21.08.2015 Views

CENTRAL INSTITUTE OF TECHNOLOGY ... - CIT, Kokrajhar...

CENTRAL INSTITUTE OF TECHNOLOGY ... - CIT, Kokrajhar...

CENTRAL INSTITUTE OF TECHNOLOGY ... - CIT, Kokrajhar...

SHOW MORE
SHOW LESS
  • No tags were found...

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong>CENTRAL</strong> <strong>INSTITUTE</strong> <strong>OF</strong> <strong>TECHNOLOGY</strong>, KOKRAJHAR(A Centrally Funded Institute under the Ministry of HRD, Govt. of India)Balagaon, <strong>Kokrajhar</strong>, BTAD, Assam. Pin - 783370Tel : +91-03661-277143Fax : +91-03661-277143Website: www.cit.ac.inNOTICE INVITING TENDERCentral Institute of Technology, <strong>Kokrajhar</strong> (in short – <strong>CIT</strong>, <strong>Kokrajhar</strong>) is a Centrally FundedInstitute under Ministry of HRD, Govt. of India, imparting Technical Education at Diploma andDegree level. It is proposed to procure products and services for regular development activities.<strong>CIT</strong> is devoted to both teaching and research of the highest caliber in a totally integrated way.This Tender Document is designed to ensure that the work executed is of the highest standardand quality endeavored for by this Institute. Sealed tender are invited for supply and installationof the following items: Item : Fabrication, Supply and Installation ofModular Furniture at Administrative Office Tender Enquiry No : <strong>CIT</strong>-PUR-AO-01/2012 Date of Commencement of : 15.11.2012Sale of Bidding Document Due Date & Time : 05.12.2012 up to 03.00 PM(For submission of Bids) Opening of Technical Bids : 05.12.2012 at 03.30 PMProspective BIDDERs may collect the Tender Documents from the Registrar, Central Instituteof Technology (<strong>CIT</strong>), <strong>Kokrajhar</strong> or download the Tender Documents from <strong>CIT</strong>‟s website:www.cit.ac.in and submit their offers to The Registrar, <strong>CIT</strong>, <strong>Kokrajhar</strong>, Balagaon,<strong>Kokrajhar</strong> – 783370, BTAD, Assam.1


INDEXSection No Heading Page No1 Invitation for bids 32 Instructions to BIDDERs 113 Conditions of Contract 154 Scope of Work 205 Schedule of requirements, specifications and allied technical details 246 Price Schedule (Financial Bid) 347 Bid Security Form 358 Pre Contract Integrity Pact 369 Check list 432


SECTION-1: INVITATION FOR BIDS1. Central Institute of Technology, <strong>Kokrajhar</strong> invites sealed tenders for furnishing theAdministrative Office. The Technical Specifications for fabrication, supply andinstallation of customized modular furniture for Administrative Office in theAdministrative Building are given in Section 5: Schedule ofRequirements/Specifications and Allied Technical details, appended herewith.2. The BIDDERs are requested to give detailed tender in their own forms in two Bids i.e.Part - I : Technical Bid.Part - II : Financial Bid.3. Contact for information:Technical & Financial contact:Registrar, <strong>CIT</strong>, <strong>Kokrajhar</strong>, Balagaon, <strong>Kokrajhar</strong>, BTAD, Assam, Pin-783770.Tel: +91-03661-277143Fax: +91-03661-277143Website: www.cit.ac.in4. The tender document can be downloaded from the <strong>CIT</strong> website: www.cit.ac.in orcollected from the Registrar, <strong>CIT</strong>, <strong>Kokrajhar</strong>.5. Supply means: “Supply, Installation, Commissioning and satisfactory demonstration ofthe whole system and training”. If any charges extra are payable for Installation,Commissioning and training, the same should be specified in the Financial offer.6. Submission of Bids :i. Place : O/o The Registrar, <strong>CIT</strong>,<strong>Kokrajhar</strong>,Balagaon, <strong>Kokrajhar</strong> – 783370,BTAD, Assamii. Time and Date of Submission : Before 03.00 PM on 05.12.2012.iii. Time and Date of opening Technical Bid : At 03.30 PM on 05.12.2012.<strong>CIT</strong>, <strong>Kokrajhar</strong> will not be responsible, for submission / delivery of quotation at wrongplaces other than the Purchase Section of <strong>CIT</strong>, <strong>Kokrajhar</strong>, Balagaon, <strong>Kokrajhar</strong>, BTAD,Assam, Pin-783770.7. Two Bid System :The two bid system should be followed for this tender. In this system the BIDDER mustsubmit his offer in two separate sealed envelopes. Both the Technical Bid and Financial3


