38
TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry Department of Promotion for Industry and Internal Trade Office of the Controller General of Patents, Designs and Trademarks, TENDER DOCUMENT E-TENDER FOR INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition;supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN TO THE O/o CGPDTM, PATENT OFFICE, AND TRADE MARKS REGISTRY, Boudhik Sampada Bhavan S.M. Road, Near Antop Hill Post Office, Antop Hill, Mumbai – 400037 i) Date of issue/opening/publish of Tender document : 27-12-2019, 4.30 P.M. ii) Last date of receipt of Tender : 20-01-2020 till 2.00 P.M.

TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02

Government of India

Ministry of Commerce and Industry Department of Promotion for Industry and Internal Trade

Office of the Controller General of Patents, Designs and Trademarks,

TENDER DOCUMENT

E-TENDER FOR INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition;supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including

integration with existing LAN

TO

THE O/o CGPDTM, PATENT OFFICE, AND TRADE MARKS REGISTRY,

Boudhik Sampada Bhavan S.M. Road, Near Antop Hill Post Office,

Antop Hill, Mumbai – 400037

i) Date of issue/opening/publish of Tender document : 27-12-2019, 4.30 P.M.

ii) Last date of receipt of Tender : 20-01-2020 till 2.00 P.M.

Page 2: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

1. PREFACE: On behalf of The President of India, Controller General of Patents, Designs & Trademarks sealed tenders are invited under Two Bid System i.e. Eligibility Criteria and Financial Bid from reputed experienced and financially sound Companies/Firms/Agencies for “INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN” in the O/o CGPDTM and Patent Office, Mumbai(hereinafter O/o CGPDTM and Patent Office, Mumbai referred to as ‘Intellectual Property Offices, Mumbai’) located at the address mentioned belowon the terms and conditions mentioned in the tender document. 2. NAME AND ADDRESS OF THE AUTHORITY; The Controller General of Patents, Designs and Trademarks, Boudhik Sampada Bhavan, S.M.Road, Antop Hill, Mumbai- 400037. Phone: 022-24130387, E mail: [email protected]

2.1 ADDRESS FOR DOWNLOADING TENDER DOCUMENT:

https://eprocure.gov.in/cppp/ http://www. ipindia.nic.in

2.2 CONTACT PERSON(S) FOR ANY QUERIES RELATED TO TENDER:

Tender related clarification may be obtained from: Shri.M.V. Bhatkar, Assistant Administrative Officer Written queries can be sent by email at: [email protected] Telephone: 022-24130387.

3. BRIEF DETAILS OF THE E-TENDER:

Sl Name of the work & location

Details

i. Name of Work

INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LANfor Intellectual Property Offices, Boudhik Sampada Bhavan, S.M.Road, Antop Hill, Mumbai- 400037.

ii e-Tender fee INR 1000/-

iii e-Tender No. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02

Page 3: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

iv Submission of Earnest Money Deposit (EMD)

EMD equal to Rs.1,00,000/-(Rupees One Lakh Only) in the form of Demand Draft/Pay order/ Bankers cheque only in the name of “Controller of Patents”, payable at Mumbai

v Place of Payment The Patent Office, BoudhikSampadaBhavan,S.M.Road, Antop Hill, Mumbai- 400037.

vi Date of issue/opening/publish of Tender document

27-12-2019, 4.30 P.M.

vii Last date of the Submission/ Receipt of the e- Tender

20-01-2020 till 2.00PM

viii Estimated Cost

Not Exceeding 50 (Fifty) Lakh

viv Time of Completion

45 (Forty Five) days The date of commencement shall be reckoned from the date of Work Order issued to the successful Bidder

Vv Validity of tender

Six Months from the date of work order.

vvi Inspection of site

Before the date of submission of tender, the site shall be inspected with due written permission during office hours. Inspection of the site is mandatory. Certificate of Inspection issued by the Patent Office to be submitted with tender.

Vvii Liquidated damages

If Contractor fails to complete the job within the stipulated time, for delay the authority will be entitled to charge liquidated damage@ 1% of the accepted contract sum per week subject to ceiling of 10% of the accepted contract as per discretion of the Authority.

vviii Release of Retention Money

On expiry of Twelve months from the date of completion of work.

vviv Mode of submission

The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. More information useful for submitting online bids on the CPP Portal may be obtained at: https://eprocure.gov.in/eprocure/app.

vvv Clarification

Bidder may request for query regarding any technical matter to the contact person as mentioned above in section 2.2.

The cost of tender document is Rs.1000/-(Rupees One Thousand Only) payable by Demand draft/Pay order/Bankers cheque in favor of “The Controller of Patents”, payable at Mumbai, at the cash counter of the Patent Office, Mumbai. The cost of tender shall be submitted on or before the last date of receipt of

Page 4: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

tender. The cost of tender document is NON-REFUNDABLE. Tender submitted without cost will be rejected. The Earnest Money Deposit (EMD) is Rs. 1,00,000/-(Rupees One Lakh Only) payable by Demand draft/Pay order/Bankers cheque in favor of “The Controller of Patents”, payable at Mumbai, at the cash counter of the Patent Office, Mumbai. The Earnest Money Deposit (EMD) of tender shall be submitted on or before the last date of receipt of tender. O/o CGPDTM or Patent Office shall not be responsible for non-receipt, non-delivery or delayed receipt of the tender cost or EMD due to any reason whatsoever. EMD shall not carry any interest. SSI units registered with NSIC and MSME can avail the following benefits on submission of relevant certificate:- Availability of tender sets free of costs. Exemption from payment of earnest money deposit. Exemption from payment of security.

3.1 SUBMISSION OF THE E- TENDER This Tender is an e-Tender; offers will not be accepted in hard copy. e-Tenders without Cost of Tender and Earnest Money Deposit (EMD) are liable to be rejected.

4. SCHEDULE FOR INVITATION FOR BIDS:

i. Date of issue/opening/publish of Tender document : 27-12-2019, 4.30 P.M.

ii. Last date of submission/receipt of Tenderdocument : 20-01-2020, 2.00P.M. iii. Date and time of opening of Tender (Technical Bid) : 21-01-2020, 2.00P.M.

iv. Date and time of opening of Financial Bid : 22-01-2020, 2.00 P.M.

v. Bid will be opened at Library, Ground floor, Patent Office, Boudhik Sampada Bhavan, S.M.

Road, Mumbai 400 037 through e-procurement. 5. PERIOD FOR VALIDITY OF TENDER DOCUMENT:

Six months from the date of opening of the Tender.

6. TYPE OF BID:

Two bid system (Technical & Financial) i.e. Two cover system

7. PROCEDURE FOR SUBMISSION OF ONLINE BIDS:

Technical Bid (Cover-1): Bidders are requested to upload the required scanned copies of files as per the following: File 1:

i. Colour Scanned copies of all information/documents in single PDF file as per “QUALIFYING INFORMAITON” mentioned below (Ref Sl.No.8 and 14)

Page 5: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

ii. Colour Scanned copy of DD/Pay order/Bankers cheque for an amount of Rs.1000/- (Rupees One Thousand Only) towards cost of tender.

iii. Colour Scanned copy of DD/Pay order/Bankers cheque for an amount of Rs. 1,00,000/- (Rupees One Lakh Only) towards Bid Security (EMD).

