------

To

Commissionerate of Textiles, Nagpur.,

Sector-16 A, Noida

PERFORMANCE BANK GUARANTEE FORMAT

In consideration of the Commissionerate of Textiles, Nagpur acting through-------------------------

-------------------- (Designation & address of Contract Signing Authority), (hereinafter called

“The Commissionerate”) having agreed under the terms and conditions of agreement/Contract

Acceptance letter No.-----------------------------------dt…………….Made between………….

(Designation & address of contract signing Authority) and……………. (here in after called “the

said Service Provider” for the work…………. (here in after called “the said agreement”) having

agreed for submission of a irrevocable Bank Guarantee Bond for …….……only) as a

performance security Guarantee from the Service Provider for compliance of his obligations in

accordance with the terms & conditions in the said agreement.

1. We……………………( indicate the name of the Bank) hereinafter referred to as the

Bank, undertake to pay to the Commissionerate of Textiles, Nagpur an amount not

exceeding ………. ( ……..only) on demand by the Commissionerate of Textiles, Nagpur

2. We…………… ( indicate the name of the bank, further agree that ( and promise) to pay

the amounts due and payable under this guarantee without any demur merely on a

demand from the Commissionerate of Textiles, Nagpur through the Commissioner,

Commissionerate of Textiles, Nagpur, or --------------------------(Designation & Address

of contract signing authority), stating that the amount claimed is due by way of loss or

damage caused to or would be caused or suffered by the Commissionerate of Textiles,

Nagpur by reason of any breach by the said Service Provider of any of the terms of

conditions contained in the said agreement or by reason of the Service Provider failure to

perform the said agreement. Any such demand made on the Bank shall be conclusive as

regards the amount due and payable by the Bank under this guarantee. However, our

liability under this guarantee shall be restricted to an amount not exceeding ……… (

………….Only).

3. (a) We …………… ( indicate the name of Bank ) further undertake to pay to the

Commissionerate of Textiles, Nagpur any money so demanded notwithstanding any

dispute or dispute raised by the Service Provider in any suite or proceeding pending

Page 32: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 32 of 56

before any court or Tribunal relating to liability under this present being absolute and

unequivocal.

(b) The payment so made by us under this Performance Guarantee shall be a valid

discharge of our liability for payment there under and the Service Provider shall

have no claim against us for making such payment.

4. We………….. (indicate the name of bank) to further agree that the guarantee herein

contained shall remain in full force and effect during the period that would be taken for

the performance of the said agreement and that it shall continue to be enforceable till all

the dues of the Commissionerate of Textiles, Nagpur under or by virtue of the said

agreement have been fully paid and its claims satisfied or discharged by ………..

(Designation & Address of contract signing authority) on behalf of the Commissionerate

of Textiles, Nagpur, certify that the terms and conditions of the said agreement have been

fully and properly carried out by the said Service provider and accordingly discharges

this guarantee.

5. (a) Not withstanding anything to the contrary contained herein the liability of the bank

under this guarantee will remain in force and effect until such time as this guarantee is

discharged in writing by the Commissionerate of Textiles, Nagpur or until (date of

validity/ extended validity) whichever is earlier and no claim shall be valid under this

guarantee unless notice in writing thereof is given by the Commissionerate of Textiles,

Nagpur within validity/ extended period of validity of guarantee from the date aforesaid.

(b) Provided always that we…………….. ( indicate the name of the Bank)

unconditionally undertakes to renew this guarantee or to extend the period of guarantee

form year to year before the expiry of the period or the extended period of the guarantee,

as the case may be on being called upon to do so by the Commissionerate of Textiles,

Nagpur. If the guarantee is not renewed or the period extended on demand, we ……….

(indicate the name of the Bank) shall pay the Commissionerate of Textiles, Nagpur the

full amount of guarantee on demand and without demur.

6. We, …………….. (indicate the name of Bank ) further agree with the Commissionerate

of Textiles, Nagpur that the Commissionerate of Textiles, Nagpur shall have the fullest

liberty without our consent and without effecting in any manner out of obligations

hereunder to vary any of the terms and conditions of the said contract from time to time

or to postpone for any time or from time to time any to the powers exercisable by the

Commissionerate of Textiles, Nagpur against the said service provider and to forbear or

enforce any of the terms and conditions of the said agreement and we shall not be

relieved from our liability by reason of any such variation, or extension being granted to

Page 33: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 33 of 56

the said service provider for any bearance act or omission on the part of the

Commissionerate of Textiles, Nagpur or any indulgence by the Commissionerate of

Textiles, Nagpur to the said service provider for by any such matter or thing whatsoever

under the law relating to sureties for the said reservation would relive us from the

liability.

7. This guarantee will not be discharged by any change in the constitution of the Bank or

the Service Provider.

8. We, (indicate the name of the Bank ) lastly undertake not to revoke this guarantee except

with the previous consent of the Commissionerate of Textiles, Nagpur in

9. This guarantee shall be valid upto (Date of Completion plus Handholding Period). Unless

extended on demand by Commissionerate of Textiles, Nagpur. Notwithstanding anything

to the contrary contained hereinbefore, our liability under this guarantee is restricted to

Rs…………….. (Rs………………………..only) unless a demand under this guarantee is

made on us in writing on or before…………….. we shall be discharged from our

liabilities under this guarantee thereafter.

Dated: the day of For

(indicate the name of bank)

Signature of Banks Authorised

official

Witness ( Name )-------

Designation with Code No. ---------

1 Full Address-----------

2.