Bid envelopes should be securely sealed and stamped separately and clearly marked as“Envelope No.1 – Technical Bid” and “Envelope No.2 – Financial Bid” respectively.Both the sealed envelopes should be placed in a third larger envelope. The main envelopewhich will contain both the bids should be super scribed with our tender enquiry <strong>CIT</strong>-PUR-AO-01/2012 and to be submitted to the address given below so as to reach on orbefore 03.00 PM on 05.12.2012, The Registrar, <strong>CIT</strong>, <strong>Kokrajhar</strong>, Balagaon,<strong>Kokrajhar</strong> – 783370, BTAD, Assam.The envelopes must be super-scribed with the following information: Tender Reference Number Due Date Name of the Vendor7.1 Envelope No. 1 : Shall contain “Technical Bid” and Earnest Money Deposit (EMD)The technical offer should not contain any price information.The Technical Bid must be submitted in an organized and structured manner. Nobrochures/leaflets etc. should be submitted in loose form. Please indicate page nos. onyour quotation e.g. If the quotation is containing 25 Pages, please indicate as 1/25, 2/25,3/25 -----------25/25.The Technical Offer should comprise of the following:(i) Tenders, which are submitted without following the two bid offer system, willsummarily be rejected.(ii) The Technical Bid should contain Financial terms with reference to the tender.(iii) The technical offer should be complete to indicate that all products and servicesasked for are quoted. Each page of the bid and cutting/corrections shall be dulysigned and stamped by the BIDDER. Unsigned Tenders will also be rejected.Failure to comply with this requirement may result in the bid being rejected.(iv) The purpose of certain specific conditions is to get or procure best equipment/serviceetc. for <strong>CIT</strong>, <strong>Kokrajhar</strong>. The opinion of Tender Committee shall be the guidingfactor for technical short listing.(v) Demand Draft/Bank Guarantee for Rs. 25,000/- (Rs. Twenty Five Thousandonly) towards Earnest Money Deposit. Bank Guarantee will be obtained fromNationalized / Schedule Bank only.(vi) The average annual turnover should not be less than 30% of the estimated cost put totender for the job work. The copy of the Balance sheet, Profit & Loss A/c., Trade orManufacturing A/c for the last 3 years should be enclosed.(vii) Duly filled in Technical Bid with proper seal and signature of authorized person oneach page of the bid should be submitted and the same should accompany withcomplete specifications, Manufacturer‟s name, address and relevant TechnicalLiterature / Brochures with warranty Terms and EMD.(viii) If the bid is for branded makes, authorization letter from principals clearlyindicating that the vendor is the competent authority to sell and provide servicestowards the items mentioned in the scope of supply given in this tender document.4


