government of india ministry of commerce & industry … · 2019-11-27 · government of india...
TRANSCRIPT
GOVERNMENT OF INDIA
MINISTRY OF COMMERCE & INDUSTRY
OFFICE OF THE CONTOLLER GENERAL OF PATENTS,
DESIGNS, TRADEMARKS
INTELLECTUAL PROPERTY OFFICE BUILDING,
Patent Office, Boudhik Sampada Bhavan, Patent Office, Boudhik Sampada Bhavan, CP 2, Sector V, Salt Lake, Kolkata-700091
www.ipindia.nic.in/ www.ipindia.gov.in
Tel: 033-23679101
TENDER DOCUMENT
FOR
Supply and erection of modular composite work stations
including dismantling of existing workstations, along with
wooden and glass partition including Installation of
Electrical Switches; Networking Switches; Supply and
Fixing of Networking Terminals including Integration with
Existing LAN
SCHEDULE OF TENDER
Date of Sale of Tender 25-11-2019
Last date of receipt of Tenders 19-12-2019, upto 3 pm
Date & time for opening of Technical Bid
20-12-2019
Date & time for opening of Financial Bid
23-12-2019
NOTICE INVITING TENDER
On behalf of the President of India, sealed tenders are invited by the Controller
General of Patents, Designs and Trademarks (CGPDTM) for Supply and erection of
modular composite work stations including dismantling of existing workstations,
alongwith wooden and glass partition at Patent Office, Boudhik Sampada Bhavan,
CP 2, Sector V, Salt Lake, Kolkata-700091:
Sl. No.
Tender No.
Name of Project Estimated Cost (Rs.)
Average
Annual
Financial Turnover
during last
three years
ending March
31,
2017
1. POK/ Interior/
2019-20 /1
Supply and erection of modular composite work stations including dismantling of existing workstations, along with wooden and glass partition including Installation of Electrical Switches; Networking Switches; Supply and Fixing of Networking Terminals including Integration with Existing LAN
Not
Exceeding
100 (hundred
) Lakh
Rs. 1 (One)
Crore
For the purpose of the above criteria, similar works of comprehensive Office Buildings / Commercial Complexes, etc. carried out by bidder in
Government / Semi-Governments / Undertakings / Autonomous / Statutory
Bodies / Local Bodies, reputed Corporate Firm shall be considered for Technical
& Financial Bids.
Following minimum documents should accompany along with the online bid
offer for qualifying the eligibility criteria:
(1) Basic information about the organizations set-up, year of establishment, names of
Directors/Partners /Proprietor, designation, address, contact nos. etc.
(2) Proof of experience justifying the qualifying criteria (i.e. Completion
Certificate) and complete credential document duly attested.
(3) Copies of valid Trade License from Local Statutory Authority, GST
Registration No., Copy of PAN / TAN card, Copy of registration with
other organization, Details of litigations, if any.
(4) IT Returns for three consecutive years ending on March 31, 2019
(5) List of competent personnel employed with the organization.
(6) List of plants & equipment’s available for work.
(7) The tender documents issued to the bidders duly signed and sealed
in each page along with all the above documents including Technical
Bid (Part – I) and Financial Bid (Part – II) should be submitted online.
Earnest Money deposit shall be put in a sealed envelope super scribing
‘EARNEST MONEY’.
Financial Bid (Part – II) Tender of the bidders found eligible in Part – I (Technical Bid) only will be opened.
(8) Tender document can be downloaded from below mentioned websites
http://www.ipindia.nic.in and http://www. https://eprocure.gov.in/
(9) CONTACT PERSON:
Assistant Administrative Officer, The Patent Office, Tel: 033 23671353
(10) An amount of Rs. 1,00,000/- (Rupees One Lakh only) in the form of
Pay Order / Demand Draft drawn in favour of “The Controller of
Patents” payable at Kolkata placed in envelope to be submitted
before closing of tender ie 3.00 P.M. on 19-12-2019. super scribing
‘EARNEST MONEY for the work of Wooden and Glass Partition /
Interior Work of Cabins, Supply and Erection of Modular
Furniture including Installation of Electrical Switches; Networking
Switches; Supply and Fixing of Networking Terminals including
Integration with Existing LAN for Intellectual Property Office,
Boudhik Sampada Bhawan, Salt Lake, Kolkata – 700091
Interested parties should submit their complete details within the stipulated time
and date as mentioned in para 0.8. of Section – I electronically on the CPP Portal,
using valid Digital Signature Certificates. The applicant should apply for the
work as noted in the table, indicating name of the work, etc. CGPDTM reserves
the right to accept or reject any or all bids received, or terminate the entire process
at any stage without assigning any reason whatsoever & without paying any
compensation.
The Controller General of Patents, Designs and Trademarks
SECTION - I
NOTICE OF INVITATION OF TENDER
Online bid in two parts on Item Rate basis are invited from bonafide,
reputed and eligible Companies / Contractors for Supply and erection of
modular composite work stations including dismantling of existing workstations,
along with wooden and glass partition Supply and erection of modular composite
work stations including dismantling of existing workstations, along with
wooden and glass partition including Installation of Electrical Switches;
Networking Switches; Supply and Fixing of Networking Terminals including
Integration with Existing LAN for Intellectual Property Office,
BoudhikSampadaBhawan, Salt Lake, Kolkata – 700091 The Controller General of Patents, Designs and Trademarks Bouddhik Sampada Bhawan, CP- 2, Sector – V Kolkata – 700 091
1 Name of Work Supply and erection of modular composite work stations including dismantling of existing workstations, along with wooden and glass partition including Installation of Electrical Switches; Networking Switches; Supply and Fixing of Networking Terminals including Integration with Existing LAN for Intellectual Property Office, BoudhikSampadaBhawan, Salt Lake, Kolkata – 700091
2 Estimated Cost Not Exceeding 100 (hundred) Lakh 3 Time of
Completion 45 (Forty Five) days The date of commencement shall be reckoned from the date of Work Order issued to the successful tenderer
4 Earnest Money : Rs. 1,00,000/-(Rupees One Lakh only) by Demand Draft / Pay Order drawn in favour of “The Controller of Patents” payable at Kolkata.
5 Cost of Tender NIL (Soft copy can be downloaded from GOI CPPP portal, www.ipindia.nic.in)
6 Availability of
Tender Tender document is available from following websites:-
http://www.ipindia.nic.in http://www.tenders.gov.in
7 Tender to be addressed to
The Controller General of Patents, Design and Trademark,
Bouddhik Sampada Bhawan, CP – 2, Sector – V, Saltlake
Kolkata – 700091
8 Date and Place of
Submission of Tender
Upto 3.00P.M. on 19-12-2019 on the CPP Portal, using valid
Digital Signature Certificates. More information useful for
submitting online bids on the CPPPortal may be obtained
at:https://eprocure.gov.in/eprocure/app. 9 . Opening of Part-I 20-12-2019 at 3.00 P.M 10 Opening of Part-II 23-12-2019 at 3.00 P.M 11 Validity of tender One year from the date of work order.
12 Inspection of site Any time before the date of submission of tender, the site
can be inspected with due written permission during office
hours. Inspection is mandatory for specification. Certificate of Inspection issued by the Patent Office to be
submitted with tender. 13 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 14 Retention Money 10% of the Value of the Work including EMD 15 Release of
Retention Money On expiry Twelve months from the date of completion of
work. 16 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. 17 Clarification Bidder may request for query regarding any technical matter
to the Patent Office.