Original copy of DD/Pay order/Bankers cheque should be submitted to Patent office Boudhik Sampada Bhavan, S.M.Road, Antop Hill, Mumbai- 400037 on or before last date of receipt of tender.

File 2: Financial Bid (BOQ) (Cover-2): Bidders are requested to upload the prescribed BOQ.

8. NATURE AND SCOPE OF WORK: Nature and scope of the work is mentioned at Annexure-II of this bid document (enclosed herein). 9. TECHNICAL BID: ELIGIBILITY CONDITIONS:

The tendering Company/Firm/Agency shall fulfill the following technical specifications for Technical Bid:-

i. The bidder should be a registered Company/Firm/ Agency. ii. The Company/Firm/Agency shall have at least three years’ experience in successfully

providinginterior work including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN.

iii. The Company/Firm/Agency shall have been registered with the Income Tax and Service/GST Tax Department.

iv. The Company/Firm/Agency should have satisfactorily executed at least one contract of INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN with Govt./Semi Govt./ PSU”.

v. The Company/Firm/Agency shall have Valid Authorization to run INTERIOR WORK INCLUDING SUPPLY AND ERECTION OF MODULAR FURNITURE including the dismantling of existing workstations, along with wood and glass partition installation of Electrical Switches; Networking Switches; supply and fixing of networking terminals including integration with existing LAN services from Competent Authority.

vi. Bidder shouldhave

i) Average Annual financial turnover during the last 3 years, ending 31st March of the previous financial year, should be 50 lakhs. ii) Experience of having successfully completed similar works during last 7 years ending last day of month previous to the one in which applications are invited should be either of the following: - (a). Three similar completed works costing not less than the amount equal to 40% of the estimated cost. or (b). Two similar completed works costing not less than the amount equal to 50% of the estimated cost.

Page 6: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

or (c). One similar completed work costing not less than the amount equal to 80% of the estimated cost.

Note: Documentary evidence is required to establish the eligibility requirements for the conditions mentioned in TECHNICAL BID.

10. EVALUATION CRITERIA:

i. Total number of Bids received will be opened during Bid opening time. ii. Technical and financial Bid will be opened by Designated Evaluation Committee.

iii. Technical Bid will be opened first. Only Bidders who qualify Technical Bid will be considered for Financial Bid and only their financial bid will be opened. Financial Bid of the unqualified bidders in Technical Bid will not be opened.

iv. Price quoted in financial bid will be announced. v. Evaluation committee will evaluate the Technical and Financial Bid and submit their reports to

the competent authority. vi. On the approval of Competent Authority, Lowest One (L-1) bidder name will be declared.

11. FINANCIAL BID: ELIGIBILITY CONDITIONS:

i. Bidders who qualify Technical Bid will be considered only for Financial Bid.

12. SCOPE OF WORK: The scope of services under theinterior work including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN, the details of which are mentioned in Annexure II.

13. CONDITIONS OF CONTRACT:

(i) The tenders should be submitted in the prescribed manner as mentioned in Para 7 above.

(ii) Tenders liable to rejection on following grounds:

A. A tender which does not fulfil all or any of the conditions laid down in this notice or contain

conditions not covered and or contemplated by the conditions of contract and or expressly prohibited there in or stipulated additional conditions shall be liable to be rejected and his Ernest money will be forfeited. Tenders shall also be liable for rejection on any of the following grounds. • Tenders submitted late. • Tenders containing remarks uncalled for. • Conditional tenders. • Tenders not submitted on prescribed Performa. • Telegraphic tenders • Tenders without Tender fee/ EMD/ incomplete tenders/ tender acceptance letter are liable to be rejected.

Page 7: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

B. Even though the tenderer may meet the above criteria, they are subject to be disqualified if they have: • Made misleading or false representation in the form, statement and attachments submitted in and or. • Record of poor performance such as abandoning the work, not properly completing the contract inordinate delays in completion, litigation history, or financial failures, etc. • Found to have been black listed in any other works.

(iii) The bid must be accompanied by an EMD of Rs1,00,000/- (Rupees One lakh only) in

the form of DD/Pay order/Bankers chequefavouring “Controller of Patents, Mumbai”. EMD of successful bidder shall be released on acceptance of Performance Bank Guarantee. The EMD of unsuccessful bidders shall be refunded normally within one month of finalization of the tender. No interest shall be paid on the EMD. Bids not accompanied by tender cost and EMD shall be rejected.

(iv) The bid submitted, without the prescribed EMD and/or the bid submitted without the

acceptance of terms and conditions mentioned in this tender document, shall be summarily rejected. Similarly the bid not submitted in the prescribed bid format as mentioned in this tender document, shall be summarily rejected.

(v) No deviation is allowed from the terms &conditionsas mentioned in this tender document.

(vi) The bidders are requested to go through the ‘Scope of Work’ and ‘Terms and conditions of the bid before submitting their offer/bid.

(vii) EMD will be liable to be forfeited if the bidder selected for the work fails to sign the formal

agreement or to start the work on the date stipulated in the work order.

(viii) For any clarification regarding tender you may visit our campus during working days only between 11 AM to 5 PM before the last date of tender submission.

(ix) The tenderer must obtain for himself in his own responsibility and at his own expenses all the

information necessary for the purpose of filling the tender and to enter into a contract with the Intellectual Property Offices, Mumbai, he must examine the drawings, specifications, conditions etc., and must inspect the site of work and must acquaint himself with all local conditions and matters pertaining there to..

(x) Bid shall remain valid for a period of six months from the last date specified for submission.

(xi) In case of any default by the Contractor in any of the terms & conditions, the O/o CGPDTM or

Patent Office, Mumbai may without prejudice to any other right/remedy which shall have accrued or shall accrue thereafter, terminate the contract, in whole or in part, by giving 10 days’ notice in writing to the Contractor .

(xii) The final acceptance of the tender would be entirely vested with the O/o CGPDTM or Patent

Office, Mumbai which reserves the right to accept or reject any tender, at any stage of the tender. The decision of the O/o CGPDTM or Patent Office, Mumbai in this regard will be final and no disputes in this regard will be entertained.

(xiii) The award of contract/work order issued by this office shall be accepted by the tendering

Company/Firm/Agency within 10 days from the receipt of the order or 15 days from the date of

Page 8: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

the said order whichever is earlier. The contract shall commence within 10 days from the date of acceptance of the work order.

(xiv) The contracting Company/Firm/Agency shall sign the Contract agreement after finalization of

the tender process.

(xv) The O/o CGPDTM or Patent Office, Mumbai reserves its right to terminate the contract at any time after giving due notice without assigning any reason. The contractor will not be entitled to claim any compensation against such termination. However, while terminating the contract, if any payment is due to the contractor for maintenance services already performed in terms of the contract, these would be paid to it/him as per the contract terms.

(xvi) The O/o CGPDTM or Patent Office, Mumbai shall not be responsible for death, injury or

accident to the contractor’s employee who may arise out of and in the course of interior work at Intellectual Property Offices, Mumbai premises.