(ix) Agreements / Purchase Orders / Completion certificates if any, for similar equipmentto other educational institutes of NE states, the details of such supplies for thepreceding three years should be given together with the prices eventually or finallypaid.(x) Solvency certificates (not older than twelve months) issued by Scheduled/Nationalized bank with which BIDDER holds the current account.(xi) Copy of LST/CST No. PAN No. and TIN No. allotted by the concerned authorities.If registered with the National Small Industries Corporation, the registration number,purpose of registration and the validity period of registration and a copy of DGS&Dregistration wherever it is applicable should also be provided in Technical Bid.(xii) A copy of the Un-priced Financial Bid. (Please see Section-5 – Price Schedule).(xiii) The prices should be shown against each item for the purpose of Insurance claims /replacements if any.(xiv) List of deliverables / Bill of materials and services.(xv) Compliance sheet with any deviation with reference to the terms and specifications.(xvi) In case of Foreign quote, the address of Principal‟s / Manufacturer‟s and theirBanker‟s details should be furnished.(xvii) Indicate the names of the Indian reputed Organizations where you have suppliedsimilar equipment and may attach the satisfactory performance report of theequipment from user Organization.(xviii) The item should be supplied with manuals and the manuals including technicaldrawings should be complete in all respects to operate the system without anyproblem.(xix) Duly filled in checklist as per Section 7 should be submitted along with theTechnical Bid.Bid documents should be submitted as per the above sequence with Index page andpage numbers (including technical literature). Each page of the bid should be signed& stamped in original. Unsigned bids will not be considered for evaluation.7.2 Envelope 2 : “Financial Bid” shall contain:(i) Price schedule complete in all respects with proper seal and signature of authorizedperson. It should also contain the Comprehensive AMC charges if any for postwarranty period as per the terms of the tender. The optional and any other essentialitems / accessories required for the maintenance of the equipment for the next fiveyears should also be specified in the offer separately.(ii) Discount offered should be mentioned clearly in the Financial Bid only.(iii)Cost of all the items should be mentioned clearly and individually in the FinancialOffer (Part-II) only.(iv) The BIDDERs are requested to quote for Educational Institutional Price forEquipment, since we are eligible for the same.8. The tender will be acceptable only from the manufacturer or its authorized supplier.9. The bidder should have registered/operating office in Assam for the last 3 (three) years.Documentary evidence like up to date Trade License from Municipal Corp., Sales tax5


Registration, Service Tax Registration duly attested by Competent Authority should beenclosed.10. Bidder should have adequate After-sales Support Infrastructure in Assam. The details ofafter sales support infrastructure including manpower details should be enclosed.11. The party should have successfully completed same or similar nature of work in majorinstitutes or Government Organizations particularly in the NE region. Supportingdocuments in this regard is to be furnished along with satisfaction certificates.12. The Institute reserves the right to visit to the facilities before or after issue of supplyorder to satisfy itself regarding quality of service. In case of any remarks /default noted,the EMD will be forfeited even if pre-qualified.13. Date of opening the Technical Bids.Technical Bids will be opened on – 05.12. 2012 at 03.30 PM at:The Conference Hall,<strong>CIT</strong>, <strong>Kokrajhar</strong>,Balagaon, <strong>Kokrajhar</strong>, BTAD, Assam.Pin: – 783370.The Technical Bids will be opened in the presence of the BIDDERs on the specified timeand date. BIDDERs/Agents who have responded to the tender only will be allowed to bepresent.The Technical Bids will be evaluated to shortlist the eligible BIDDERs. The FinancialBids of only the short listed BIDDERs shall be considered for further processing.BIDDERs whose technical offer is found acceptable and meeting the eligibilityrequirements as specified in this tender will be informed about the date and time of theopening of the Financial Bid.Note:(i) Please do not insert „Financial Bid” (prices quoted) in the Technical Bidenvelope. If the price quoted is submitted with Technical Bid, the tender will berejected.(ii) No camera mobiles / mobiles are allowed during tender opening.14. Formation of Tender CommitteeThe Tender Committee(s) for the evaluation of the tenders will be constituted by thePrincipal, <strong>CIT</strong>, <strong>Kokrajhar</strong>. He may nominate some external/expert members, in theinterest of <strong>CIT</strong>, <strong>Kokrajhar</strong> if necessary6