19. The competent authority does not bind himself / herself to accept the
lowest or any other tender, and reserves to himself / herself the authority to
reject any or all of the tenders received without the assignment of a reason.
Tenders in which any of the prescribed conditions found missing are liable to be
rejected.
20. Canvassing whether directly or indirectly, in connection with tenders
is strictly prohibited and the tenders submitted by the contractors who resort to
canvassing will be liable to rejection. 21. This Notice Inviting Tender shall form a part of the contract document. The
successful Tenderer / Contractor, on acceptance of his tender by the Accepting
Authority, shall , within 7 days from the stipulated date of start of the work sign
the contract consisting of :-
The notice inviting tender, all the documents including additional
conditions, specifications and drawings, if any, is forming the tender as issued
at the time of invitation of tender and acceptance thereof together with any
correspondence leading thereto. 22. The Authority does not bind itself to accept the lowest tender and reserves
to itself the right to reject any or all the tenders received without assigning any
reasons thereof. The notification of award of contract will be made to the
successful tenderer in writing by the Controller General of Patents, Designs and
Trademarks, Bouddhik Sampada Bhawan, CP-2, Sector – V, Kolkata – 700 091 23. Tender to be submitted online by the Tenderer within the date and Time as
mentioned in para 0.8. of Section – I. More information useful for submitting
online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.Intending tenderers are advised to visit
regularly CPP Portalhttps://eprocure.gov.in/eprocure/apptill closing date and
time of submission of tender for any corrigendum / addendum/ amendment. 24. The competent authority reserves the right to open and check the bid.
The authority also reserves the right of accepting the whole or any part of
the tender and the renderer shall be bound to perform the same at the rate
quoted.
The Controller General of Patents, Designs and Trademarks
1. Nature and Scope of work:
Nature and scope of the work is mentioned at Annexure-III of this bid
document (enclosed herein). 2. Eligibility:
a) The yearly average turnover shall be Rs. 1 crore during the preceding three
years.
b) The bidder shall have successfully completed similar works of supplying of Modular Furniture during the last three years as mentioned below:
a. At least three work orders, costing not less than Rs 40 Lakh each
OR
b. At least two work Orders, costing not less than Rs 50 Lakh each
OR
c. At least one work Orders, costing not less than Rs 100 Lakh each
c) The bidder should have successfully completed at least one similar work in
Govt/ Semi Govt/ PSU‟s during last three years. The performance certificate
from the concerned department shall also be furnished. CGPDTM reserves the
right to verify the proof of having experience and expertise of the bidder in
executing similar works and the bidder has to produce the proof thereof.
General Conditions of Contract (GCC): 1. The bid submitted, without the requisite documents and/or the bid submitted
without the CGPDTM’s terms and conditions duly accepted, shall be summarily
rejected. Similarly the bid submitted not in the prescribed bid forms of the
CGPDTM, the bid document shall be summarily rejected. 2. No deviation is allowed from the CGPDTM terms & conditions. 3. No interest is payable on EMD amount by the CGPDTM. The EMD of successful
bidder shall be returned after the completion of work to the satisfaction of the
Office 4. The bidders are requested to go through the ‘Scope of Work’ and ‘Terms and
Conditions’ of the bid before submitting their offer/bid. 5. No claim whatsoever on such account shall be entertained by the CGPDTM in any
circumstances. The bidders shall physically inspect the work premises during
working hours on working days and ensure the quantity and scope of the work
before bidding. 6. The rates quoted by the bidder shall be unit rate and shall remain firm without the
price variation clause. The bidders shall not claim for any price variation /
escalation. Bids submitted with a price variation/escalation clause will be treated
as non- responsive and rejected. 7. 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. 8. The Income Tax and any other taxes or charges as applicable will be deducted at
source by the CGPDTM from the successful bidder while making the payment. 9. The bidder shall quote the rate in the format as specified in the scope of work.
The bids submitted other than in the specified format of scope of work at Annexure-III shall be summarily rejected
10. Canvassing in connection with the bids is prohibited and the bids submitted by
the contractor who resort to canvassing are liable for rejection. 11. The CGPDTM reserves the right to accept or reject any or all bids in part or in
total without assigning any reason whatsoever. 12. The Goods supplied under this Contract shall conform to the standards
mentioned in the Technical Specifications, and, when no applicable standard is
mentioned, to the authoritative standard appropriate to the Goods. 13. All bids complete in every respect must reach this office within the last date and
time of receipt of bid. No extension shall be allowed for any reason what so ever.
Late tenders, Tenders received without requisite documents will be rejected
summarily.
14. The Purchaser or its representative shall have the right to inspect and/or to test the
Goods at the supplier’s site to confirm their conformity to the contract specification at no
extra cost to the purchaser.
15. 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.
16. No variation in or modification of the terms of the Contract shall be made except by
written amendment signed by both the parties.
17. Delivery of the Goods and performance of the Services shall be made by the Supplier in
accordance with the time schedule specified by the Purchaser in the Contract. If at any
time during performance of the Contract, the Supplier should encounter conditions
impeding timely delivery of goods and performance of Services, the Supplier shall
promptly notify the Purchaser in writing of the fact of the delay, its likely duration and
its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser
shall evaluate the situation and may, at its discretion, extend the Supplier’s time for
performance with or without penalty, in which case the extension shall be ratified by the
parties by amendment of the Contract.
18. Suppliers 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.
19. No extra cost shall be given for transportation; cost of labourers, insurance etc., as the
rates quoted shall be all inclusive price.
20. If any device/item is missing to complete the system configuration it should be added to
make the system functional. 21 Interested parties are requested to visit the site and inspect the space for fixing modular
furniture and quality and colour matching with existing, before quoting the rates by
taking permission from H.O., Patent Office, Kolkata on any working day from 10.00
AM- 3.30 PM. Within 22-11-2019 to 12-12-2019 Certificate of visit, if any, issued from
office is to be submitted with technical bid. Execution of work:
(i) Time period of completion: The successful bidder shall execute and complete
the work as per specification/Scope of work mentioned in Annexure-III to the
satisfaction of the office within a period of 45 days from the date of award of
work.
(ii) 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.
(iii) The CGPDTM is not responsible for the breakage/damage of any goods
during the transit and any damage during the execution of the work. In that
case, it is the responsibility of the firm/contractor to whom the work has been
awarded.
Variation in quantity / scope of work:
(i) The quantity mentioned in the scope of work is approximate. 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.
(ii) The work should be awarded fully as described in scope of work or in part as the
Order of CGPDTM.
(iii) The successful bidder to whom work is awarded shall be paid for the actual work
completed as per rate schedule furnished by the bidder. Security Deposit & Performance Guarantee
a) An amount of Rs. 1,00,000/- (Rupees One Lakh only) in the form of Pay Order
/ Demand Draft drawn in favour of “The Controller of Patents” payable at
Kolkata placed in envelope to be submitted before closing of tender ie 3.00
P.M. on 13-12-2019. super scribing ‘EARNEST MONEY for the s a i d work as laid
down in tender document..
b) The EMD shall be by way of Bank Guarantee from any Nationalised Bank in the
prescribed format (Annexure-V) or bank draft deposited to the Administrative
officer, Office of Controller General of Patents ,Patent Office, Boudhik Sampada
Bhavan, CP 2, Sector V, Salt Lake, Kolkata-700091.
c) In case, the successful bidder is called upon to deposit EMD 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/draft 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. Liquidated damages
For delay in completion of work beyond 15 days, 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.