Page 34: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 34 of 56

Annexure 4

SELF-DECLARATION – NON BLACKLISTING

(On Non-Judicial Stamp Paper of ₹100/- duly attested by the Notary Public)

To

The Commissioner,

Commissionerate of Textiles,

Maharashtra State,

Old Secretariate Building,

OPP G.P.O. Nagpur 440001

Sir/Madam,

In response to the tender No. Tender No. Samanya/ Vastray-2020/621/2019-2020 dated : 31

January, 2020. for Event Management Services FOR “VASTRAYA - 2020”, I/ We hereby

declare that presently our Company/ firm _ _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ is having

unblemished record and is not declared ineligible for corrupt & fraudulent practices in similar

services either indefinitely or for a particular period of time by any State or Central Government

in India/autonomous body /SPSUs/CPSUs/any other government organisation or its

undertakings/Private or Government Engineering College/ ITIs/ Polytechnics during last three

years preceding the date of submission of bid.

We further declare that presently our Company/ firm ___________________is not

blacklisted and not declared ineligible for reasons other than corrupt & fraudulent practices in

similar services by any State or Central Government in India/autonomous body

/SPSUs/CPSUs/any other government organisation or its undertakings/Private or Government

Engineering College/ ITIs/ Polytechnics on the date of Bid Submission during last three years

preceding the date of submission of bid.

If this declaration is found to be incorrect then without prejudice to any other action that

may be taken, my/ our security may be forfeited in full and the tender if any to the extent

accepted may be cancelled.

Thanking you,

Yours faithfully,

Name of the Bidder:

Authorized Signatory:

Seal of the Organization:

Date:

Place:

Page 35: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 35 of 56

Annexure 5

DETAILS OF SIMILAR WORKS EXECUTED

Sr.

No

Name of

Event

Organised

& Location

Owner

of sponsoring

organization

Cost of

Work

(in Lakhs)

Date of

Event

Litigation/Arbit

ration pending

in progress with

details, if any

Name,

Designation and

Address/telepho

ne number of

officer to whom

reference may

be made

Remarks

1 2 3 4 5 8 9 10

Name of the Bidder: -

Authorized Signatory: -

Seal of the Organization: -

Date:

Place:

Page 36: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 36 of 56

Annexure 6

Format Power of Attorney

(On Stamp paper of relevant value)

Know all men by the present, we _________________________________ (name of the

company/firm and address of the registered office) do hereby appoint and authorize Mr

__________________ (full name and residential address) who is presently employed with us

holding the position of _______________________ as our attorney, to do in our name and on

our behalf, deed and things necessary in connection with or incidental to our proposal in

response to the tender document by Commissionerate of Textiles, Nagpur, including signing and

submission of all the documents and providing information/responses to Commissionerate of

Textiles, Nagpur in all the matters in connection with our bid.

We hereby agree to ratify all deeds and things lawfully done by our said attorney

pursuant to this Power of Attorney and that all deeds and things done by our aforesaid attorney

shall always be deemed to have been done by us.

Dated this ______ day of ______.

For ________________________________.

(Signature)

(Name Designation and Address)

Accepted

Signature)

(Name Designation)

Date:

Business Address:

Page 37: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 37 of 56

Annexure 7

REPRESENTATIVE AUTHORIZATION LETTER

Date : _________________________

Ref : _________________________

To

The Commissioner,

Commissionerate of Textiles,

Maharashtra State,

Old Secretariate Building,

OPP G.P.O. Nagpur 440001

Dear Sir,

Ms. /Mr. ___________________ is hereby authorised to sign relevant documents on behalf of

the agency for the tender for “Providing Event Management Services FOR “VASTRAYA -

2020”. She/he is also authorised to attend meetings and submit Technical & Financial

information as may be required by you in the course of processing above said tender.

Thanking you,

Authorised Signatory

Representative Signature

Company Seal

Page 38: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 38 of 56

Annexure 8

Financial Bid

1. The financial bid has been submitted in BoQ file only by uploading the same on e-Procurement

portal as per the process.

2. By submitting the financial bid on e-Procurement portal, bidder agrees and will abide by all the

terms and conditions specified in this Annexure as well as this TENDER DOCUMENT.

Name of the Tenderer/ Bidder: __________________________________________________

Address for Correspondence : __________________________________________________

Proforma as per BoQ format of Mahatenders portal of the consolidated financial proposal for Providing

Event Management Services FOR “VASTRAYA - 2020 is as follows:

To be uploaded in BoQ format on Mahatenders portal only.

Sr No Particulars Amount

1. CONSTRUCTION:

i) Including fencing wall with GI/PVC Sheet,

Construction of stalls of 45,000 sq. ft., Office, Erection of

hangers, Racks, Counters as required, 3 Strategic Gates,

Fountains, Potted Plants, Dias , Green Net Carpeting of

entire open area, Electrical Fittings and Lightings,

Police/Security Post and any other items prescribed in

general conditions.

ii) Construction of Theme Pavilion of 2,500 sq.ft. inclusive

of all electrical fittings, lights, spot lights, etc; as required

(As per Annexure “A”)

2. BACKUP SERVICES:

Fire Brigade, Security, Maintenance of Ground, Public

Convenience to suit the requirement of about 1000

participants living on ground and the visitors, Public

Announcements System, First Aid, Drinking Water

Arrangement for participants and Visitors Credit Card

facility. (As per Annexure “A”)

3. ELECTRICITY CHARGES:

i) For Stalls, Theme Pavilion, Office, etc;

ii) For Kiosks, Parking Area, Cultural Event, etc;

(As per Annexure “A”)

4. SEMINAR:

Holding Seminar of Participants including, Sound System,

LCD, Catering for 500 persons. (As per Annexure “ C ”)

5. PUBLICITY EXPENSES:

Page 39: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 39 of 56

i) Advertisements through News papers, Cable, T.V.,

Radio, Posters, Banners and Hoardings, Printing and

distribution of Invitation Cards, Photography and

Videographer of entire event, etc;

(Media Plan needs to be enclosed separately)

ii) Cultural Programme, Press Conference etc

(As per Annexure “B, B-1, B-2”)

TOTAL Rs………………………..