15. Terms of the Tender Committee(i) A Tender Committee duly constituted by the Principal, <strong>CIT</strong>, <strong>Kokrajhar</strong> will gothrough the technical aspects of the tender and recommend short listed firms. Therecommendation of the Tender Committee is the final and binding on all theparties.(ii) The technical evaluation will be an assessment of the Technical Bid. <strong>CIT</strong>,<strong>Kokrajhar</strong>, representatives will proceed through a detailed evaluation of theTechnical Bids as defined in Section 5: (Schedule of requirements,specifications and allied technical details), in order to determine whether theyare substantially responsive to the requirements set forth in the tender. In order toreach such a determination, <strong>CIT</strong>, <strong>Kokrajhar</strong> will examine the information suppliedby the BIDDERs, and shall evaluate the same as per the specifications mentionedin this tender.(iii) The Tender Committee may formulate evaluation criteria in addition to thespecifications and requirements indicated in the tender, in the interest of <strong>CIT</strong>,<strong>Kokrajhar</strong> and this criteria/recommendation will also form as a part of shortlistingof the firms.(iv) The Tender Committee will examine all the Technical aspects of the bidsreceived. Further, the Tender Committee may seek additional information fromthe existing users at <strong>CIT</strong>, <strong>Kokrajhar</strong> or from other Institutes and also call forTechnical presentations from the BIDDERs if it is required so.16. Bid Evaluation Criteria(i) On the due date the Technical Bids will be opened and referred to the TenderCommittee.(ii) The information received and the bids already submitted together will beexamined with reference to the tendered specifications and evaluation is made bythe Tender Committee.(iii)After the technical evaluation is completed and approved, <strong>CIT</strong>, <strong>Kokrajhar</strong> shallinform to the BIDDERs whose bids have been rejected technically with thereasons for rejection.(iv) The successful BIDDERs will be informed regarding the date and time ofFinancial Bid opening.(v) The purpose of obtaining two bids (Technical and Financial) is to evaluate all thefirms on technical basis with reference to the tendered specifications, performanceof similar Solutions/Applications elsewhere, obtaining user‟s views withreference to the earlier supplies. This will enable the Tender Committee to arriveat a fair recommendation in the interest of the organization.(vi) In the event of seeking any clarification from various BIDDERs by <strong>CIT</strong>,<strong>Kokrajhar</strong> the BIDDERs are required to furnish only technical clarifications thatare asked for. No amendment to Financial Bid will be entertained at that stage. Incase if a BIDDER fails to quote for a particular item it amounts to noncomplianceand hence such bid will not be considered for further evaluation.7


Further during this process if any BIDDER indicates the price during theclarification such bids also will not be considered for further evaluation.(vii)BIDDERS must provide coloured 3D image of the Modular Furniturefrom top, front, back, side and 45 o angle from front and side views.(viii) Bidders will have to provide a mockup presentation of product itemsto be supplied and installed to the Purchase Committee.(ix) The Financial Bids of the vendors who‟s Technical Bids are found to betechnically deficient or do not meet the qualification criteria as specified inthis tender will not be considered for evaluation of Financial Bids and thesame shall be returned to them without opening along with their EMD.17. Evaluation of Financial BidAssignment of marks to the Financial Bids will be done as follows: Once all the FinancialBids (of eligible bidders as mentioned above) have been opened, marks will be assignedto each Financial Bid as per the formula below:Marks assigned to Financial Bid = 100 * [Fl/Fi]Where;i) Fl = Lowest Financial Bid of all the bids openedii) Fi = Actual Financial Bid submitted by a bidderThus, if Fl Rs. 100 and F1 is Rs. 120, then Fl will receive 100 marks and F1 will receive100*[100/120] or 83 marks.18. Ranking of BiddersFor the purpose of ranking the bids, a weightage of 70:30 for the technical and financialproposal respectively will be given to determine the ranking of bidders. The compositescore of a bidder shall be calculated as under:Normalized Technical Score=100*[Ti/Th]Where;Ti = Actual Technical score obtained by a bidder i.e. total score of 70 (Seventy)or moreTh= the highest technical scorer of all the bids opened.Thus, if Th is 90 and T1 is 80, then Th will receive 100 marks and T2 will receive100*[80/90] or 88 marks.Composite Score = 0.7 x Normalized Technical Score + 0.3 x Normalized financialScore8