Completion Certificate Within one month of the completion of the work the contractor shall furnish a certificate for
such completion and deposit all documents relating to warranty/ guarantee of products &
accessories supplied by them. The completion of the modular work stations shall be
considered for payment subject to satisfaction of the office regarding satisfactory
functionality of components .
Guarantee Period
Guarantee period should be 12 months from the date of completion of the works
against poor workmanship, poor performance. 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. Quality assurance:
The successful contractor should ensure the quality of material as per the requirement /
discretion of the CGPDTM. Right to accept or reject tender
(i) The right of acceptance of tender will rest with the CGPDTM.
(ii) CGPDTM reserves the right to accept the whole or any part of the tender and
tenderer shall be bound to perform the same at the rates quoted. 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. 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, 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–
Kolkata 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. PAYMENT TERMS & OTHER CONDITIONS
1. No advance payments shall be made to the successful bidder 2. IPO will make allout efforts to process the bill for payment as early as possible. 3. The Bill for the work should be submitted within one month from the date of
completition the work.
4. 10 % of the contract value will be processed for payment on completion of the
defect liability period, which shall be 12 months from the date of handing over of
the complete work to the satisfaction of this office.
5. The CGPDTM has the right to correct / add any terms of payment. 6. The bill should be submitted to the Head of office, Patent Office, Kolkata 7. While erecting the fixture, the vendor should ensure that no damage happened to
Building, property, etc. during working. Any such damage has to be compensated
by the vendor. 8. No deviation from the above conditions shall be allowed.
BREACH OF CONTRACT
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
a) Has taken all precautions due care and reasonable alternative measures in order to
carry out the terms and conditions of the contract and
b) Has informed the other party as soon as possible about the occurrence of such
an event.
c) Extension of time in case of shifting contractor / company is unable to perform the
services under 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.
d) Payment: During the period of inability to perform the 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.
DISPUTE RESOLUTION:
1. Legal jurisdiction is Kolkata.
2. In the event of any dispute or difference between the parties hereto, as to the
operation of this contract, or the respective rights and liabilities of the parties on any
matter in question, dispute or difference on any account or as to the withholding by
the CGPDTM of any certificate to which the supplier may claim to be entitled to or if
the CGPDTM fails to make a decision within a reasonable time, then in any such
case, but except in any of the expected matters referred to in the clause, the
contractor after 90 days of his presenting his final claim on the disputed amounts or
difference, may refer the matter to arbitration. Such demand for arbitration shall
specify the matters which are in question, dispute difference and only such dispute
or difference, shall be referred for the arbitration to as per the provisions of the
Indian Arbitration and consolation act.1996 for the time being in force, or of any
other act of the Legislature passed in substitution thereof or modifications thereof
and for the time being in force, apply to such arbitration.
3 The contractor shall not, except with the consent in writing of the CGPDTM, in any
way delay the carrying out of the work by reason of any such matter, question or
dispute being referred to arbitration, but shall proceed with the work with all due
diligence and shall, until the decision of the arbitration is given, abide by the
decisions of the CGPDTM and no award of arbitration shall cause and change in this
agreement the requirement to adhere strictly to the Department’s instructions with
regard to the actual carrying out of the work, except as specifically affected by such
award.
3. Progress of work shall not be suspended or delayed because of the existence of any
such dispute. The Department’s decision on such dispute or difference shall be
conclusive until reversed by the arbitrator.
4. The CGPDTM has the right to accept or reject the tender. Other conditions
a) 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.
b) The Contractor to whom the work is awarded shall co-ordinate with the Officer
in charge and carries out the execution of work with minimum disturbance to the
staff and functioning of the officers.
All the above terms and conditions of the tender as mentioned above and
included in the tender document are duly accepted.
ORDER FOR ARRANGEMENT OF DOCUMENTS FOR TECHNICAL BID
1. Application- Eligibility criteria.
2. Attested copy of the registration of agency.
3. Attested copy of PAN/GIR Card/TAN.
4. Attested copy of the latest IT return filed by the agency.
5. Attested copy of the Service tax registration letter/certificate.
6. Attested copy of the ISO certificate or any other certification regarding quality.
7. Certified document in support of financial turnover of the agency.
8. Certified documents of completion of similar work done.
9. Copy of the terms and conditions in Tender Document with each page duly signed
and sealed by the authorized signatory of the agency in token of their acceptance.
10. Copy of Certificate Authorised Dealership of Godrej, Howorth, Herman Miller for works relating to existing workstations and accessories.
Technical Specifications of the work
Supply and erection of modular composite work stations including dismantling of
existing workstations, along with wooden and glass partition including Installation of Electrical Switches; Networking Switches; Supply and Fixing of Networking Terminals including Integration with Existing LAN for Intellectual Property Office, (see Annexure -
VI) made of following components of approved size and shape
Executive Table Model MARQUIS, Main desk(2000 W x 900 D x 750 H mm. & Universal ERU (1050 W x 500 D x 750 H mm.):Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller or equivalent made executive table.Main top Panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Side Panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Modesty:Modesty is made of painted 8 mm thick tounged glass fixed on a metal frame mad of stainless steel tubes grade 304 of cross section 19 x 19 x 2 thick and 3 mm thick stainless steel plates with the help of both side adhesive tabe.Metal Plate:Coval metal plate is made of 8 mm thick stainless steel GRADE 304.It is fixed between the main top panel and side panel on both sides of the desk.Leather Pad:Made of 1.2 mm thk GI sheet with genuine leather on top side and wool polyester of 350g/m^2 density felt on bottom side.ERU:Return Top:Made of 36 mm thk medium density fibre borad as per IS:12406 with pigmented polyurethane coating on both sides.Table side Panel:Made of 36 mm thk medium density fibre as per IS:12406 with pigmented polyurethane coating on both sides.Understructure Panels:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.CPU bottom panel in case of 700D return unit is provided with castor at the bottom for ease of opening and closing CPU door.Drawer Panels:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Drawera are provided with push open mechanism and side central lock.Display shelf Panels:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Pedestal:Top panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Side Panel:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Drawer Panels:Made of 18 mm thk medium density fibre as per IS:12406 with pigmented polyurethane coating on both sides.Drawers are provided with push open mechanism and side central lock.Complete as per proposed layout and direction of Engineer in charge.
1
Modular Penta Workstation Panel Ht. 1350 mm., Table Top Size : 1500 (W1) x 1800 (W2)x 600 (D) X 750 (H) mm. with 3 dr. Mobile Pedestal, KBPT & CPU Trolley: Supplying, fitting & fixing of Godrej, Howorth, Herman Miller made
or equivalent modular work station. The panel thk. 52 to 60 mm, Ht. 1200 to 1350 mm (Approx). Tile configuration for all panels, above worktop :
61
Combination of fabric magnatic board with white board on worktop side, rest of all metal tile will be below the worktop level, There will be raceway below the worktop provition for mounting switches. The Worktop will be 25 mm prelaminated partical board with PVC lipping, dim of 1800 mm W1 X 1500 mm W2 X 600 mm D X 750 mm H. 3 dr. Mobile Pedestal,CPU Trolley & Keyboard Pull Out Trey.Complete as per proposed layout and direction of Engineer in charge.