(In words ………………………………………………………………………………)

Seal & Signature of Tenderer

Undertaking

I undertake that:

(a) Tendered rates are at par with the prevailing market rates and not more than the price usually

charged from any private purchaser either foreign or as well as Government purchaser.

(b) Rate should be quoted including all taxes (GST and other if any)

Name of the Bidder:

Date: Authorized Signatory:

Place: Seal of the Organization:

Page 40: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 40 of 56

Annexure - 9

DETAILED SPECIFICATIONS

1) DETAILS OF CONSTRUCTIONS :

The structure should be sturdy and neatly finished. The basic structure is constructed of

3” dia steel tubules pipes ‘A’ class for the pillars made from 3” pipes and parlines of 2” at 4’ spacing, or

steel material of equivalent strength. The roof will be made from GCI sheets of between 22 to 26 gauge

(without any imperfection of holes) of 8’ or more length. Overlap and extension of the CGI sheet should

be 1’ both in the front and back and sufficient slope and drainage of water in case of rain has to be

ensured by the Contractor. All back and front and sides must have an overhang of at least 12”.

The sides, back and front walls are made of 4’ ft. frame work made of not less than 3” x

1” vertical and at least 1” horizontal frame work, covered with 4 mm plywood on both sides, Similarly all

dividing walls will be made from frame work of not less than 3” x 1” wood covered with 4 mm thick

commercial plywood.

Overall height of the partition wall in between two pavilions less than 8’ and a false

ceiling of approved quality will be stretched at a height of 8 ½ from the floor, thus leaving a gap of 6’ for

ventilation. Ventilation should be covered with wire gauze of approved quality.

2. FLOOR :

The floor should be of block Board 1” thick at height of 12” from ground with proper

bracing’s not more than 2’ apart, covered with approved colour coirmat. The outer gap between the

ground and the floor should, however, be covered with ply.

3. STEPS :

Steps at both exit and Entrance should be provided to enable the visitors to the Buyers’

Sellers’ Meet to have an easy across to each pavilion. Size of the steps should be 4’ x 1’ x ½. A run

through brickary of 2’ width connecting each pavilion should be provided at the Buyers’ Sellers’ Meet.

4. FRONT-SHOW WINDOW :

A show window should be provided at the front of Pavilion measuring not less than 24

square feet for 500 square feet pavilion, 32 square feet for 1,000 square feet pavilion and 40 square feet

for feet for 1500 and 2000 square feet pavilion with proper arrangements for display. A mirror (1’x 3’)

should be fixed at a convenient place nearest to the Sales counter inside the Pavilion. Pelmet to be

provided over the windows.

5. FRONT FACIA :

Front facia will be 4’ wide with lettering of the name of the State, both in Hindi and

English, on it besides name of the Organization. Colours of the facia and letterings should be as

approved. The height of the facia will be 16’ from ground level. Side wall of the corner pavilions should

have an height of 12’ and should also be covered with facia as in the front.

6. RUNNING SALES-COUNTER/CASH/COUNTER :

To be provided and be fabricated with 18 mm commercial block-board and properly

painted with approved shade and colour. Height should be 36” and the width 2’. The length of the counter

Page 41: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 41 of 56

will not be less than 24’ feet in case of 500 square feet, 48’ feet for 1000 square feet, 72’ feet or 1500

square feet an 96’ feet for 200 square feet pavilion. One cash-counter of 3’ x 4’ x 2½ shall be provided an

addition to the stipulated sales-counters to each of the pavilions (for extra fittings quote separately) with

provision of a chair for the Cashier. A drawer with a provision for lock should be provided with Cash-

counter.

7. RUNNING ALMIRAH/RACK :

To be provided and be fabricated with commercial block board with vertical partition of

4’ apart (approx). and horizontal partition (shelves) at approx. 1’ & 3’ apart. Height 8’ and depth not less

than 1 6”. The length of the rack should be sufficient to cover the entire length of the counter from one

end to the other (for extra fittings quote separately). Minimum five shelves to be provided in each rack.

8. DOOR :

Providing two doors of 4’ x 7’ size one for entry and one for Exit with wooden frame of

1’ x 1½’ size with 4 mm ply covered on both sides along with locking arrangements from both sides

excepting 500 square feet where only one door will be provided. Suitable pelmet to be provided on the

top of the door.

9. FIRE EXTINGUISHERS :

For each pavilion 2 Nos. Fire Extinguishers as approved by Fire Authority shall have to

be installed, one each for common and another suitable for electrical fire. They should be installed at

placed as directed by the Fire Authority.

10. ELECTRICALS :

Electrical light and fan fittings to be provided with necessary wiring on main line

separately for (a) fan (b) light (c) night lamp, distribution and point wiring including switch, main switch,

etc., using ISI standard wire and light fittings complete as may be approved by the local electrical

Authority. All fittings should be properly focussed to enable enough/ proper lighting at the sales counter

and general lighting at the Pavilion.

The following fittings will be provided :

Pavilion size (in

square ft.

Tube Lights 60

w & above

Pedestal Fans Night Lamp-cum Generator

connection out of the Provision as

under columns (2)

500 16 2 2

1000 32 3 4

1500 48 4 6

(Contractor should provide requisite number of Generator as a stand by as to provide connections to the

number of tube lights as mentioned under column-4 in the case of power failure. The capacity of the

generators must be such as to meet the load of the installations under Col. (4)

All electrical works including fittings and fixtures and wiring must be done through a

licensed Electrical Contractor borne in the current approved list of PWD (Electrical/CPWD, etc.) who

Page 42: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 42 of 56

will submit and obtain necessary approvals and submit TEST FORM to Executive engineer, PWD

(Electricals for power connection).