The Best Value Bid will be the one with the highest Composite Score. In the event ifcomposite bid scores are tied, the bidder securing the highest technical score will beadjudicated as the Best Value Bidder for award of the Project, and the one with thenext highest technical score the Second Best Value Bidder.18. Opening of Financial Bids(i) <strong>CIT</strong>, <strong>Kokrajhar</strong> will open Financial Bids of only the short listed BIDDERs, in thepresence of the BIDDERs or their authorized representatives who choose toattend the Financial Bid opening. The Date and Time of opening the Financial Bidwill be intimated only to pre-qualified and technically acceptable BIDDERs forthe item at a later date. The representatives of short listed firms only will beallowed for Financial Bid opening.(ii) The BIDDER‟s representative who is present shall sign an attendance register as aproof of having attended Financial Bid opening.(iii)The BIDDER‟s name, bid prices, discounts, EMD and such other detailsconsidered as appropriate by <strong>CIT</strong>, <strong>Kokrajhar</strong> will be announced at the time ofopening.20. ONLY TECHNICALLY accepted competitive bids will be considered for placingPurchase Order.(i) After the opening of the Financial Bids, the offer of the BIDDERs will betabulated with reference to the specifications and compared on FOB basis only.(ii) Though the comparison is made on FOB basis, the BIDDERs are required toprovide the estimated cost of freight & insurance up to Kolkata i.e. CIF Kolkata.(iii)After arriving at final pricing of individual offers of all the short listed firms, thelowest firm will be awarded with Contract/Purchase Order.(iv) The bid can be submitted in person or through post/courier (<strong>CIT</strong>, <strong>Kokrajhar</strong> willnot be responsible for delayed / late quotations submitted / sent by Post / Courieretc. resulting in disqualification/ rejection of any bid) so as to reach <strong>CIT</strong>,<strong>Kokrajhar</strong> on or before the due date and time. Fax / E-mail tenders will not beconsidered unless it is asked for. The BIDDERs‟ authorized representative canattend the bid opening.21. No request for extension of due date will be considered under any circumstances.22. No sub-contracting is allowed with regard to installation, commissioning, training,warranty maintenance and after sales service. This is the sole responsibility of thePrincipals‟/their authorized agents23. The Integrity Pact is applicable against this tender. Therefore, please attach the IntegrityPact document duly signed along with your tender. The name of the <strong>CIT</strong>, <strong>Kokrajhar</strong>Independent External Monitors shall be intimated shortly.24. <strong>CIT</strong>, <strong>Kokrajhar</strong> shall be entering into an Integrity Pact with the BIDDERs as per formatenclosed vide Section - 7 of the tender document. This Integrity Pact Pro-forma has beenduly signed digitally by Registrar, <strong>CIT</strong>, <strong>Kokrajhar</strong> as <strong>CIT</strong>, <strong>Kokrajhar</strong>‟s competent9


signatory. The Pro-forma has to be returned by the BIDDER (along with the TechnicalBid) duly signed by the same signatory who signed the bid, i.e., who is duly authorized tosign the bid.Any bid not accompanied by Integrity Pact Pro-forma duly signed by the BIDDER shall will be rejected straightway.25. The Registrar, <strong>CIT</strong>, <strong>Kokrajhar</strong> reserves the right to accept the offer in full or in parts orreject summarily or partly.10