Workstation chair model Beat Mid Back:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made or equivalent mid back chair.The seat & back is made up of 1.2 ± 0.1cm thk. hot pressed plywood measured as per QA method described in OCP-QLTA-PL14-18 upholstered with knitted fabric ,over moulded High Resilience Polyurethane foam.BACK SIZE: 51.8 cm. (W) x 65.7 cm. (H).SEAT SIZE : 49.0 cm. (W) x 51.4 cm. (D).The HR polyurethane foam is moulded with density = 55+/-2 kg/m³ and hardness 16 ± 2 kgf as per IS:7888 for 25% compression.The adjustable armrest is designed with the following features :Up-Down adjustment– 7 steps (8.0±0.5 cm range).Height adjustable armrest structure which is powder coated & fitted with an armrest top.Fixed Armrest Top is PU molded over metal insert.The adjustable tilting mechanism is designed with the following features.360° revolving type.Front-pivot for tilt with feet resting on ground ensuring more comfort.Tilt tension adjustment.4-position locking .Seat/back tilting ratio of 1:2.Back can be adjusted in 5 positions by manually.Stroke of height adjustable spine is 7 cm. The pneumatic height adjustment has an adjustment stroke of 10.0 ± 0.3 cm.The pedestal is injection moulded in black 30% glass-filled Nylon and fitted with 5 nos. twin wheel castors. The pedestal pitch-center dia is Ø66.1 ± 0.5 cm. (76.1 ± 1.0 cm. with
castors).The twin wheel castors are injection moulded in black Nylon.Complete as per proposed layout and direction of Engineer in charge.
61
Steel Almirah model Storwel Plain:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made or equivalent almirah.Size:Plain (4S) - 916 mm (W) x 486 mm (D) x 1981 mm (H),Construction & Material:Welded construction.0.8 mm thk CRCA for Back, Shelf & 0.9 mm thk CRCA for all other components.Configuration (Door):Full height Steel Hinged Door.Locking & handle :Mazak Handle.3 way locking mechanism with shooting bolt arrangement.Shelving :Height wise Adjustable Shelf Mounting.Uniformly Distributed Load Capacity per each full shelf is 80 Kg maximum.Plain 4S : 4 Nos. of Adjustable Full Shelves.Leveler:M10 Screw type leveler with hex plastic base.Finish:Epoxy Polyester Powder coated to the thickness of 50 microns (+/-10).Complete as per proposed layout and direction of Engineer in charge.
10
Worstation area related electrical,Data & LAN work
Supplying and Drawing 1.1 KV single core stranded 'FR' PVC insulated & unsheathed single core stranded copper wire (Brand approved by EIC) of the following sizes in the prelaid polythene pipe and by the prelaid GI fish wire and making necy. connection as required (The Item considered as drawing inprelaid PVC conduit) 2X2.5 sqmm +1X1.5 sqmm(wire)
2500 rmt
Supplying and fixing PVC casing capping (precision make) on wall or ceiling incl. necy. PVC fittings etc. and mending good damages to building works 25x10mm size
700 rmt
Supplying & Fixing GI Modular Switch Board of the following sizes complete with three no. suitable size Copper bar with holes (for Ph, N & E) fixed on Bakelite /Hard Rubber insulator over the MS welded chairs incl. top cover flushed in wall for housing the board after cutting the brick wall incl. making earthing attachment, painting and mending good damages to building works.
3 Module-20 each 6 Module-20 each
Supply & Fixing 240 V, 16 A, 3 pin Modular type plug socket with switch (Brand approved by EIC), without plug top on existing GI Modular type switch board with top cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.
65
Supply & Fixing RJ45 sitable for CAT6 cable (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required.
65
Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required
65
Supplying & Drawing LAN cable (CAT6) (Brand approved by EIC) in prelaid PVC rigid conduit/ in polythene pipe embeded in wall.305 Mtr. Per Coil.
2500 rmt
Supplying & Drawing 2-pair Telephone cables with high density polyethylene insulated solid annealed high conductivity bare copper of dia 0.5mm in conductivity bare copper of dia 0.5mm in prelaid PVC rigid conduit / in polythene pipe embeded in wall.
2500 rmt
Supply and fixing 20 mm flexi pipe etc.
10 roll
Partition
Providing,Fabrication and fixing in position partly glaze partly solid partition - 75 mm thk in IPB Office with made of Aluminium section size 62mmx38mm finished size at a spacing of 600 mm center to center both horizontally and vertically . The frame work will be covered 6 mm BWP ply on both side upto false ceiling with 6mm Clear Glass.Providing and fixing 1 mm thk laminate on both side as per approved by client.(PLY-Green & Laminate -Merino)or equivalent.
a) 2nd Floor Mechanical Room (Mechanical Deptt.)
b) 3rd Floor Biotech (Biotech Deptt.)
c) 3rd Floor Electrical (Electrical Deptt.)
d) 4th Floor (East Side)
20sqm
50sqm
70sqm
11sqm
FLASH DOOR LAMINATE FINISH WITH DOOR FRAME
SIZE 750mmX2100mm
11 nos
ELETRICAL WORK
Supplying and Drawing 1.1 KV single core stranded 'FR' PVC insulated & unsheathed single core stranded copper wire (Brand approved by EIC) of the following sizes in the prelaid polythene pipe and by the prelaid GI fish wire and making necy. connection as required (The Item considered as drawing inprelaid PVC conduit) Wire-Havells,Finolex, 2X2.5 smm +1X1.5 sqmm (FR)
800rmt
Supplying and fixing PVC casing capping (precision make) on wall or ceiling incl. necy. PVC fittings etc. and mending good damages to building works 25x10mm size
50 rmt
Supplying & Fixing PVC Surface Box for Modular Switch Board of the following sizes complete.
3 Module
6 Module
11 each
11 each
Supplying & Drawing LAN cable (CAT6) (Brand approved by EIC) in prelaid PVC rigid conduit/ in polythene pipe embeded in wall.305 Mtr. Per Coil.(D-LINK/Havells/Finolex)
800 rmt
Supplying & Drawing 2-pair Telephone cables with high density polyethylene insulated solid annealed high conductivity bare copper of dia 0.5mm in conductivity bare copper of dia 0.5mm in prelaid PVC rigid conduit / in polythene pipe embeded in wall.(Havells/D-Link)
800 rmt
Supply and fixing 20 mm flexi pipe etc.
2 roll
Providing, Fitting & Fixings of PVC conduit for electrical ire and computer wire above the false ceiling(Precision MMS)
400rmt
Annexure – I (In the letter head of the Tenderer) Supply and erection of modular composite work stations including dismantling of existing workstations, alongwith wooden and glass partition including Installation of Electrical Switches; Networking Switches; Supply and Fixing of Networking
Terminals including Integration with Existing LAN for Intellectual Property Office, Reference: Date:
Sl.no. Description
01 Name, Address, Telephone No. , Fax No. & E-mail of the Organization or
consortium.
02 Name, Designation, Tel no., E-mail of the contact person
03 Registration details: Year, Place, Activity, etc (Copy of the registration
certificate to be enclosed if any)
04 Financial turnover during the last 3 years (Copy of the auditors report for
last 3 years be enclosed)
05 Details of PAN card
06 Details of service tax registration
07 Certification of Dealership of Godrej, Howorth,Herman Miller
08 Relevant Experience:
a) No. of contracts handled during last 3years - b) Contract amount. c) Details of customers/clients
09 Time required for completion of relocation activity including putting things in ready to use condition (Max
45 days)
Sl.no. Description
10 Any additional relevant information
Signature of the Authorized
Person with Seal.
Annexure:-II
TECHNICAL BID 1. For the work of Supply and erection of modular composite work stations and
dismantling, repairing, refurbishing and re installation of existing workstations
along with supply of accessories
2. Name of Tendering
Company/Firm/Agency (Attach certificate
of registration)
3. Name of Proprietor /Director of Company/Firm/Agency 4. Full address of Registered Office
Telephone Number:
FAX No.