(xvii) The contractor shall at his own expenses provide safety measures and facilities related thereto to

the manpower deployed at site. These measures/facilities to be provided by the contractor shall also include helmets, safety belts, gloves etc., who shall also take adequate steps ensuring their proper use. Adequate provisions shall also be made by the contractor for prompt evacuations, transportation and all medical treatments to the workers in the circumstance of any accident/injury during the course of work at site.

(xviii) In case of any accident due to negligence or unsafe work that requires medical attention, the

contractor is wholly responsible and O/o CGPDTM or Patent Office, Mumbai will not entertain any claim, compensation, penalty, etc.

(xix) General Financial Rules, 2017 are applicable for all bidders.

(xx) The rates quoted by the bidder should be inclusive of all the taxes applicable, levies, excise duties,

transit, insurance and freight and any other statutory levies etc.

(xxi) The Income Tax and any other taxes or charges as applicable will be deducted at source by the O/o CGPDTM or Patent office from the successful bidder while making the payment.

(xxii) Successful bidder shall be entirely responsible for all taxes, duties, license fees, octroi, road

permits, etc.as well as any costs associated with the transportation, installation and commissioning of the Modular Furniture components.No extra cost shall be given for transportation; labour cost, insurance etc., as the rates quoted shall be all inclusive price.

(xxiii) The Goods supplied under this Contract shall conform to the Government standards mentioned

in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods.

(xxiv) The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most

recent or current models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except when the design and/or material is required by the Purchaser's Specifications) or from any act or omission of the Supplier.

Page 9: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

14. Execution of work:

a. Time period of completion: The successful bidder shall execute and complete the work as per specification/Scope of work mentioned in Annexure-II to the satisfaction of the Officer -in- charge within a period of 45 days from the date of award of work.

b. The successful bidder to whom the work is awarded shall have to execute the work as

per the work order and the terms & conditions of this tender document.

c. The CGPDTM is not responsible for the breakage/damage of any goods during the transit. In that case, it is the responsibility of the firm/contractor to whom the work has been awarded.

d. The EMD will be released after the date of submission of the performance guarantee.

15. Variation in quantity / scope of work:

a. The quantity mentioned in the scope of work is approximate (As marked by shaded in the drawings- Annexure- VI). CGPDTM reserves the right at the time of award and execution of the contract, to vary the quantity of the area specified in the scope of work but no change in the unit rate quoted shall be permitted.

b. The work should be awarded fully as described in scope of work or in part as the Order

of CGPDTM.

c. The successful bidder to whom work is awarded shall be paid for the actual work completed as per rate schedule furnished by the bidder.

16. Security Deposit & Performance Guarantee

a. On acceptance of the award of contract, the successful bidder is required to submit the prescribed Performance Guarantee of 5% of the value of work order, within 30 days of intimation of acceptance of the award of contract for due and proper fulfillment of contract valid till the completion of the work to the satisfaction of the Officer-in-Charge.

b. The Performance Guarantee shall be by way of Bank Guarantee from any Nationalised

Bank in the prescribed format (Annexure-V) deposited to the Assistant Administrative officer(Mr. M.V. Bhatkar), Office of Controller General of Patents ,Patent Office, Boudhik Sampada Bhavan, S.M Road, Near Post Office, Antop Hill, Mumbai-400037.

c. In case, the successful bidder is called upon to deposit the Performance Guarantee

and if the successful bidder fails to furnish the same within the prescribed period, such failure shall constitute a breach of the conditions and CGPDTM shall be entitled to forfeit the EMD without prejudice to any other right to damage that the company may incur in the matter.

d. The bank guarantee shall be valid for a period of 12 months from the date of

completion of the work to the full satisfaction of the CGPDTM. The same shall be released by CGPDTM after the expiry of the guarantee period.

Page 10: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

17. Liquidated damages

For delay in completion of work, the liquidated damage @ 1% of order value per week or part thereof subject to the maximum of 10% of the order value shall be deducted.

18. Completion Certificate

Within one month of the completion of the work the contractor shall furnish a certificate for such completion.

19. Guarantee Period

Guarantee period should be 12 months from the date of completion of the works against poor workmanship, poor performance etc. In case of deficiencies found during the guarantee period, the same shall be rectified free of cost by the Contractor at their own cost and risk. In case the contractor fails to correct the deficiencies, the payment towards correction of deficiencies will be taken from the Security deposit and Performance Guarantee.

20. Quality assurance:

The successful contractor should ensure the quality of material as per the requirement/ discretion of the O/o CGPDTM or Patent Office.

21. Right to accept or reject tender

The right of acceptance of tender will rest with the O/o CGPDTM or Patent Office. O/o CGPDTM or Patent Office reserves the right to accept the whole or any part of the tender. All the tenders in which any of the prescribed conditions are not fulfilled or are incomplete in any respect shall be liable to be rejected.

22. Insurance

Contractor shall at his own expenses carry and maintain insurance with reputable Insurance Companies to comply with the requirements of (i) Employees State Insurance Act, (ii) workmen’s Compensation & Employer’s Liability Insurance, (iv) Automobile Liability Insurance.

23. Safety Regulations

Contractor shall adhere to safe construction practice and guard against hazardous and unsafe working conditions and shall comply with safety rules. The CGPDTM / IPO– MUMBAI shall not be held responsible for any accidents that occur due to unsafe practice of the persons employed by the contractor to carry out the work.

24. PAYMENT TERMS & OTHER CONDITIONS

i. No advance amount shall be paid to the successful bidder.

ii. Payment will be released only after completion of the work to the satisfaction of the

Intellectual Property Offices, Mumbai.

Page 11: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

iii. The O/o CGPDTM or Patent Office has the right to correct / add any terms of payment.

iv. The bill should be submitted to the Head of office, Patent Office, Mumbai.

v. The successful bidder shall over see that no damage happened to Building, property, etc. during working. Any such damage has to be compensated by the vendor.

vi. The payment for these items would be based on actual measurement and/or quantity.

vii. The final bill payment would be made considering the appropriate taxes as applicable.

25. BREACH OF CONTRACT

i. The failure of a party to fulfill any of its obligations under the contract shall not be considered to be a breach of default under this contract in so far as such Inability arises from an event of Force Majeure provided that the party affected by such an event

• Has taken all precautions due care and reasonable alternative measures in order to carry out the terms and conditions of the contract and

• Has informed the other party as soon as possible about the occurrence of such an event. • Extension of time in case of shifting contractor / company is unable to perform the

servicesunder this contract as a result of force majeure the contract period shall be duly extended for a period equal to the time during which such force majeure condition existed.

ii. Payment: During the period of inability to perform the shifting activity /services as a result of an event or force Majeure the contractor /company shall be entitled for payment of the work completed under the terms of this contract.