SECTION-2 : INSTRUCTIONS TO BIDDERSDelivery Period / TimelinessThe deliveries & installation must be completed within 6 weeks, after placement of purchaseorder. The time is the essence of the contract. It is mandatory for the BIDDERs who respond tothis bid to meet these expectations, as are tightly linked to <strong>CIT</strong>, <strong>Kokrajhar</strong>‟s plans of completingthe project within the time frame.Locations for the Supply / Services :The Administrative Office requirements covered by this document are required to be suppliedand installed at the Administrative Office Building of <strong>CIT</strong>, <strong>Kokrajhar</strong> at Balagaon.1. Eligible BIDDERs1.1 This invitation for bids is open to all BIDDERs who are in the business of supply &maintenance services or BIDDERs who are in business of similar nature for at least threeyears.1.2 For Branded items, only the authorized distributors / dealers / resellers are eligible tobid. In this case, the authorization certificate to this effect, issued by principals should besubmitted along with the Technical Bids.1.3 <strong>CIT</strong>, <strong>Kokrajhar</strong> reserves the right to award / reject the order to any particularBIDDER without assigning any reason thereof.1.4 BIDDERs should not be under a declaration of ineligibility for corrupt and fraudulentpractices.1.5 BIDDERs should QUOTE strictly in accordance with the requirements. TheBIDDERs conditions printed on the reverse of the tender/quote or otherwise sent alongwith the tender shall not be binding on <strong>CIT</strong>, <strong>Kokrajhar</strong>.1.6 BIDDERs shall adhere to the procedure and processes laid down in this documentand shall follow fair and ethical practices of trade.1.7 Based on the list of installations provided by the BIDDER, <strong>CIT</strong>, <strong>Kokrajhar</strong> will haveits option to obtain details of the equipment, their performance, after sales services etc.for evaluation of the tender.1.8 The tenders must be clearly written or typed without any cancellations/ corrections oroverwriting.1.9 The makes/brand and name and address of the manufacturer, Country of Origin,Country of Shipment and currency in which rates are quoted are to be mentioned.1.10 Firms which have already supplied similar equipment to <strong>CIT</strong>, <strong>Kokrajhar</strong> and havenot completed required installation/commissioning/after sales service/warrantyreplacements etc. such firms offers will not be considered for further evaluation and noenquiries thereafter will be entertained.1.11 Conditional Offers will not be considered.1.12 <strong>CIT</strong>, <strong>Kokrajhar</strong> will not provide any accommodation/transportation for theengineers/ representatives for attending installation, commissioning and demonstrationwork. It is the absolute responsibility of the Principal Supplier/Indian Agent to make theirown arrangements.1.13 The authorized person who signs the tender is required to indicate his email ID,mobile No. and also general e-mail ID for easy and faster communication.11


2. Amendment of Bidding Documents2.1. At any time prior to the deadline for submission of bids, <strong>CIT</strong>, <strong>Kokrajhar</strong> may, for anyreason, whether on its own initiative or in response to the clarification request by aprospective BIDDER may modify the bid document.2.2. All prospective BIDDERs who have downloaded the bidding document may visit<strong>CIT</strong>, <strong>Kokrajhar</strong> website for amendments / modifications which will be binding on themPREPARATION <strong>OF</strong> BIDS3. Earnest Money Deposit (EMD)3.1 The tender documents must be accompanied by Earnest Money Deposit (EMD) ofRs. 25,000. /- (Rs. Twenty Five Thousand only), in the form of a Demand Draftdrawn on any Scheduled/Nationalized Bank in favour of The Registrar, <strong>CIT</strong>,<strong>Kokrajhar</strong>. The EMD can be submitted by the BIDDER himself or by his IndianAgent3.2 The BIDDER who submits the tender on behalf of their principals should producedocumentary evidence in support of their authority to quote or submit Pro-formainvoice of their principals.3.3 Bids submitted without EMD will stand rejected. EMD will not be accepted in theform of cash / cheque or any other form other than DD/Bank Guarantee. No interest ispayable on EMD.3.4 The Bank Guarantee is insisted due to steep fluctuations in foreign exchange hencethe foreign DD‟s are not accepted towards EMD.3.5 The EMD will be returned to the BIDDER(s)/Agents whose offer is not accepted by<strong>CIT</strong>, <strong>Kokrajhar</strong> within one month from the date of the placing of the final order(s) onthe selected BIDDER(s). In case of the BIDDER(s) whose offer is accepted the EMDwill be returned on submission of Bank Guarantee as Security Deposit (SD).However, if the return of EMD is delayed for any reason, no interest / penalty shall bepayable to the BIDDERs.3.6 The successful BIDDER, on award of contract / order, must send the contract /order acceptance in writing, within 7 days of award of contract / order failingwhich the EMD will be forfeited.3.7 Though EMD has to be submitted by Demand Draft, Banker‟s Cheque or BankGuarantee (from a scheduled Bank only), we prefer to have Bank Guarantee foreasy return to the BIDDERs once a decision is taken by <strong>CIT</strong>, <strong>Kokrajhar</strong>.(Specimen of Bank Guarantee is enclosed at Section - 6).3.8 The EMD shall be forfeited:3.8.1 If the BIDDER withdraws the bid during the period of bid validity specifiedin the tender.3.8.2 In case a successful BIDDER fails to furnish the Security Deposit.12