E-Mail Address 5. Full address of Branch offices
Telephone Number:
FAX No.
E-Mail Address 6. Banker of
Company/Firm/Agency (Full
Address)
(Attach certified copy of statement
of A/c for the last three years)
Telephone Number of Banker
7. PAN/GIR No. ____________________________________
(Attach attested copy) 8. GST No. (Attach attested copy) _____________________________________
9. Registration Number (Attach
attested copy)
10. Other Documents Financial turnover of the tendering Company/Firm/Agency for the last 3 financial years.
(Attach separate sheet if space provided is insufficient)
Financial Year Amount (Rs. Lakh) Remarks if any
2016-17
2017-18
2018-19 11. Give details of the major similar contracts handled by the tendering
Company/Firm/Agency during the last three years in the following format:
Sl. Details of client Type of Amount of Duration of Duration of
No. along with work Contract Contract Contract
address, (Rs. Lakh)
telephone
numbers From To
1.
2.
3. (If the space provided is insufficient, a separate sheet may be attached)
12. Additional information, if any
(Attach separate sheet, if required)
Signature of authorized person Name: Seal: _______________________ Date: ______________________ Place: ______________________
Annexure – III
Scope of the work:
Supply and erection of modular composite work stations including dismantling of
existing workstations, alongwith wooden and glass partition including Installation of Electrical Switches; Networking Switches; Supply and Fixing of Networking Terminals including Integration with Existing LAN for Intellectual Property Office, (see Annexure
- VI) made of following components of approved size and shape
Executive Table Model MARQUIS, Main desk(2000 W x 900 D x 750 H mm. & Universal ERU (1050 W x 500 D x 750 H mm.):Supplying,fitting & fixing
of Godrej,Howorth,Herman Miller or equivalent made executive table.Main top Panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Side Panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Modesty:Modesty is made of painted 8 mm thick tounged glass fixed on a metal frame mad of stainless steel tubes grade 304 of cross section 19 x 19 x 2 thick and 3 mm thick stainless steel plates with the help of both side adhesive tabe.Metal Plate:Coval metal plate is made of 8 mm thick stainless steel GRADE 304.It is fixed between the main top panel and side panel on both sides of the desk.Leather Pad:Made of 1.2 mm thk GI sheet with genuine leather on top side and wool polyester of 350g/m^2 density felt on bottom side.ERU:Return Top:Made of 36 mm thk medium density fibre borad as per IS:12406 with pigmented polyurethane coating on both sides.Table side Panel:Made of 36 mm thk medium density fibre as per IS:12406 with pigmented polyurethane coating on both sides.Understructure Panels:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.CPU bottom panel in case of 700D return unit is provided with castor at the bottom for ease of opening and closing CPU door.Drawer Panels:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Drawera are provided with push open mechanism and side central lock.Display shelf Panels:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Pedestal:Top panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Side Panel:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Drawer Panels:Made of 18 mm thk medium density fibre as per IS:12406 with pigmented polyurethane coating on both sides.Drawers are provided with push open mechanism and side central lock.Complete as per proposed layout and direction of Engineer in charge.
1
Modular Penta Workstation Panel Ht. 1350 mm., Table Top Size : 1500 (W1) x 1800 (W2)x 600 (D) X 750 (H) mm. with 3 dr. Mobile Pedestal,KBPT & CPU Trolley:Supplying,fitting & fixing of Godrej,Howorth,Herman Miller made
or equivalent modular workstation.The panel thk. 52 to 60 mm, Ht. 1200 to 1350 mm (Approx). Tile configuration for all panels, above worktop : Combination of fabric magnatic board with white board on worktop side, rest of all metal tile will be below the worktop level, There will be raceway below the worktop provition for mounting switches. The Worktop will be 25 mm prelaminated partical board with PVC lipping, dim of 1800 mm W1 X 1500 mm W2 X 600 mm D X 750 mm H. 3 dr. Mobile Pedestal,CPU Trolley &
61
Keyboard Pull Out Trey.Complete as per proposed layout and direction of Engineer in charge.
Workstation chair model Beat Mid Back:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made or equivalent mid back chair.The seat & back is made up of 1.2 ± 0.1cm thk. hot pressed plywood measured as per QA method described in OCP-QLTA-PL14-18 upholstered with knitted fabric ,over moulded High Resilience Polyurethane foam.BACK SIZE: 51.8 cm. (W) x 65.7 cm. (H).SEAT SIZE : 49.0 cm. (W) x 51.4 cm. (D).The HR polyurethane foam is moulded with density = 55+/-2 kg/m³ and hardness 16 ± 2 kgf as per IS:7888 for 25% compression.The adjustable armrest is designed with the following features :Up-Down adjustment– 7 steps (8.0±0.5 cm range).Height adjustable armrest structure which is powder coated & fitted with an armrest top.Fixed Armrest Top is PU molded over metal insert.The adjustable tilting mechanism is designed with the following features.360° revolving type.Front-pivot for tilt with feet resting on ground ensuring more comfort.Tilt tension adjustment.4-position locking .Seat/back tilting ratio of 1:2.Back can be adjusted in 5 positions by manually.Stroke of height adjustable spine is 7 cm. The pneumatic height adjustment has an adjustment stroke of 10.0 ± 0.3 cm.The pedestal is injection moulded in black 30% glass-filled Nylon and fitted with 5 nos. twin wheel castors. The pedestal pitch-center dia is Ø66.1 ± 0.5 cm. (76.1 ± 1.0 cm. with castors).The twin wheel castors are injection moulded in black Nylon.Complete as per proposed layout and direction of Engineer in charge.
61
Steel Almirah model Storwel Plain:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made or equivalent almirah.Size:Plain (4S) - 916 mm (W) x 486 mm (D) x 1981 mm (H),Construction & Material:Welded construction.0.8 mm thk CRCA for Back, Shelf & 0.9 mm thk CRCA for all other components.Configuration (Door):Full height Steel Hinged Door.Locking & handle :Mazak Handle.3 way locking mechanism with shooting bolt arrangement.Shelving :Height wise Adjustable Shelf Mounting.Uniformly Distributed Load Capacity per each full shelf is 80 Kg maximum.Plain 4S : 4 Nos. of Adjustable Full Shelves.Leveler:M10 Screw type leveler with hex plastic base.Finish:Epoxy Polyester Powder coated to the thickness of 50 microns (+/-10).Complete as per proposed layout and direction of Engineer in charge.
10
Worstation area related electrical,Data & LAN work
Supplying and Drawing 1.1 KV single core stranded 'FR' PVC insulated & unsheathed single core stranded copper wire (Brand approved by EIC) of the following sizes in the prelaid polythene pipe and by the prelaid GI fish wire and making necy. connection as required (The Item considered as drawing inprelaid PVC conduit) 2X2.5 sqmm +1X1.5 sqmm(wire)
2500 rmt
Supplying and fixing PVC casing capping (precision make) on wall or ceiling incl. necy. PVC fittings etc. and mending good damages to building works 25x10mm size
700 rmt
Supplying & Fixing GI Modular Switch Board of the following sizes complete with three no. suitable size Copper bar with holes (for Ph, N & E) fixed on Bakelite /Hard Rubber insulator over the MS welded chairs incl. top cover
3 Module-20
flushed in wall for housing the board after cutting the brick wall incl. making earthing attachment, painting and mending good damages to building works.
each 6 Module-20 each
Supply & Fixing 240 V, 16 A, 3 pin Modular type plug socket with switch (Brand approved by EIC), without plug top on existing GI Modular type switch board with top cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.