26. INDEMNITY:

The contractor shall keep Intellectual Property Office, Mumbai and all officials of Intellectual Property Office, Mumbai indemnified from and against all suits, losses, claims, demands, proceedings, and liability of any nature or kind including costs and expenses, injuries to any person, damages to any property whatsoever, levy of fees or consequences which they may be put to or suffer on account of the services undertaken by the contractor. The Contractor shall keep the Intellectual Property Office, Mumbai and all officials of Intellectual Property Office, Mumbai, indemnified from and against all suits, losses, claims, demands, proceedings, and liability of any nature brought or instituted against them by any of contractor’s employees or by any other third party in connection with, relating to or arising out of the performance of the services or non-compliance, deficiency, non- implementation of various provisions of statutory requirements. The contractor shall also execute an indemnity bond in favour of CGPDTM, in the standard format, in this regard.

27. FORCE MAJEURE:

Neither party shall be in breach of any obligation under this contract if it is unable to perform that obligation in whole or part by reason of Force Majeure. If either party seeks to rely on this clause, it shall immediately give notice to the other with full particulars of the matter claimed as a Force Majeure event. The parties so affected shall take all reasonable steps to remedy the failure to perform and to keep the other party informed of the steps being taken to mitigate the effects of

Page 12: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

Force Majeure. In the event of Force Majeure lasting for more than three months, either party may, following consultation with the other, give a notice of termination.

28. ARBITRATION:

In case of any disagreements so as to the interpretation of any clause or otherwise, relating to the tender, that may arise during or after the execution of the contract, the matter will be referred to the person(s) to be appointed or nominated by the Controller General of Patents, Designs & Trade marks whose decision regarding interpretation will be final. Also in the event of any dispute, relating to the tender, that may arise during or after the execution of the contract, the matter will be referred to the person(s) to be appointed or nominated by the Controller General of Patents, Designs & Trade marks for arbitration and the decision of such person(s) would be binding on both the parties.

29. JURISDICTION WITH REGARD TO ANY MATTER/DISPUTE

The Courts in Mumbai alone shall have the jurisdiction with regard to any matter/dispute relating to or arising out of this contract.

30. OTHER CONDITIONS

i. Before submitting their bid proposals, bidders shall carefully examine the site of the work to familiarize themselves with the site conditions which exist regarding present work to be executed, materials to be matched, precautions required, working space available and other conditions necessary to the making of the intelligent bids.

ii. The Contractor to whom the work is awarded shall co-ordinate with the Officer in

charge and carry out the execution of work with minimum disturbance to the staff and functioning of the officersand preferably carry out such work after office hours or on holidays.

iii. Work not to be sublet: The whole of the works included in the contract shall be executed

by the contractor who shall not directly or indirectly transfer, assign or mutilate the contract or any part thereof or interest therein and no undertaking shall relieve the contractor from the full and entire responsibility of the contract or from active superintendence of the works during their progress.

iv. The payment for these items would be based on actual measurement and/or quantity.

v. The above quantities are indicative and may vary based on actual requirement while

execution of work.

vi. The payment would be made as per actual only after satisfactory completion of the work.

vii. Be noted that while quoting rates in the financial bid, the bidder is required to consider all the requirements as mentioned in the scope of work including i. supply, installation and commissioning of all the items as mentioned above and ii. the cost for dismantling of the existing structure wherever required.

viii. The final bill payment would be made considering the appropriate taxes as applicable.

Page 13: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

All the above terms and conditions of the tender as mentioned above and included in the tender document shall be duly accepted.

31. ORDER FOR ARRANGEMENT OF DOCUMENTS FOR TECHNICAL BID

i. Application - Technical Bid. ii. Attested copy of the registration of agency

iii. Attested copy of PAN/GIR Card iv. Attested copy of the GST certificate v. Certified documents in support of having at least three years’ experience in successfully

providing INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN

vi. Certified documents in support of having average financial turnover of at least Rs. Fifty lakhs for last three years

vii. Document in support of satisfactorily execution of at least one contract of INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LANwith Govt./Semi Govt./ PSU”

viii. Document regarding Valid Authorization to run INTERIOR WORK INCLUDING SUPPLY AND ERECTION OF MODULAR FURNITURE including the dismantling of existing workstations, along with wood and glass partition installation of Electrical Switches; Networking Switches; supply and fixing of networking terminals including integration with existing LAN services from Competent Authority

ix. Copy of the Tender acceptance letter duly signed and sealed by the authorized signatory of the agency as token of their acceptance

x. For availing any payment related exemption in tender, a necessary supporting document/certificate shall be submitted.

Page 14: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

Annexure-I

TECHNICAL BID

E-TENDER FOR INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN at Intellectual Property Offices, Mumbai

1. Name of the Tendering Company/Firm/Agency (Attach certificate of registration)

2. Name of the Proprietor /Director of Company/Firm/Agency

3. Full address of the Registered Office _________________________________ ________________________________ Telephone Number: ________________ FAX No. _______________ E-Mail Address _______________

5. Banker of Company/Firm/Agency (Full Address) Telephone Number of Banker _________________________________

6. PAN/GIR No. _________________________________ (Attach attested copy)

7. GST Registration No.(Attach attested copy) _______________________________ 8. Financial turnover of the tendering Company/Firm/Agency for the last 3 financial years. (Attach separate sheet if space provided is insufficient). (Attach supporting document)

Financial Year Amount in Crore Remarks if any 2016-17 2017-18 2018-19

9. Give details of the major similar contracts handled by the tendering Company/Firm/Agency during the last three years in the following format: satisfactorily execution of at least one contract of INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN with Govt./Semi Govt./ PSU”

Sl. No.

Details of client along with address, telephone

Type of work

Amount of Contract (in Lakhs)

Approximate area of the site

Duration of Contract

From

To

1. 2. 3.

Page 15: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

(If the space provided is insufficient, a separate sheet may be attached)

Signature of authorized person Name: ____________________________

Seal: ___________________________ Date: Place:

DECLARATION 1. ------------------------------ Son/Daughter/Wife of Shri ------------------------------- signatory ofthe agency/firm mentioned above is competent to sign this declaration and execute this tender document: 2. I have carefully read and understood all the terms and conditions of the tender and undertake to abide by them: 3. Our company/firm has not been blacklisted by Central/State Govt./Autonomous body/PSU. 4.The information/documents furnished along with the above application are true authentic to the best of my knowledge and belief. I/We am/are well aware of the fact that furnishing of any false information/fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law:

Signature of authorized person Full Name:

Seal: Date: Place:

Note: All the documents as mentioned in Para 31 above should be provided with the Technical Bid.

Page 16: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

Annexure – II

SCOPE OF THE WORK

The scope of work includes Interior work including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition; supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN (as indicated in drawings Annexure VI) developed by IPO Building, Mumbai to accommodate more personnel. Though every effort has been taken to cover every detail of the work, any other work found essential for the completion of the work shall be considered included in this scope of work. The contractor should be well versed with all the activities and should have specialized team of workers for the same.

Sr.

No.

Description Quantity Unit

1 Supply and erection of modular workstation 1800mm x 1500mm

x 600mm and layout drawing given in Annexure or as directed by

the Officer-in charge at various locations inside IPO building,

Mumbai matching with the color as per direction of Head of

Office, Patent Office or Officer-in charge. It should include

1200mm high tile based partition. The partition panels shall have

overall minimum thickness of 60 mm.