11. ELECTRICAL SCHEDULE :

(a) Power connection and distribution :

The contractor shall quote rental for the following items for the duration on the Buyers’

Sellers’ Meet. The rental shall be inclusive of all wiring, trenches inclusive of all cabling from switch

transformer to boards, distribution boards for each block of 10 shops to main panel board for three phase

meter for requisite power load inclusive

of all equipment structures and fitting as required for the electric supply and contract from the supply

terminal to and inclusive of distribution board for a block of 10 shops as approved. Installation of

transformer(s) shall also be the responsibility of the contractor. He shall also supply, fix and maintain

HRC, Fuses, TP Switch, fuse units, DP SWITCH FUSES, PORCELAIN Kit-kats, etc. required for the

distribution of power to individual shops. Complete safety measures shall be adopted and all cable joints

etc., properly earthen with coper conductor and sufficient earthing pits provided under the direction and

approval of the Director/ Commissionerate. The rental shall include constant attendance of qualified and

experienced Electrician for the maintenance and service (entirely at the cost of the Contractor) as

required. The temporary electrical connection and consumption charges required for construction period

shall be obtained by the Contractor at his own risk and cost. The meter rental and electricity consumption

charges for the duration of the Buyers’ Sellers’ Meet shall be borne by the Event Manager. The Event

Manager shall provide extra exhaust fan if required for pleasant circulation of air at no extra cost as

directed by the Commissionerate.

Besides the tube light fittings, spot lights, fans etc., mentioned in the general

construction, the Contractor has to provide the following lighting arrangements.

(b) LIGHTS :

Providing and fixing Halogen light outdoor type water proof fittings complete with

under-ground wiring and steel fixing brackets of 75 mm x 6 Mtrs, high ‘A’ class steel poles duly painted

block or as per instruction of the Commissionerate with two/four 1000 watt halogens. (quote separately

for two/four)

(c) TUBE LIGHTS :

Providing and fixing 4’ long fluorescent tube lights on new steel patties in the packing

area, WC bath room etc., as per the instruction of the Commissionerate. The number of lights should be

sufficient to avoid darkness and as per instructions given by Commissionerate.

(d) PUBLIC ANNOUNCEMENT SYSTEM :

Complete Public address system with a powerful (PA 60) switch over type amplifier with

2 microphones, tape player and 20 numbers loudspeakers strategically placed on the grounds and parking

area is to be provided. A full time operator shall be provided by the contractor to operate the Sound

System and Play Cassettes of recorded instrumental music. The control, amplifier, etc. will be located in

or near the office.

Page 43: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 43 of 56

12. (a) CONSTRUCTION OF OFFICE :

Construction is same as State Pavilions except no rack and counter. Sufficient office

furniture’s/fixtures and other office items as instructed at site by Buyers’ Sellers’ Meet authorities should

be provided at the Pavilion by the Contractor without any extra cost. Office furniture shall include (1)

sofa set (2) one fridge (3) table & chairs (4) two room coolers/room heaters (2) tray/glasses/jug/flask, etc.

Announcer cabin will be provided therein as directed. Additions/alterations may be suggested at the site

by the Commissionerate, for which, no extra payment shall be made to the contractor. A full and a half

size steel almirah with lock and key is to be provided. A seperate urinal attached to the office should be

provided for use by Officers.

(b) CONSTRUCTION OF POLICE / SECURITY POST :

As under (a) above.

(c) FIRE BRIGADE OFFICE / GARAGE :

A garage for fire tender is to be provided with GCI sheets over steel pipe structure with a

difference in height i.e. 24’ in front and 20’ in the back. Dimension of the garage would be 24.’ X 32’.

There is no plywood work except for facia. Front side will remain open and rear wall should be kept

closed with GCI sheets (partition wall, roofing will be made out of GCI sheets) including lighting as

directed. Two pedestal fans, five chairs and 4 folding beds are to be provided. Arrangement for a tent

accommodating four beds near the garages shall also have to be provided.

The above specifications are the minimum requirements. Further instructions on the spot

will be given by the fire/Bank/PO/ Police authority in case any deviation is deemed necessary. No. extra

payment shall be made to the Contractor for all such addition/ alterations.

13. (a) BATH ROOM/ WCs.

Contractors have to provide covered bathroom and WCs for the use of the participants

and visitors on round the clock basis. Sufficient water supply has to be insured by the Contractor and

arrangements for handling soiled/ dirty water are to be made on large scale enough to handle the expected

volume of rush. Setting tanks, septic tanks, sock-pits, sewer lines and man holes, etc. as mandatory under

CPWD rules are to be provided to run the WCs and bathrooms at the Buyers’ Sellers’ Meet. The rates of

WCs and bathrooms therefore should be inclusive of all these provisions.

(b) WCs – Total 4 sets of WC blocks consisting of 10 WCs in each block at site as indicated by the

Commissionerate. Internal size of WC is 4’ x 4’ height 6 ½ from platform level. Roof and the partition

should be with GI sheets without imperfection or holes. The WC (Indian type) sheet and its platform will

be 1’ x 6” high from ground level, made of brick work in 1:3 cement sand with top finish of 1” thick IPS

Flooring with necessary slope in floor as required. Lockable door with necessary fittings should also be

provided. The fitting of door should be in such a way that privacy is maintained. Each Block of WCs

must have an overhead water tank of 500 litre capacity and enable round the clock water service. Water

tap in each WC may also be provided. WCs and toilets with indication of Gent/s Ladies should be made.