65
Supply & Fixing RJ45 sitable for CAT6 cable (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required.
65
Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required
65
Supplying & Drawing LAN cable (CAT6) (Brand approved by EIC) in prelaid PVC rigid conduit/ in polythene pipe embeded in wall.305 Mtr. Per Coil.
2500 rmt
Supplying & Drawing 2-pair Telephone cables with high density polyethylene insulated solid annealed high conductivity bare copper of dia 0.5mm in conductivity bare copper of dia 0.5mm in prelaid PVC rigid conduit / in polythene pipe embeded in wall.
2500 rmt
Supply and fixing 20 mm flexi pipe etc.
10 roll
Partition
Providing,Fabrication and fixing in position partly glaze partly solid partition - 75 mm thk in IPB Office with made of Aluminium section size 62mmx38mm finished size at a spacing of 600 mm center to center both horizontally and vertically . The frame work will be covered 6 mm BWP ply on both side upto false ceiling with 6mm Clear Glass.Providing and fixing 1 mm thk laminate on both side as per approved by client.(PLY-Green & Laminate -Merino)or equivalent.
a) 2nd Floor Mechanical Room (Mechanical Deptt.)
b) 3rd Floor Biotech (Biotech Deptt.)
c) 3rd Floor Electrical (Electrical Deptt.)
d) 4th Floor (East Side)
20sqm
50sqm
70sqm
11sqm
FLASH DOOR LAMINATE FINISH WITH DOOR FRAME
SIZE 750mmX2100mm
11 nos
ELETRICAL WORK
Supplying and Drawing 1.1 KV single core stranded 'FR' PVC insulated & unsheathed single core stranded copper wire (Brand approved by EIC) of the following sizes in the prelaid polythene pipe and by the prelaid GI fish wire
and making necy. connection as required (The Item considered as drawing inprelaid PVC conduit) Wire-Havells,Finolex, 2X2.5 smm +1X1.5 sqmm (FR)
800rmt
Supplying and fixing PVC casing capping (precision make) on wall or ceiling incl. necy. PVC fittings etc. and mending good damages to building works 25x10mm size
50 rmt
Supplying & Fixing PVC Surface Box for Modular Switch Board of the following sizes complete.
3 Module
6 Module
11 each
11 each
Supplying & Drawing LAN cable (CAT6) (Brand approved by EIC) in prelaid PVC rigid conduit/ in polythene pipe embeded in wall.305 Mtr. Per Coil.(D-LINK/Havells/Finolex)
800 rmt
Supplying & Drawing 2-pair Telephone cables with high density polyethylene insulated solid annealed high conductivity bare copper of dia 0.5mm in conductivity bare copper of dia 0.5mm in prelaid PVC rigid conduit / in polythene pipe embeded in wall.(Havells/D-Link)
800 rmt
Supply and fixing 20 mm flexi pipe etc.
2 roll
Providing, Fitting & Fixings of PVC conduit for electrical ire and computer wire above the false ceiling(Precision MMS)
400rmt
* Note- The quantity as specified as above is indicative which may be increased or
decreased as per actual requirement
1. 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.
2. Onsite warranty for all Installation and Hardware delivered for minimum one year and
extended as per OEM guarantee/warranty offered.
Tenderers 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 tenderer 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 tenderer shall be responsible for arranging and maintaining at own cost all
materials, tools and plants, 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 tenderer 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 tenderer must also study the neighborhood, rules and regulations for building as well as
the area where it is situated.
SIGNATURE OF THE TENDERER
Annexure:-IV
(In the letter head of the Tenderer)
Submission of Financial Bid / Tender. Name of Work: Supply and erection of modular composite work stations including
dismantling of existing workstations, alongwith wooden and glass partition including Installation of Electrical Switches; Networking Switches; Supply and Fixing of Networking Terminals including Integration with Existing LAN COMPONENT A
Item Description Unit Qty. AMOUNT
Executive Table Model MARQUIS, Main desk(2000 W x 900 D x 750 H mm. & Universal ERU (1050 W x 500 D x 750 H mm.):Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made executive table.Main top Panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Side Panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Modesty:Modesty is made of painted 8 mm thick tounged glass fixed on a metal frame mad of stainless steel tubes grade 304 of cross section 19 x 19 x 2 thick and 3 mm thick stainless steel plates with the help of both side adhesive tabe.Metal Plate:Coval metal plate is made of 8 mm thick stainless steel GRADE 304.It is fixed between the main top panel and side panel on both sides of the desk.Leather Pad:Made of 1.2 mm thk GI sheet with genuine leather on top side and wool polyester of 350g/m^2 density felt on bottom side.ERU:Return Top:Made of 36 mm thk medium density fibre borad as per IS:12406 with pigmented polyurethane coating on both sides.Table side Panel:Made of 36 mm thk medium density fibre as per IS:12406 with pigmented polyurethane coating on both sides.Understructure Panels:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.CPU bottom panel in case of 700D return unit is provided with castor at the bottom for ease of opening and closing CPU door.Drawer Panels:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Drawera are provided with push open mechanism and side central lock.Display shelf Panels:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Pedestal:Top panel:Made of 36 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Side Panel:Made of 18 mm thk medium density fibre board as per IS:12406 with pigmented polyurethane coating on both sides.Drawer Panels:Made of 18 mm thk medium density fibre as per IS:12406 with pigmented polyurethane coating on both sides.Drawers are provided with push open mechanism and side central lock.Complete as per proposed layout and direction of Engineer in charge.
Each 1
Executive Chair model AVID full back with headrest:Supplying,fitting & fixing
of Godrej,Howorth,Herman Miller made executive chair.The seat is made up of 1.4 ± 0.1 cm thick hot - pressed plywood,moulded polyurethane foam and upholstered with fabric.Seat size: 50.0 cm (W) x 49.0 cm (D). The two part assembly upholstered with mesh fabric is made up of back outer injection moulded in glass filled polyamide and back inner injection moulded in glass filled polypropylene.The back consist of adjustable lumbar support made of injection moulded polypropylene (POM) which is upholstered with foam and fabric having an adjustment of 5.5 ± 0.5 cm.Back size: 48.0 cm (W) x 54.5 cm (H).The polyurethane foam for seat is of density = 55 ± 3 kg/m³.It is made of glass filled polyamide arm structure with PU armtop and height adjustment of 9.0 ± 0.5 cm.The armtop has swivel,side-to-side and to-fro movements.The mechanism is designed with the following features:360° revolving type.Auto- balance synchro-tilt.4 position giving option of variable tilt angle to the chair.Seat depth adjustment is integrated in the seat through a sliding mechanism.Seat depth adjustment range is 4.5 ± 0.5 cm.The CLASS-4 pneumatic height adjustment has stroke of 9.5 ± 0.5 cm.The pedestal is injection moulded in glass filled polyamide and fitted with 5 nos. twin wheel castors.The pedestal is 67.0 ± 0.5 cm P.C.D.The twin wheel castors are injection moulded in polyamide having 6.0 ± 0.1 cm wheel diameter.Complete as per proposed layout and direction of Engineer in charge.