14 Nos.

2 Supply and erection of modular workstation 1500mm x 1500mm

x 600mm and layout drawing given in Annexure or as directed by

the Officer-in charge at various locations inside IPO building,

Mumbai matching with the color as per direction of Head of

Office, Patent Office or Officer-in charge. The partition panels

shall be tile based & shall have overall minimum thickness of 60

mm.

12 Nos.

3 Supply of revolving chairs as per specification given above and

matching with the quality and color with the existing sample

available in office

26 Nos.

Page 17: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

4 Wooden partition Fixed on floor the partition Frame should be

made of 3”X3” wooden planks of 1st quality frame wood covered

with 12 mm Commercial Ply on both side (Make Kitply

,Archidply, Century, Greenply or any ISI make) and both side of

Ply’s external sides should be covered with 1 mm thick

Laminates (Make Merino lam, Green Lam, Archid lam, Century

lam, Sunmica) of approved shade ,with provision of electric wire

The whole assembly is to be fixed to the ground with full

threaded screws etc. or as directed by the Officer-in charge at

various locations inside O/o CGPDTM and Patent Office –

Mumbai.

1000 Sq.Ft.

5 Glass Grooved and fitted in between Wooden Partition and/or door

should be of

10mm thick glass having frosted film designs on glass (Make Saint

Gobain, Modi Glass).

25 Sq.ft.

6 Door 7ftX3ft - The Door Should be of 10mm thick glass (Make

Saint Gobain , Modi Glass) framed all sides with 4”X1.5” 1st

quality Teakwood polished with melamine with fittings (Door

Closer , Piano Hinges, Handle With including lock)

04 Nos.

7 Replacement/ laying of flooring wherever necessary during

installation of interior and networking/electrical cable

500 Sq Ft.

8 Replacement/ laying of ceiling wherever necessary during

installation of interior and networking/electrical cable

500 Sq Ft.

9 Wiring with following sizes of PVC insulated copper conductor

HRFRrating wire in the existing conduit i/c Making connections

testing etc as reqd.(M/s POLYCABHRFR Grade)

a)2x2.5+1x 1.5 Sq mm wire

800 Mtrs

10 Wiring with following sizes of PVC insulated copper conductor

HRFRrating wire in the existing conduit i/c Making connections

testing etc as reqd.(M/s POLYCABHRFR Grade)

a)2x4 +1 x2.5Sq mm wire

300 Mtrs

11 Casing Patti (1/3 inch) 60 ft

Page 18: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

12 Providing and fixing of following configuration of Modular

Switch &socket outlets i/c making connections, testing etc as

reqd. a) 6A,Universal outlets controlled by1 No.16A switch.

(UPS power at work station and other locations)

68 Nos.

13 Providing and fixing of following configuration of Modular

Switch &socket outlets i/c making connections, testing etc as

reqd.

16A,Universal outlets controlled by1

No.16A switch.( RAW POWER)

70 Nos.

14 Supplying and fixing 20amps, 240volts, SPN industrial type'

socket out let with 2 pole and earth, metal enclosed plug top

along with 20 amps 'C' series, SP, MCB' in sheet steel enclosure,

on surface or in recess, with chained metal cover for the socket

out let and complete with connections testing commissioning etc.

as required.

08 Nos.

15 50 Pair Telephone MDF Box 02 Nos.

16 20 Pair Telephone MDF Box 01 Nos.

17 Krone 10 Pair 14 Nos.

18 20 pair telephone wire 40 Mtrs

19 40 pair telephone wire 50 Mtrs

20 2 pair telephone wire 500 Mtrs

21 Supplying and installation of push button type telephones Each

etc. as required.

32 Nos.

22 Supplying and fixing 16 amps to 20 amps rating,

240 volts ''C' series, miniature circuit breaker suitable for

inductive loads of following poles in the existing MCB DB

complete with connections, testing and commissioning etc. as

required

a) single pole

20 Nos.

23 Supplying and fixing 40 amps to 63 amps rating,

440 volts, miniature circuit breaker suitable for inductive loads of

following poles in the existing MCB DB complete with

connections, testing and commissioning etc. as required

03 Nos.

Page 19: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

a) Four pole

24 3 phase power distribution box Voltage 440V, 6 to 24 ways 01 Nos.

25 16mm 4 core copper armored cable 30 Mtrs

26 5 star inverter air conditioner unit (2tr.) 6 Nos.

27 5 star inverter air conditioner unit (1tr.) 1 Nos.

28 Durable rubber flooring /Floor mat (minimum thickness of flooring 20 mm) for crèche area [300-500 Sq. Ft.]

In case of floor mat specification: EVA Material with minimum

size of one tile of the mat: 600 mm * 600 mm

500 Sq. Ft

29 2 door Almirah with 4 shelves

Size Specification (minimum): 900 mm Wide x 500 mm Deep x 1800 mm High

Material: Steel (MS sheet, 22 gauge for body and 20 gauge for doors Variation: Variation of upto 100 mm Wide x 75 mm Deep x 200 mm High is allowed in case of availability

2 Nos.

30 3 door Big Almirah with 4 shelves for storage

Size Specification (minimum): 1200 mm Wide x 500 mm Deep x 1800 mm High

Material: Steel (MS sheet, 22 gauge for body and 20 gauge for doors Variation: Variation of upto 100 mm Wide x 75 mm Deep x 200 mm High is allowed in case of availability

1 Nos.

31 Foldable hanging table bracket (foldable bracket) with particle board top (termite free, 18 mm thick).

To be hanged at comfortable height for kids upto 6 years for multi-purpose use.

Top should be 350-450 mm (14-17 inch) deep

15 Ft

32 Shoe rack with 4 shelves for storage of 20 pairs

Material: Particle board (18 mm thick, Termite resistant)

1 Nos.

33 CAT 6 UTP Cable 1000 Mtr

34 PVC Conduit pipe with coupling(25mm) 1 “(ISI Mark)** 800 Ft

Page 20: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

35 24 Port Jack Panel (Cat 6) 1 Nos.

36 Patch cord 7 ft (Cat6)** 52 Nos.

37 Patch cord 3 ft (Cat6)** 52 Nos.

38 Trunker (150mm) 50 ft

39 Junction (1X1) 01 Nos.

40 RJ11 I/O 37 Nos.

41 2 RJ45 CAT6E LAN I/O Network Keystone Jack + Gang Box + Dual Port Face Plate

42 Nos.

42 Providing and applying three coats of premium quality wall emulsion paint of approved make and manufacturer to all internal walls /gypsum partition/ceiling of approved color over a coat of water based primer including preparation of the surface by thorough cleaning and wetting as per manufacturer specification fully to give smooth and even surface before painting and curing as per manufacturer specification and as directed wherever necessary

5000 Sq.Ft

Technical Specifications for the Modular Furniture

Specification for Workstation

i. 14 Modular furniture work stations, 1800mm x 1500 x 600mm having arrangement as

single- seater, including 1200mm (minimum 60mm) high tile based partition. ii. 12 Modular furniture work stations, 1800mm x 1500 x 600mm having arrangement as

single- seater, including 1200mm (minimum 60mm) high tile based partition. iii. Chairs for workstations.