Electrical fittings and provision of 100 watt bulb to be provided in each WC. Each WCs should be

equipped with buckets/ mugs. A full time sweeper should be engaged for each block of WCs to ensure

Page 44: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 44 of 56

cleanliness through out the Buyers’ Sellers’ Meet. The WCs should be ready at least two days before the

commencement of the Buyers’ Sellers’ Meet.

(b) BATHING PLACE :

A 9” raised masonry platform from Ground Level with cement plaster 30’ long and 5’

wide having ¾“ IPS flooring over it with proper slope is to be constructed and a 5’ x 4.5” thick brick wall

30’ with 1:4 cement mortar also to be constructed at one end of Platform to support 10 water taps.

Drainage of waste water should also be properly arranged. There should be no spreading of water by

over-flow or leakage’s in the disposal system. An over-head tank of 2000 liter capacity should be

constructed to enable round the clock water facility.

(c) URINALS :

Providing urinal at 3 places with 8 urinals stalls in each made from a brick wall of 4’

height of 16’ length with 4” partition walls to go between each urinal duly plastered, a platform of 16’ x

3’ with brick work duly plastered is to be provided

for standing. The platform should have proper slope for drainage. A utter is to be provided at the base of

the back wall and Platform and drains as directed urinals will be hand flushed. Round the clock water

facility should be made available at all Urinals.

(d) STORAGE AND DISTRIBUTION OFWATER SUPPLY :

The contractor is to provide for the storage and distribution of water throughout the

Buyers’ Sellers’ Meet grounds.

1. Main storage plastic tank to be installed at high point with a capacity of 5000 liter. Inlet from the

main waterline and outlet to the smaller tanks with proper plumbing and connection should be ensured by

the contractor through out the Buyers’ Sellers’ Meet period.

2. Four smaller tanks of 500 liter capacity to be fixed on 4 WCs blocks and a 2000 capacity tank at

the bathing place with both inlet from the main tank and outlet to the required areas with proper plumbing

and connections must be ensured by the contractor through out the Buyers’ Sellers’ Meet period.

3. Twenty numbers of self-closing railway type taps of 1½” dia. Are to be provided at two places

with round the clock drinking water supply must be ensured by the contractor through out the Buyers’

Sellers’ Meet period. Proper drainage of water must be ensured to avoid any water logging/ stagnation.

(e) FOUNTAIN :

One fountain with colourful water lightings as per design of 20 x 20 x 3’ is to be made.

Construction in brick masonry in 1:6 cement sand mortar to be Plastered in stand/ cement 1:3 in one

continuous process without break so that there are no leakage of water and ‘pumping’ to which blue

colour is to be added. This fountain is to be provided with a powerful booster pump of 1 HP with 2” take

and 1 ½” outlet and fitted with ¼ No.s of Mushroom type fountains. Cleaning and maintenance of the

pool, Pump and water supply is to be undertaken by the Contractor during Buyers’ Sellers’ Meet period.

(f) KIOSKS :

Size of each kiosk will be 10’ x 10’ x 8’ with GCI roof and shall have facia of 2’ x 10’ on

all the four side. Each Kiosks should be provided six tables of 4’ x 4’ 4’ size, eight tube lights with

Page 45: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 45 of 56

power connection, two drum of 6’ height to store disposable/ wastes and power connection wherever

required ( the number of extra power points with connections and to the stall where such connections are

to be

provided shall be intimated at site by the Commissionerate). Electrical wiring inside the kiosks should be

done on conduct piping so as to avoid fire hazards. Flooring should be leveled and raised with 3” bricks.

All the materials used for construction of State Pavilions/ Kiosks, etc., should meet the

approval of the Commissionerate. Not with standing anything contained in the aforesaid clauses and in

the accompanying schedules, the Commissionerate is competent to effect change of the venue and to the

schedules accordingly or even cancel the Buyers’ Sellers’ Meet before the work is formally awarded and

the Contractor will not have any claim against the Managing Director for the preliminary work(s) or any

other expenses incurred by the Contractor in connection with his tendering for the work and further

proceedings thereon until such alteration or cancellation.

DR. MADHAVI KHODE CHAWARE I.A.S.

Commissioner,

Commissionerate of Textiles, Maharashtra State,

Nagpur

Page 46: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 46 of 56

ANNEXURE “A” OF QUANTITIES FOR THE CONSTRUCTION OF CIVIL WORK.

Sr.

No.

Particulars Units/Qty.

1 2 3

1. THEME Pavilions as per specification & drawing enclosed 2500 Sq. ft.

2. State Pavilions in various sizes with all the provisions

mentioned under 1 to 10 of schedule ‘A’ and as per

drawings and as per directions of Buyers’ Sellers’ Meet

Committee.

(250, 500, 1000 and 1500 sq.ft.)

45000 Sq. ft.

3. Providing all Electrical connections, fittings and fixtures as

per details in item no. 10 and 11 of Schedule ‘A’. Power

point will be provided in every stall for Cell phone

charging.

For Whole Event

4. Street & Parking Lights as per 11

(b) Schedule ‘A’

500 Watts

(a) Halogens

(b) Metahallides Light

200

300

5. Tube Lights as per item no.11(c) of Schedule ‘A’ (or

Equivalent Wattage)

1500 units

Lights as specified for vacant space

One Unit

6. Providing & fixing of Kiosks including lighting at suitable

places as per 13 (f) Schedule ‘A’

4 units

+

1 Canteen

7. Providing & fixing Flags on steel poles 20’ height with

3’x6’ size new satin cloth of different colours

75

8. Providing Gates as per designs 3 units

9. Provision of decorative ornamental lights around the

Buyers’ Sellers’ Meet ground/boundry wall along with

wiring, powers.

Sets with 1000 bulb

a) of zero watts

b) of 25 watts

20 sets

20 sets

10. Fixing Hoarding frame at site 30’x20’ with Flex Hoarding. For 600 sq. ft (4

Units)

11. Plywood walling including painting 10,000 sq. ft.

12. Cloth /Hasain Walling when required outside stalls 10,000

sq. ft.