Each 1
Visitor Chair model Beat Visitor:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made visitor chair.The seat & back is made up of 1.2 ± 0.1cm thk. hot pressed plywood measured as per QA method described in OCP-QLTA-PL14-18 upholstered with knitted fabric ,over moulded High Resilience Polyurethane foam.BACK SIZE: 51.8 cm. (W) x 65.7 cm. (H).SEAT SIZE : 49.0 cm. (W) x 51.4 cm. (D).The HR polyurethane foam is moulded with density = 55+/-2 kg/m³ and hardness 16 ± 2 kgf as per IS:7888 for 25% compression.The tubular frame is powder coated ( DFT 40-60 microns ) cantilever structure & made of Dia.Ø 2.54 ±0.03cm. x 0.2 ±0.016cm.thk. M.S. E.R.W. Tube with a connecting M.S. Spine welded to it. Back spine is fitted to the frame assembly.Complete as per proposed layout and direction of Engineer in charge.
Each 3
Executive Table model Work 5026: Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made executive table.Worktop:Made from 25 mm Thick Pre-laminated Particle board. All the edges are sealed with 2 mm thick PVC edge band all around.Side Panels:Made from 25 mm Thick Pre-laminated Particle board. All the edges are sealed with 2 mm thick PVC Edge band on the user side and 0.8 mm on the Top and Bottom Side. The side panels have 2 glide screws each for leveling of the desk.Modesty Panel:Made from 18 mm Thick Pre-laminated Particle board. All the edges are sealed with 0.8 mm thick PVC edge band all around.Freestanding Pedestal:The freestanding pedestal is made from 18 mm Pre-laminated Particle board with a combination of 2mm and 0.8 mm PVC Edge band on all the exposed surfaces as per requirement. The drawers are provided with suitable slides for smooth operation.All the pedestal drawers are centrally locked with a single key.Complete as per proposed layout and direction of Engineer in charge.
Each 18
Executive High Back chair Model 7001D:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made executive chair.The seat / back are made up of 1.2 cm thick hot pressed plywood, upholstered with fabric and moulded Polyurethane foam together with moulded seat and back covers. The back foam is designed with contoured lumbar support for extra comfort. The chair is available in four models.BACK SIZE:50.0cm. (W) X 72.0cm. (H).SEAT SIZE: 50.0cm. (W) X 46.0cm. (D).The Polyurethane foam is moulded with density = 45 +/-2 kg/m3 and Hardness = 20 +/- 2 on Hampden machine at 25% compression.The seat cover is injection moulded in black co-polymer polypropylene and back cover is vacuum formed from ABS sheets.The one-piece armrests made of black integral skin polyurethane with 50-70 Shore ‘A’ Hardness and reinforced with M.S. insert. The armrests are scratch and weather resistant. The armrests are fitted to the seat with seat/armrest connecting strip assembly made of 0.5cm. thk. HR steel.The center pivot mechanism is designed with the following features: 3600 revolving type.17° maximum tilt on pivot at center.Tilt tension adjustment.Upright locking.The pneumatic height adjustment has an adjustment stroke of 10.0 cm.The bellow is 3 piece telescopic type and injection moulded in black Polypropylene.The pedestal is made of HR steel and fitted with 5 nos. twin wheel castors (castor wheel dia. 5.0cm.). The pedestal is covered with a P.P moulded cladding for modern and aesthetic looks. The pedestal is 65.0 cm. pitch-center dia. (75.0 cm with castors).The twin wheel castors are injection moulded in 30% Glass Filled black Nylon.Complete as per proposed layout and direction of Engineer in charge.
Each 17
Low Ht. Steel Storage Model VSDU 2:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made steel storage.Construction & Material:Rigid Knock down construction.Prime Quality CRCA Steel – 0.8 mm Thick.Sliding Door Arrangement:Full height Sliding Door with top hanging arrangement to prevent derailment.Each door provided with 2 Plastic roller having steel ball bearing for smooth movement of door & less noise.Locking & handle :Snap on type aesthetically appealing die cast 5 Lever Cam lock for safe locking.Plastic flush & recessed handle.Shelving :Height wise Adjustable Shelf Mounting.Uniformly Distributed Load Capacity per each full shelf is 80 Kg maximum & for half shelf it is 40 Kg.1 No. of Adjustable Full Shelf.Top option:1 mm for Metal Top.Accessory:Craddle with pipes for hanging Godrej Instadex files.Leveler:Screw type leveler with hex plastic base (add in unit height min.8 mm & additional 5 mm max for adjustment).Finish:Epoxy Polyester Powder coated to the thickness of 50 microns (+/-10).Complete as per proposed layout and direction of Engineer in charge.
Each 19
Modular Penta Workstation Panel Ht. 1350 mm., Table Top Size : 1500 (W1) x 1800 (W2)x 600 (D) X 750 (H) mm. with 3 dr. Mobile Pedestal,KBPT & CPU Trolley:Supplying,fitting & fixing of Godrej,Howorth,Herman Miller made
modular workstation.The panel thk. 52 mm, Ht. 1350 mm (Approx). Tile configuration for all panels, above worktop : Combination of fabric magnatic board with white board on worktop side, rest of all metal tile will be below the worktop level, There will be raceway below the worktop provition for mounting switches. The Worktop will be 25 mm plelaminated partical board with PVC lipping, dim of 1650 mm W1 X 1200 mm W2 X 600 mm D X 750 mm H. 3 dr. Mobile Pedestal,CPU Trolley & Keyboard Pull Out Trey.Complete as per proposed layout and direction of Engineer in charge.
Each 61
Workstation chair model Beat Mid Back:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made mid back chair.The seat & back is made up of 1.2 ± 0.1cm thk. hot pressed plywood measured as per QA method described in OCP-QLTA-PL14-18 upholstered with knitted fabric ,over moulded High Resilience Polyurethane foam.BACK SIZE: 51.8 cm. (W) x 65.7 cm. (H).SEAT SIZE : 49.0 cm. (W) x 51.4 cm. (D).The HR polyurethane foam is moulded with density = 55+/-2 kg/m³ and hardness 16 ± 2 kgf as per IS:7888 for 25% compression.The adjustable armrest is designed with the following features :Up-Down adjustment– 8 steps (8.0±0.5 cm range).Height adjustable armrest structure which is powder coated & fitted with an armrest top.Fixed Armrest Top is PU molded over metal insert.The adjustable tilting mechanism is designed with the following features.360° revolving type.Single point control.Front-pivot for tilt with feet resting on ground ensuring more comfort.Tilt tension adjustment.4-position locking with anti-shock feature.Seat/back tilting ratio of 1:2.Back can be adjusted in 5 positions by manually.Stroke of height adjustable spine is 7 cm. Back height adjustability is applicable for for High back and Mid back chair.The pneumatic height adjustment has an adjustment stroke of 10.0 ± 0.3 cm.The pedestal is injection moulded in black 30% glass-filled Nylon and fitted with 5 nos. twin wheel castors. The pedestal pitch-center dia is Ø66.1 ± 0.5 cm. (76.1 ± 1.0 cm. with castors).The twin wheel castors are injection moulded in black Nylon.Complete as per proposed layout and direction of Engineer in charge.
Each 61 #REF!
Steel Almirah model Storwel Plain:Supplying,fitting & fixing of
Godrej,Howorth,Herman Miller made almirah.Size:Plain (4S) - 916 mm (W) x 486 mm (D) x 1981 mm (H),Construction & Material:Welded construction.0.8 mm thk CRCA for Back, Shelf & 0.9 mm thk CRCA for all other components.Configuration (Door):Full height Steel Hinged Door.Locking & handle :Mazak Handle.3 way locking mechanism with shooting bolt arrangement.Shelving :Height wise Adjustable Shelf Mounting.Uniformly Distributed Load Capacity per each full shelf is 80 Kg maximum.Plain 4S : 4 Nos. of Adjustable Full Shelves.Leveler:M10 Screw type leveler with hex plastic base.Finish:Epoxy Polyester Powder coated to the thickness of 50 microns (+/-10).Complete as per proposed layout and direction of Engineer in charge.