Frame

i. The partition panels shall be tile based & shall have overall minimum thickness of 60mm.

ii. The frame work shall be made of Knockdown metal frame comprising of vertical sections

made from minimum 1.0 mm CRCA/Aluminum sections formed into channels of minimum size 40mm X 50mm duly powder coated (coating thickness 50 to 60micron).

iii. These vertical channels shall have suitable and sturdy arrangement to accept tilecladding.

iv. All exposed vertical edges of partition panels shall be finished with contoured edged

powder coated Aluminum section of minimum 1mm thickness as per grade He- 9-63400 as per IS: 733-1983 (or Latest if any).

v. Connectors shall be of die cast aluminum with a waterfall edge for a continuous transition

from horizontal to verticaltrim. vi. Raceway consisting of powder coated section minimum 1 mm thick of CRCA

Page 21: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

MS/Aluminum of approved shade shall be provided of minimum 100mm size at two levels as shown in drawings of workstation attached.

vii. Panel should have cutouts of required sizes for installing electrical switch boards (as per

switch samples provided).(Two UPS, Two RAW power along with one networking and one telephone point) as per drawings.

viii. There shall be separate slots for passage of data and electrical wires.

ix. The frames should be designed to easily handle CAT 6 wires at entry points.

x. Tiles shall be offered for options as per attached drawing, i.e. Fabric tile

(tackable/Acoustic /Pin up Tile) and Laminate Tile/ Glass Tile/whiteboard. xi. End cap, Inline Cap, Universal Caps shall be of Aluminum extrusions. (l) Top & Vertical

trim shall be made up of Aluminum extrusions.

xii. 2 way / 3 way post shall be made up of minimum 1mm CRCA material. xiii. Connectors – 2 way / 3 way / 4 way, shall be of Aluminum Die Cast.

Tile Construction

i. Fabric Tiles base shall be made of minimum particle board of minimum 9mm thick, fabric

of approved shade and quality. ii. Laminate tiles shall be particle board of minimum 9 mm thick base with lamination of

approved colour.

Work surface

i. Standard table top height – 740mm (including table top thickness of25mm)

ii. Work surface shall be 1800mm x 1500mm x 600mm or 1500mm x 1500mm x 600mm as per required quantity made up of 25mm thick laminated plain pre- laminated particle board interior grade conforming to IS: 3087-1985 (or Latest if any) with PVC lipping/edge binding 2mm thick on all foursides.

iii. Pre-laminated 18mm thick 20”X12” keyboard pullout tray shall be on sliding telescopic

channels of Hettich or equivalent. iv. 3 Drawers Pedestal 710mm(H)x450mm(W)x450(D) shall have channel arrangement for

smooth operation, with best quality stainless steel handle and with central locking system.

Specification of Powder Coating

i. Powder coating shall be with Epoxy powder of a standard shade or as required. (b) The specific gravity of powder should be such that it gives DFT (DryFilm Thickness) of 50 – 60micron.

ii. It should withstand salt spray test of not less than 1000 hrs as per ASTM- B-117.

iii. SCRATCH HARDNESS TEST as per DIN 53153 shall be conducted and results should be such that no scratch shall show bare metal with a load of 3kgs.

Page 22: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

iv. The following seven step phosphating process treatment shall be conducted before

powdercoating.

• Hot waterrinse • Knock of Degreasing • De-rusting • Cold waterrinse • Activation • Phosphating • Passivation.

Work Station Chairs:

i. Medium back rest ergonomically designed revolving chairs with metalbase.

ii. The chair should have a hydraulic gas-lift (As per DIN 4550 2004-12 - class 3) for seat

height adjustment. iii. Fabric shall be fire retardant (As per ASTM D 1230-1994, IS:11871-1986).

iv. The seat should be PU-cushioned.

v. The seat should be NetBack

vi. The chair base should be of metal base (BIFMA5.1) for strength with nylon wheels (As

per ANSI/BIFMAX5.1-2002).

vii. There should be fixed armrest and push-back.

** chair sample should be provided and to be approved by officer in-charge/ Head of Office.

ADDITIONAL CONDITIONS

i. The work shall be carried out in accordance with the CPWD General

Specification. All installation shall comply with the requirements of Indian Electricity rules, 1956 as amended up-to-date. In case of items not covered by the above specification the work should be carried out as per the direction of Officer-in charge.

ii. Approval of the Officer-in-Charge shall be taken well in advance for the materials to

be used in the work by the contractor. iii. All repairs and patch work shall be neatly carried out to match with the original finish and

to the entire satisfaction of the Officer-in-Charge. iv. The contractor has to make his own arrangement for stores and watch and ward and no

extra claim for this will be entertained.

v. The contractor has to make his own arrangement at his own cost for all the general and special T & P.

Page 23: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

vi. All the debris due to the Electrical / Civil works shall be removed from the site by the contractor as soon as the work iscompleted.

vii. The copper wire to be used on the work shall be multi-strand and ISI marked. viii. The following makes are preferred for the followingitems.

a. PVC insulated copper conductor cable· Anchor/ Polycab /Havells

b. Telephone wire/ cable- Delton/ polycable

c. Modular Switch / socket accessories & MCB - Legrand mosaic/ L&T /Siemens

d. PVC pipe & accessories – ISI mark

e. Cable management system and accessories ·MK/ Legrand/ Havels/ Polycab

f. 20 pair telephone box – Hensel/ Siemens/ Panasonic/ Schindler

g. Telephone instrument ·Government approved brands

ix. Patch cord should be branded and factory crimped.

x. Equipment furnished shall be complete in every respect with all mountings, fittings,

fixtures and standard accessories normally provided with such equipment's and/or needed for erection, completion and safe operation of the equipment's as required by applicable codes though they may not have been specifically detailed in the tender document, unless included in the list of exclusions. All similar standard components/parts of similar standard equipment's provided, shall be inter-changeable with oneanother.

xi. The Bidder shall be responsible for providing all materials, equipment's, and services,

specified or otherwise, which are required to fulfill the intent of ensuring operability, maintainability, and reliability of the complete equipment covered under this specification within his quoted price. This work shall be in compliance with all applicable standards, statutory regulations and safety requirements in force of the date of award of this contract.

xii. The bidder shall also be responsible for deputing qualified personnel for installation,

testing, commissioning and other services under his scope of work as per this specification. All required tools and tackles for completing the scope of work as per the specification is also the responsibility of the bidder.

xiii. The installation of equipment’s shall be accepted only after installation tests are over. xiv. The bidder should ensure while installation of LAN, day-to-day functioning of official

work and existing network setup/connectivity/internet connectivity should not get disrupted.

xv. The bidder’s proposal shall include the list of tools (such as crimping tool, Krone punch

tool) and other accessories, which are required for installation of the connection. No separate charges for fixing/crimping/other connection charges would be paid by office.

xvi. The scope covers design/development of a suitable architecture/layout of the proposed

Page 24: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

networking system, preparation of bill of materials, pre-dispatch inspection / testing, packing and forwarding, transportation, insurance and carrying out further activities at sites viz. unloading, storage, further handling, erection, testing and commissioning including successful completion of acceptance tests and any other services specified.