13. Construction of office as per item 12(a) of Schedule ‘A’ 1000

sq. ft.

14 Construction of Police Post/ Security Post as per item

12(b) of

Schedule ‘A’

500

sq. ft.

15. Fire Brigade garage as in

Schedule ‘A’ item 12©

One

16. Providing boundary wall with Clean GCI sheets on

wooden poles/pillar wherever required. (5000 Running Ft.)

Rate per running

ft. with 8’ height.

Page 47: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 47 of 56

17. Maintenance of the total ground with adequate

man- power for the Buyers’ Sellers’ Meet

period.

Maintenance would include sprinkling of water

at the Buyers’ Sellers’ Meet ground daily,

leveling cleaning and laying raw sand to avoid

water logging in case of rain, Provision of 200

flower pots, Sweeping of the entire Buyers’

Sellers’ Meet complex daily, provision of 24

three seats wooden benches etc. (quote lump

sum amount)

Lumpsum

18. Installation of covered stage size 12 x 30 ft. for

Inauguration function with 40 x100’

Pendal Providing 200 chairs, sound system,

carpeting on dias & path, Guest chairs on dias

providing Podium etc.

Lumpsum

19. Land Development charges, i.e cutting of grass,

leveling of ground by JCB, Road Roller

Lumpsum

20. In case of rain, providing, laying & spreading of

Black Bajri on Pathways, front area, open area. Rate per truck of 300

Cu. Ft (10 Truck)

21. Providing 1” water pipe line if necessary

Per R. F. T.

(500 R. F.T.)

22. Providing spot light if required separately.

Per Light

50

23. Providing extra fans with stand. Per fan period of Buyers’ Sellers’

Meet

100 Nos.

24. Signage work on front wall Lumpsum

25. Providing plants during Buyers’ Sellers’ Meet

period

(150 Nos.)

Lumpsum

26. Providing Water Tankers

(4000 Liters each) - 200 Nos.

Per Tanker

27. Extra Rack – 100 RFT

Counter – 100 RFT

As required

As required

28. Spreading Green Net Synthetic Carpet in the

open passage of Buyers’ Sellers’ Meet Ground

120000

sq. ft.

29. Theme pavilions for Buyer-Seller meet 1500

sqft with 5/6 set of sofa, good chairs, 6 tea

tables, writing pad with pen, product display

stands/racks Tea, Mineral Water, LED for

demo.

Lumpsum

Page 48: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 48 of 56

Sr.

No.

Particulars Units/Qty.

1 2 3

(BACK-UP SERVICES)

1. Public Announcement System as per item

no.11(d) of Schedule ‘A’

One Unit

2. a) Providing WC Unit sets as per item no.

13(b) of schedule ‘A’

4 units

b) Providing bathing space as per item no. 13(c)

of schedule ‘A’

4 units

c) Providing Urinals as per item no. 13(d) of

schedule ‘A’

4 units

d) i) Providing and installing storage tank of 5000

liters capacity at a height as required by Officer

Incharge as per d(I) of 13 of schedule ‘A’

Per unit of one 5000 Ltr.

(3 units)

ii) Providing smaller tank of 500 litres or near

about and 2000 ltr. Or near about-as directed as

per d(2) of 13 of Schedule ‘A’

2000 Ltr. -3 Units

500 Ltr. – 2 Units

iii)Providing and fixing self closing

taps as per d(3) of 13 of Schedule ‘A’

Per Unit of 20 Taps – 3 Units

iv) Providing 20’x20’ fountain in brick masonary

including pump fountain, coloured, water

lighting, piping etc. as explained in item 13© of

Schedule ‘A’

One

3. Providing Fire fighting equipment

a) Fire Fighting Extinguisher - 60

b) Water Drum – 08

c) Fire Bucket – 16

d) Fire Brigade at site will be provided for 8

hours daily

Per unit period of Buyers’ Sellers’

Meet

4. Drinking Water arrangement for visitors will be

provided

Lump Sum

5. Providing Security Services

12 Security Guards

1 Supervisor

(Per shift – 12 Hours) for 26 days

Lump Sum

6. Providing CCTV Camera and Door Metal

Detector.

20 CCTV Camers, 3 Door Metal Detector

6 Hand Metal Detector (24 days)

Lump Sum

7. Administrative Expenditure Lumpsum

(ELECTRICITY ARRANGEMENT)

1. Pl. Quote for silent Diesel Generator Set including Fuel and operating charges

1) 250 KVA X 1 Each

2) 125 KVA X 1 Each

3) 63 KVA X 1 Each

(Quote separately for each)

Page 49: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 49 of 56

ANNEXURE - “B”

( PUBLICITY )

Tender Documents for News Paper Publicity of Buyers’ Sellers’ Meet (DGIPR and DAVP Rates only)

We are pleased to quote lowest rate for Black/White and Colour News Paper advertisement, of Buyers’ Sellers’ Meet.

Sr.

No.