Each 10
COMPONENT B
SL.NO.
ITEM Uni
t QTY. Rate Amount
ELECTRICAL WORKS:-
1
Supplying and Drawing 1.1 KV single core stranded 'FR' PVC insulated & unsheathed single core stranded copper wire (Brand approved by EIC) of the following sizes in the prelaid polythene pipe and by the prelaid GI fish wire and making necy. connection as required (The Item considered as drawing inprelaid PVC conduit)
a) 2X2.5 sqmm +1X1.5 sqmm(wire) rmt 2500
2
Supplying and fixing PVC casing capping (precision make) on wall or ceiling incl. necy. PVC fittings etc. and mending good damages to building works
c) 25x10mm size rmt 700
3
Supplying & Fixing GI Modular Switch Board of the following sizes complete with three no. suitable size Copper bar with holes (for Ph, N & E) fixed on Bakelite /Hard Rubber insulator over the MS welded chairs incl. top cover flushed in wall for housing the board after cutting the brick wall incl. making earthing attachment, painting and mending good damages to building works.
e) 3 Module each
20
f) 6 Module each
20
4
Supply & Fixing 240 V, 16 A, 3 pin Modular type plug socket with switch (Brand approved by EIC), without plug top on existing GI Modular type switch board with top cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.
each
65
5
Supply & Fixing RJ45 sitable for CAT6 cable (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required.
each
65
6
Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required
each
65
7
Supplying & Drawing LAN cable (CAT6) (Brand approved by EIC) in prelaid PVC rigid conduit/ in polythene pipe embeded in wall.305 Mtr. Per Coil.
rmt 2500
8
Supplying & Drawing 2-pair Telephone cables with high density polyethylene insulated solid annealed high conductivity bare copper of dia 0.5mm in conductivity bare copper of dia 0.5mm in prelaid PVC rigid conduit / in polythene pipe embeded in wall.
rmt 2500
9 Supply and fixing 20 mm flexi pipe etc. roll 10
TOTAL
Sl.No. ITEM Unit QTY. Rate Amount
Partition
1
Providing,Fabrication and fixing in position partly glaze partly solid partition - 75 mm thk in IPB Office with made of Aluminium section size 62mmx38mm finished size at a spacing of 600 mm center to center both horizontally and vertically . The frame work will be covered 6 mm BWP ply on both side upto false ceiling with 6mm Clear Glass.Providing and fixing 1 mm thk laminate on both side as per approved by client.(PLY-Green & Laminate -Merino)
a) 2nd Floor Mechanical Room (Mechanical Deptt.) sqm. 20
b) 3rd Floor Biotech (Biotech Deptt.) sqm. 50
c) 3rd Floor Electrical (Electrical Deptt.) sqm. 70
d) 4th Floor (East Side) sqm. 35
2 FLASH DOOR LAMINATE FINISH WITH DOOR FRAME
a) SIZE 750mmX2100mm nos. 11
ELETRICAL WORK
1
Supplying and Drawing 1.1 KV single core stranded 'FR' PVC insulated & unsheathed single core stranded copper wire (Brand approved by EIC) of the following sizes in the prelaid polythene pipe and by the prelaid GI fish wire and making necy. connection as required (The Item considered as drawing inprelaid PVC conduit) Wire-Havells,Finolex,
a) 2X2.5 smm +1X1.5 sqmm (FR) rmt. 800
2
Supplying and fixing PVC casing capping (precision make) on wall or ceiling incl. necy. PVC fittings etc. and mending good damages to building works
c) 25x10mm size rmt. 50
3 Supplying & Fixing PVC Surface Box for Modular Switch Board of the following sizes complete.
e) 3 Module each 11
f) 6 Module each 11
4
Supply & Fixing 240 V, 2 nos 16 A, 3 pin Modular type plug socket with 1 nos 16 amp switch (Brand approved by EIC), without plug top on existing PVC Modular type switch board with top cover plate and making necy. connections with PVC Cu wire and earth continuity wire etc.(L&T,Crabtree,Achncor Roma,)
each 11
5
Supply & Fixing RJ45 sitable for CAT6 cable (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required.(D-Link)
each 11
6
Supply & Fixing Telephone socket (RJ11) Modular type (Brand approved by EIC) with PVC board and top cover plate on wall and making necessary connections & testing as required(D-Link)
each 11
7
Supplying & Drawing LAN cable (CAT6) (Brand approved by EIC) in prelaid PVC rigid conduit/ in polythene pipe embeded in wall.305 Mtr. Per Coil.(D-LINK/Havells/Finolex)
rmt 800
8
Supplying & Drawing 2-pair Telephone cables with high density polyethylene insulated solid annealed high conductivity bare copper of dia 0.5mm in conductivity bare copper of dia 0.5mm in prelaid PVC rigid conduit / in polythene pipe embeded in wall.(Havells/D-Link)
rmt 800
9 Supply and fixing 20 mm flexi pipe etc. roll 2
10 Providing, Fitting & Fixings of PVC conduit for electrical ire and computer wire above the false ceiling(Precision MMS)
rmt 400
TOTAL
Sl no. Component Total Price 1 Component A
2 Component B
3 Component C
Total
**The payment for these items would be based on actual measurement wherever required. Note: The bidders are required to fill all the columns in the price schedule in numeric
INR only (No NA/blank column/ - / NIL etc.). • Vendor have to inspect the site for providing sizes of modular workstations and matching with the
quality and color with the existing furniture in IPO building. •Vendor has to quote rates in Indian rupees for all items and installation with all civil work as per
scope of work mention in bid document. • All Installation should be with proper fitting. • All equipment’s quoted should be of Godrej Make. • The above quantities are indicative and may vary based on actual requirement while execution of
work. • The payment would be made as per actual execution of work at site. • Vendors are required to quote for all items along with installation. In case the vendor does not
quote any particular item, the highest price quoted for that item will be taken for the purpose of
commercial evaluation. (Rupees ………………………………………………………………………… only)
SIGNATURE OF THE TENDERER
Name of Authorised Signatory
Name of the Company
Date :
Annexure-V
Undertaking by the Tenderer
(a) I/We agree to abide by and fulfill all terms and conditions referred to above and as contained in tender documents elsewhere and in
default thereof, to forfeit and pay to CGPDTM, or its successors
or its authorized nominees such sums of money as are
stipulated in the notice inviting tenders and tender documents.
(b) I/We shall pay the earnest money/ performance guarantee of amount as mentioned in favour of Controller of Patent, payable
at place as mentioned in the “NIT/ITT” , in case of awarding the contract in my/our favour
(c) If I/We fail to complete the work on specified time as per the order/
Letter of Intent within 45 days of the date of issue of Letter of
Intent and/or I/we fail to sign the agreement as per
contract and/or I/we fail to submit performance guarantee as
per contract, I/we agree that CGPDTM, IP shall, without prejudice
to any other right or remedy, be at liberty to cancel the Letter of
Intent and to forfeit the said earnest money as specified above.
Dated the day of
SIGNATURE OF TENDERER
NAME (CAPITAL LETTERS) :
ADDRESS :
SEAL OF TENDERER
SIGNATURE OF WITNESS
NAME (CAPITAL LETTERS) :
OCCUPATION
Annexure VI