xvii. The Intellectual Property Offices, Mumbai reserves the right for quantity variation due to increase/decrease in requirements. The bidder shall also provide all required equipment which may not be specifically stated herein but are required to meet the intent of ensuring completeness, maintainability and reliability of the total system covered under this specification, including integration and interoperability with the existing LAN.

xviii. On site warranty for all Installation and Hardware delivered for minimum one year and

extended as per OEM guarantee/warranty offered. xix. In case, the quantity of laying cables or fixing wall mount sockets etc. exceeds or is less

than the quantity in bid price schedule, the payment for the executed quantity shall be paid on pro-rata basis, for the actual quantities consumed / for which the installation is carried out through the Bidder on Certification by System Administrator.

xx. Any other work required for making the network functional up to the satisfaction

of System Administrator/NIC.

xxi. All equipment’s quoted should be of reputed brand/make.

xxii. The payment for these items would be based on actual measurement and/or quantity.

xxiii. The above quantities are indicative and may vary based on actual requirement while execution of work.

xxiv. The payment would be made as per actual only after satisfactory completion of the work.

xxv. Be noted that while quoting rates in the financial bid, the bidder is required to consider all

the requirements as mentioned in the scope of work including i. supply, installation and commissioning of all the items as mentioned above and ii. the cost for dismantling of the existing structure wherever required.

xxvi. The final bill payment would be made considering the appropriate taxes as applicable.

xxvii. Bidders are advised to inspect and examine the site and its surroundings and satisfy

themselves before submitting their tenders as to the nature of constitution already existing (so far as in practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A Bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Bidder shall be responsible for arranging and maintaining at own cost all materials, tools and plants, water, electricity access, facilities for workers and all other services required for the execution of the work unless otherwise specifically provided for in the contract documents. Submission of tender by a Bidder implies that he has read this notice and all other contract documents and has made himself aware of the scope and specification of the work to be done and of conditions and rates at which stores, tools and plants etc. if any will be issued to him by CGPDTM and local conditions and other factors having a bearing on the execution of the work. The Bidder must also study the neighborhood, rules and regulations for building as well as the area

Page 25: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

where it is situated.

SIGNATURE OF THE BIDDER

Page 26: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

Annexure:-III

FINANCIAL BID (BOQ)

Sr.

No.

Description Quantity Unit Rate per

unit (INR)

Total cost for all

quantity (INR)

1 Supply and erection of workstation

1800mm x 1500mm x 600mm and

layout drawing given in Annexure

or as directed by the Officer-in

charge at various locations inside

IPO building, Mumbai matching

with the color as per direction of

Head of Office, Patent Office or

Officer-in charge. It should include

1200mm high tile based partition.

The partition panels shall have

overall minimum thickness of 60

mm.

14 Nos.

2 Supply and erection of workstation

1500mm x 1500mm x 600mm and

layout drawing given in Annexure

or as directed by the Officer-in

charge at various locations inside

IPO building, Mumbai matching

with the color as per direction of

Head of Office, Patent Office or

Officer-in charge. The partition

panels shall be tile based & shall

have overall minimum thickness of

60 mm.

12 Nos.

3 Supply of revolving chairs as per

specification given above and

matching with the quality and color

with the existing sample available

26 Nos.

Page 27: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

in office

4 Wooden partition Fixed on floor

the partition Frame should be made

of 3”X3” wooden planks of 1st

quality frame wood covered with

12 mm Commercial Ply on both

side (Make Kitply ,Archidply,

Century, Greenply or any ISI

make) and both side of Ply’s

external sides should be covered

with 1 mm thick Laminates (Make

Merino lam, Green Lam, Archid

lam, Century lam, Sunmica) of

approved shade ,with provision of

electric wire The whole assembly

is to be fixed to the ground with

full threaded screws etc. or as

directed by the Officer-in charge at

various locations inside O/o

CGPDTM and Patent Office –

Mumbai.

1000 Sq.Ft.

5 Glass Grooved and fitted in between

Wooden Partition and/or door should

be of

10mm thick glass having frosted film

designs on glass (Make Saint Gobain,

Modi Glass).

25 Sq.ft.

6 Door 7ftX3ft - The Door Should be

of 10mm thick glass (Make Saint

Gobain , Modi Glass) framed all

sides with 4”X1.5” 1st quality

Teakwood polished with melamine

with fittings (Door Closer , Piano

05 No’s Nos.

Page 28: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

Hinges, Handle With including

lock)

7 Replacement/ laying of flooring

wherever necessary during

installation of interior and

networking/electrical cable

500 Sq Ft.

8 Replacement/ laying of ceiling

wherever necessary during

installation of interior and

networking/electrical cable

500 Sq Ft.

9 Wiring with following sizes of

PVC insulated copper conductor

HRFRrating wire in the existing

conduit i/c Making connections

testing etc as reqd.(M/s

POLYCABHRFR Grade)

a)2x2.5+1x 1.5 Sq mm wire

800 Mtrs

10 Wiring with following sizes of

PVC insulated copper conductor

HRFRrating wire in the existing

conduit i/c Making connections

testing etc as reqd.(M/s

POLYCABHRFR Grade)

a)2x4 +1 x2.5Sq mm wire

300 Mtrs

11 Casing Patti (1/3 inch) 60 ft

12 Providing and fixing of following

configuration of Modular Switch

&socket outlets i/c making

connections, testing etc as reqd. a)

6A,Universal outlets controlled by1

No.16A switch. (UPS power at

work station and other locations)

68 Nos.

Page 29: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

13 Providing and fixing of following

configuration of Modular Switch

&socket outlets i/c making

connections, testing etc as reqd.

16A,Universa l outlets controlled

by1 No.16A switch.( RAW

POWER)

70 Nos.

14 Supplying and fixing 20amps,

240volts, SPN industrial type'

socket out let with 2 pole and earth,

metal enclosed plug top along with

20 amps 'C' series, SP, MCB' in

sheet steel enclosure, on surface or

in recess, with chained metal cover

for the socket out let and complete

with connections testing

commissioning etc. as required.

08 Nos.

15 50 Pair Telephone MDF Box 02 Nos.

16 20 Pair Telephone MDF Box 01 Nos.

17 Krone 10 Pair 14 Nos.

18 20 pair telephone wire 40 Mtrs

19 40 pair telephone wire 50 Mtrs

20 2 pair telephone wire 500 Mtrs

21 Supplying and installation of push

button type telephones Each etc. as

required.

32 Nos.

22 Supplying and fixing 16 amps to 20

amps rating,

240 volts ''C' series, miniature

circuit breaker suitable for

inductive loads of following poles

in the existing MCB DB complete

with connections, testing and

20 Nos.

Page 30: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

commissioning etc. as required

a) single pole

23 Supplying and fixing 40 amps to 63

amps rating,

440 volts, miniature circuit breaker

suitable for inductive loads of

following poles in the existing

MCB DB complete with

connections, testing and

commissioning etc. as required

a) Four pole

03 Nos.

24 3 phase power distribution box

Voltage 440V, 6 to 24 ways

01 Nos.

25 16mm 4 core copper armored cable 30 Mtrs

26 5 star inverter air conditioner unit

(2tr.)