Name of

News Paper

Size

CL/CM

No. of Insertion

B/W Colour

1. SAKAL 18 X 30

12 X 15

12 X 15

4

1

3

2. LOKMAT 18 X 30

12 X 15

12 X 15

4

1

3

3. GAONKARI 18 X 30

12 X 15

12 X 15

7

1

3

4. PUNYA NAGRI 18 X 30

12 X 15

12 X 15

7

1

3

5. DIVYA MARATHI 18 X 30

12 X 15

12 X 15

8

1

3

6. NAVBHARAT 18 X 30

12 X 15

12 X 15

7

1

3

7. DESHDUT 18 X 30

12 X 15

12 X 15

7

1

3

8. MAHARASHTRA TIMES 18 X 30

12 X 15

12 X 15

7

1

4

9. PUDHARI 18 X 30

12 X 15

12 X 15

8

1

4

10. BHRAMAR 18 X 30

12 X 15

12 X 15

7

1

4

11. DESHDUT TIMES 18 X 30

12 X 15

12 X 15

8

1

4

12. LOKSATTA 18 X 30

12 X 15

12 X 15

8

1

4

Page 50: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 50 of 56

13. SAMNA 18 X 30

12 X 15

12 X 15

9

1

4

14. BHASKAR 18 X 30

12 X 15

12 X 15

4

1

2

15. NASHIK TIMES 18 X 30

12 X 15

12 X 15

3

1

2

16. LOKMANTHAN 18 X 30

12 X 15

12 X 15

3

1

2

17. MAHARASHTRA NIROPYA 18 X 30

12 X 15

12 X 15

3

1

2

18. HAMARA MAHANAGAR 18 X 30

12 X 15

12 X 15

3

1

2

19. SAIMAT 18 X 30

12 X 15

12 X 15

3

1

2

All Advertisements preferably should appear on page 3 Right Side.

Above mentioned sizes and no. of insertions are subject to change.

Actual number of insertions and sizes of advertisements will be finalized during Buyers’

Sellers’ Meet by Buyers’ Sellers’ Meet Committee.

We undertake to arrange 3 press conferences, its news publications and arrange for Liason &

publicity at all times during Buyers’ Sellers’ Meet period.

Art work and details of contents of advertisement to be approved by committee.

Quantity mentioned are subject to change. Some items even can be deleted.

Page 51: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 51 of 56

( PUBLICITY ) ANNEXURE “B-1”

TENDER DOCUMENT FOR PUBLICITY (Other than News Paper)

We are submitting our lowest rates for publicity of Buyers’ Sellers’ Meet.

Sr.

No.

Particulars Qty.

1. Poster Four Colour 18”x23” 2000

2. Invitation Cards 1/8 size Four Colour 2000

3. Leaflet 1/8 size One Colour 50000

4. Flex Digital Printed Banners at site with Fixing 1000 sq.ft.

5. Advertisement on T.V. (Scroll) 24 days

1) Cable Channel

2)

3)

4)

200 Spot each

6. Radio Station 10 Sec. Spot.

1) AKASHWANI

2) FM

3) City Radio if any

200 Spot each

7. HOARDINGS FIVE (including fittings)

AT PROMINENT PLACES

(Please give name of Spots)

450 Sq. ft.

each

8. Arranging three press conferences of representative of all news

paper in city in good hotel so as to give adequate publicity to

the event.

Quantity mentioned are subject to change. Some items even can be deleted.

ANNEXURE “B-2”

(CULTURAL PROGRAMME )

Sr.

No.

Particulars

2. Cultural Group Programme (To be got approved by Buyers’ Sellers’ Meet Committee)

Dancers

Choreography

Music Arranging and Composing

Orchestra

Page 52: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 52 of 56

Annexure C

Arrangement for Seminar and Catering

Sr

No

Particulars Size Quantity

1 For Indoor Hall

VIP Cution Chairs with Cover 500

Executive Sofa (3 Seater) 16

Red Carpet (Approx. 5000 Sq.ft.)

White Cloth Partition 10 ft Height 200 ft

VVIP Chairs on stage 15

Mojo Baracating 100 ft

Teapoy with Wooden Base & Glass Top 6

Welcome Flower Arch 1

Flower Decoration on stage 30 ft border &

20 Bouquet

2 For Food Court

White Cloth Seilling Mandap with Side

Masking for Lunch

120 by 30

ft

White Cloth Seilling Mandap with Side

Masking for Dinner

60 by 50

ft

Square Tables with cover & frill 100

White Metal Lights 30

Green Metal Lights 50

China Lights on trees 400 ft

Stand Fans 30

Round Table with cover & frill 35

Chairs for Dining area 250

3 Sound

Inside Hall: 4 Podium Mike, 4 Hand Chordless

Mike, 4 Collor Mike

CD Player, 12 Channel Digital Mixer, Cables

etc.

Setup for Presentation including

Laptop/Computer , Projector etc

4 Light Inside Hall

2 Stand, 24 LED, 8 Warm LED Metal, 12 Par

Can

LED Wall Inside Hall : 3.9 mm 8 × 12 1

LCD TV On Stage (52 Inch ) 1

5 Catering (menu is indicating only ) For two

days

Page 53: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 53 of 56

Breakfast Menu - ( Veg Sandwich, Upama

Sev Chatni, Tea & Coffee Green Tea, Dry

Fruit Cookies, Naral Pani, Gulcon-D Powder )

1000

Lunch Menu - ( Rumali Roti, Phulake, Veg

Makkhanwala, Stuffed Bhendi, Jeera Rice,

Dal Fry, Mini Batata Wada, Aloo Wadi,Kakadi

Koshimbir, Green Salad, Dollar Jilebi, Moog

Halava,Chass Counter )

1000

Evening Hi Tea - ( Mini Samosa, Sandwich

Dhokala, Tea, Coffee, Green Tea, Dry Fruit,

Cookies )

1000

Dinner Menu - ( Jwari Bhakari, Phulaka,

Bharali Wangi, Tava Bhaji,Moong Dal

Khichadi, Maharashtrian Kadhi, Cream of

Tomato Soup, Aamrakhand, Green Salad,

Gajar Koshimbir, Pickle, Papad, Chatni,Loni,

Teecha, Govind Vida,Gulab Jamun with

Vanilla Ice Cream

1000

Water Bottles 250 ml. 500

Water Cans of 20 liters 500

6 Logistics & Accomodation

Innova 5 Cars for 2 Days ( Rate For 12 Hours) Per Day

Per Car

Accomodation for VIP & Dignitories in 3 Star

Hotel 10 Rooms for2 Days

Accomodation for other 100 delegates for 2

Days

Page 54: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 54 of 56

Annexure-10

Instructions to the Contractors/Bidders for the e-submission of the bids

online through eProcurement Portal

1. Bidder should do Online Enrolment in this Portal using the option Click Here to Enrol

available in the Home Page. Then the Digital Signature enrolment has to be done with the

e-token, after logging into the portal. The e-token may be obtained from one of the

authorized Certifying Authorities such as eMudhraCA/ GNFC/ IDRBT/

MtnlTrustline/SafeScrpt/TCS.