6 Nos.

27 5 star inverter air conditioner unit

(1tr.)

1 Nos.

28 Durable rubber flooring /Floor mat (minimum thickness of flooring 20 mm) for crèche area [300-500 Sq. Ft.]

In case of floor mat specification:

EVA Material with minimum size

of one tile of the mat: 600 mm * 600

mm

500 Sq. Ft

29 2 door Almirah with 4 shelves

Size Specification (minimum): 900 mm Wide x 500 mm Deep x 1800 mm High

Material: Steel (MS sheet, 22 gauge for body and 20 gauge for doors Variation: Variation of upto 100 mm Wide x 75 mm Deep x 200 mm High is allowed in case of availability

2 Nos.

Page 31: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

30 3 door Big Almirah with 4 shelves for storage

Size Specification (minimum): 1200 mm Wide x 500 mm Deep x 1800 mm High

Material: Steel (MS sheet, 22 gauge for body and 20 gauge for doors Variation: Variation of upto 100 mm Wide x 75 mm Deep x 200 mm High is allowed in case of availability

1 Nos.

31 Foldable hanging table bracket (foldable bracket) with particle board top (termite free, 18 mm thick).

To be hanged at comfortable height for kids upto 6 years for multi-purpose use.

Top should be 350-450 mm (14-17 inch) deep

15 Ft

32 Shoe rack with 4 shelves for storage of 20 pairs

Material: Particle board (18 mm thick, Termite resistant)

1 Nos.

33 CAT 6 UTP Cable 1000 Mtr

34 PVC Conduit pipe with coupling(25mm) 1 “(ISI Mark)**

800 Ft

35 24 Port Jack Panel (Cat 6) 1 Nos.

36 Patch cord 7 ft (Cat6)** 52 Nos.

37 Patch cord 3 ft (Cat6)** 52 Nos.

38 Trunker (150mm) 50 ft

39 Junction (1X1) 01 Nos.

40 RJ11 I/O 37 Nos.

41 2 RJ45 CAT6E LAN I/O Network Keystone Jack + Gang Box + Dual Port Face Plate

42 Nos.

Page 32: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

• The payment for these items would be based on actual measurement and/or quantity. • The above quantities are indicative and may vary based on actual requirement while execution of

work. • The payment would be made as per actual only after satisfactory completion of the work. • Be noted that while quoting rates in the financial bid, the bidder is required to consider all the

requirements as mentioned in the scope of work including i. supply, installation and commissioning of all the items as mentioned above and ii. the cost for dismantling of the existing structure wherever required.

• The final bill payment would be made considering the appropriate taxes as applicable.

SIGNATURE OF THE BIDDER

Name of Authorised Signatory

Name of the

Company

Date :

42 Providing and applying three coats of premium quality wall emulsion paint of approved make and manufacturer to all internal walls /gypsum partition/ceiling of approved color over a coat of water based primer including preparation of the surface by thorough cleaning and wetting as per manufacturer specification fully to give smooth and even surface before painting and curing as per manufacturer specification and as directed wherever necessary

5000 Sq.Ft

Page 33: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

Annexure-IV

TENDER ACCEPTANCE LETTER (To be given on Company Letter Head)

[Department User asks for Tender Acceptance Letter instead of asking Signed Tender Document from the Bidders.] Date: To, ______________________ ______________________ ______________________ ______________________ ______________________ Sub: Acceptance of Terms & Conditions of Tender. Tender Reference No: ________________________ Name of Tender / Work: - _________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Dear Sir, 1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web site(s) namely: ______________________________________________________________________________________________________________________________________________________ as per your advertisement, given in the above mentioned website(s). 2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. _______ to ______ (including all documents like annexure(s), schedule(s), etc., which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein. 3. The corrigendum(s) issued from time to time by your department/ organization too has also been taken into consideration, while submitting this acceptance letter. 4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety. 5. I / We do hereby declare that our Firm has not been blacklisted/ debarred by any Govt. Department/Public sector undertaking. 6. I / We certify that all information furnished by the our Firm is true & correct and in the event that the information is found to be incorrect/untrue or found violated, then your department/ organisation shall without giving any notice or reason therefore or summarily reject the bid or terminate the contract, without prejudice to any other rights or remedy including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

Page 34: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

ANNEXURE – V

FORM OF PERFORMANCE / SECURITY BANK GUARANTEE BOND

In consideration of the Controller General of Patents, Designs & Trademarks (hereinafter called “CGPDTM”) having offered to accept the terms and conditions of the proposed agreement between CGPDTM and (hereinafter called “the said Contractor”) for the INTERIOR WORK including supply and erection of modular furniture for workstations/cabins including the dismantling of existing workstations, along with wood and glass partition;supply, installation and commissioning of air conditioning units; supply and installation of Electrical Switches and Networking Switches; supply and fixing of networking terminals including integration with existing LAN at Intellectual Property Offices, Mumbai (hereinafter called “the said agreement”) having agreed to production of a irrevocable Bank Guarantee for Rs. (Rupees only) as a security/guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and conditions in the said agreement.

1. We, (hereinafter referred to as “the Bank” hereby undertake to pay to the CGPDTM an amount not exceeding Rs. (Rupees only) on demand by the CGPDTM. 2. _____________________________ We, do hereby undertake to pay the amounts due and Payable under this guarantee without any demure, merely on a demand from the CGPDTM stating that the amount claimed as required to meet the recoveries due or likely to be due from that the said contractor(s). Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. (Rupees -------- only)

3. We, the said bank further undertake to pay the CGPDTM any money so demanded notwithstanding any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court or Tribunal relating thereto, our liability under this present being absolute and equivocal.

4. _____________________________ We, further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the CGPDTM under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till Officer- in-charge of FMS on behalf of the CGPDTM certified that the terms and conditions of the said agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.

5. _________________________________ We, further agree with the CGPDTM that the CGPDTM shall have the fullest liberty without our consent and without affecting in any manner our obligation hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the CGPDTM against the said contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor(s) or for any forbearance, act of omission on the part of the CGPDTM or any indulgence by the CGPDTM to the said Contractor(s) or by any such matter of thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s).

Page 35: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

7. ______________________ I/We, lastly undertake not to revoke this guarantee except with the Previous consent of the government in writing. 8. ___________________________________________ This guarantee shall be valid upto Unless extended on demand by the CGPDTM. Notwithstanding anything mentioned above, our liability against this guarantee is restricted to Rs. ____________ (Rupees only) and unless a claim in writing is lodged with us within six months of the date of expiry or the extended date of expiry of this guarantee all our liabilities under this guarantee shall stand discharged.

Dated this ________ day of ____________ , 2019

Signature of the witness .................................................. Name of the Witness ....................................................... Address of the Witness ...................................................

Signature of Authorized Official of the Bank Name of Official ................................ Designation ........................................ Stamp/Seal of the Bank .....................

Page 36: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry

ANNEXURE – VI

DRAWINGS WITH SPECIFICATION

Page 37: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry
Page 38: TENDER NO. CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI ... · CGPDTM/ INTELLECTUAL PROPERTY OFFICES, MUMBAI/FURNITURE/2019/02 Government of India Ministry of Commerce and Industry