2. Bidder then logs into the portal giving user id / password chosen during enrolment.

3. The e-token that is registered should be used by the bidder and should not be misused by

others.

4. DSC once mapped to an account cannot be remapped to any other account. It can only be

inactivated.

5. The Bidders can update well in advance, the documents such as certificates, purchase order

details etc., under My Documents option and these can be selected as per tender

requirements and then attached along with bid documents during bid submission. This will

ensure lesser upload of bid documents.

6. After downloading / getting the tender schedules, the Bidder should go through them

carefully and then submit the documents as per the tender document; otherwise, the bid

will be rejected.

7. The BOQ template must not be modified/replaced by the bidder and the same should be

uploaded after filling the relevant columns, else the bidder is liable to be rejected for that

tender. Bidders are allowed to enter the Bidder Name and Values only.

8. If there are any clarifications, this may be obtained online through the eProcurement Portal,

or through the contact details given in the tender document. Bidder should take into

account of the corrigendum published before submitting the bids online.

9. Bidder, in advance, should prepare the bid documents to be submitted as indicated in the

tender schedule and they should be in PDF/XLS/RAR/DWF formats. If there is more than

one document, they can be clubbed together.

10. Bidder should arrange for the EMD as specified in the tender. The original should be

posted/couriered/given in person to the Tender Inviting Authority, within the bid

submission date and time for the tender.

11. The bidder reads the terms and conditions and accepts the same to proceed further to

submit the bids

Page 55: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 55 of 56

12. The bidder has to submit the tender document(s) online well in advance before the

prescribed time to avoid any delay or problem during the bid submission process.

13. There is no limit on the size of the file uploaded at the server end. However, the upload is

decided on the Memory available at the Client System as well as the Network bandwidth

available at the client side at that point of time. In order to reduce the file size, bidders are

suggested to scan the documents in 75-100 DPI so that the clarity is maintained and also

the size of file also gets reduced. This will help in quick uploading even at very low

bandwidth speeds.

14. It is important to note that, the bidder has to Click on the Freeze Bid Button, to ensure that

he/she completes the Bid Submission Process. Bids which are not Frozen are considered as

Incomplete/Invalid bids and are not considered for evaluation purposes.

15. In case of Offline payments, the details of the Earnest Money Deposit(EMD) document

submitted physically to the Department and the scanned copies furnished at the time of bid

submission online should be the same otherwise the Tender will be summarily rejected

16. The Tender Inviting Authority (TIA) will not be held responsible for any sort of delay or

the difficulties faced during the submission of bids online by the bidders due to local

issues.

17. The bidder may submit the bid documents online mode only, through this portal. Offline

documents will not be handled through this system.

18. At the time of freezing the bid, the eProcurement system will give a successful bid

updation message after uploading all the bid documents submitted and then a bid summary

will be shown with the bid no, date & time of submission of the bid with all other relevant

details. The documents submitted by the bidders will be digitally signed using the e-token

of the bidder and then submitted.

19. After the bid submission, the bid summary has to be printed and kept as an

acknowledgement as a token of the submission of the bid. The bid summary will act as a

proof of bid submission for a tender floated and will also act as an entry point to participate

in the bid opening event.

20. Successful bid submission from the system means, the bids as uploaded by the bidder is

received and stored in the system. System does not certify for its correctness.

21. The bidder should see that the bid documents submitted should be free from virus and if the

documents could not be opened, due to virus, during tender opening, the bid is liable to be

rejected

22. The time that is displayed from the server clock at the top of the tender Portal, will be valid

for all actions of requesting bid submission, bid opening etc., in the e-Procurement portal.

Page 56: Selection of Event Managenment agency for VastrayaPage 1 of 56 Bid Document For Selection of Event Managenment agency for “Vastraya - 2020” (A Buyers’ & Sellers’ Meet and Seminar

Page 56 of 56

The Time followed in this portal is as per Indian Standard Time (IST) which is GMT+5:30.

The bidders should adhere to this time during bid submission.

23. All the data being entered by the bidders would be encrypted at the client end, and the

software uses PKI encryption techniques to ensure the secrecy of the data. The data entered

will not be viewable by unauthorized persons during bid submission and not viewable by

any one until the time of bid opening. Overall, the submitted bid documents become

readable only after the tender opening by the authorized individual.

24. During transmission of bid document, the confidentiality of the bids is maintained since the

data is transferred over secured Socket Layer (SSL) with 256 bit encryption technology.

Data encryption of sensitive fields is also done.

25. The bidders are requested to submit the bids through online eProcurement system to the

TIA well before the bid submission end date and time (as per Server System Clock).

For any technical related queries please call at 24 x 7 Help Desk Number

0120-4001 002

0120-4200 462

0120-4001 005

0120-6277 787

International Bidders are requested to prefix 91 as country code

eMail Support

For any Issues or Clarifications relating to the published tenders, bidders are requested to contact

the respective Tender Inviting Authority For Technical - support-eproc(at)nic(dot)in

Note: Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject

while emailing any issue along with the Contact details.