4. Amalgamation/Acquisition etc.:In the event the Manufacturer/Supplier proposes for amalgamation, acquisition or sale of itsbusiness to any firm during the contract period, the BUYER/Successor of the PrincipalCompany are liable for execution of the contract and also fulfillment of contractualobligations i.e. supply, installation, commissioning, warranty, maintenance/replacement ofspares accessories etc. while submitting your bid, you may confirm this condition.5. Period of validity of bids5.1. Bids shall be valid for a period of 30 days from the date of opening the TechnicalBid.5.2. <strong>CIT</strong>, <strong>Kokrajhar</strong> may ask for the BIDDER‟s consent to extend the period of validity.Such request and the response shall be made in writing only.The BIDDER is free not to accept such request without forfeiting the EMD.A BIDDER agreeing to the request for extension will not be permitted to modify his bid.5.3 Bid evaluation will be based on the bid prices without taking into consideration theabove corrections.SUBMISSION <strong>OF</strong> BIDS6. Deadline for submission of Bids6.1 Bids must be received by <strong>CIT</strong>, <strong>Kokrajhar</strong> before the time & date at addressspecified in the tender. In the event of specified date for the submission of bidsbeing declared as a holiday for <strong>CIT</strong>, <strong>Kokrajhar</strong> the bid closing deadline will standextended to the next working day. No communication is required in such cases, Inthe event of holiday on due date6.2 <strong>CIT</strong>, <strong>Kokrajhar</strong> may, extend this deadline for submission of bids, this will suitably benotified on the <strong>CIT</strong>, <strong>Kokrajhar</strong> website.7. Late Bids<strong>CIT</strong>, <strong>Kokrajhar</strong> will not be responsible:7.1 For delayed / late quotations submitted / sent by post / courier etc.7.2 For submission / delivery of quotations at wrong places other than the Purchasesection of <strong>CIT</strong>, <strong>Kokrajhar</strong>.7.3 Fax / E-mail / Telegraphic / Telex tenders will not be considered.7.4 Any bid inadvertently received by <strong>CIT</strong>, <strong>Kokrajhar</strong> after the deadline i.e. due date &time for submission of bids, will not be accepted and returned unopened to the BIDDER.13


AWARD <strong>OF</strong> CONTRACT8. Award Criteria<strong>CIT</strong>, <strong>Kokrajhar</strong> shall award the contract to the eligible BIDDER whose bid has been evaluated oncomposite marks scored on the Technical Bid and Financial Bid submitted by the shortlisted vendors.8.1 The contract shall be awarded to the Bidder who scores the highest Composited Score as per theRanking of the Bidders in SL No. 18 of Section-1.8.2 The Best Value Bid will be the one with the highest Composite Score.8.3 In the event if composite bid scores are tied, the bidder securing the highest technical score willbe adjudicated as the Best Value Bidder for award of the contract, and the one with thenext highest technical score the Second Best Value Bidder.8.4 If more than one BIDDER happens to quote the same lowest price, <strong>CIT</strong>, <strong>Kokrajhar</strong>,reserves the right to award the contract to more than one BIDDER or any BIDDER.9. Purchaser‟s Right to vary Quantities at the time of Award9.1. <strong>CIT</strong>, <strong>Kokrajhar</strong> reserves the right at the time of award of Contract to increase ordecrease the quantity of items specified in the Schedule of Requirements without anychange in price or other terms and conditions.9.2. Firms which have already supplied similar equipment to <strong>CIT</strong>, <strong>Kokrajhar</strong> and havenot completed required installation/commissioning/after sales service/ warrantyreplacements etc. such firms offers will not be considered for further evaluation and noenquiries thereafter will be entertained.10. Corrupt or Fraudulent Practices<strong>CIT</strong>, <strong>Kokrajhar</strong> requires that the BIDDERs who wish to bid for this project have higheststandards of ethics.10.1. <strong>CIT</strong>, <strong>Kokrajhar</strong> will reject a bid if it determines that the BIDDER recommended foraward has engaged in corrupt or fraudulent practices while competing for this contract.10.2. <strong>CIT</strong>, <strong>Kokrajhar</strong> may declare a vendor ineligible, either indefinitely or for a statedduration, to be awarded a contract if it at any time determines that the vendor hasengaged in corrupt and fraudulent practices during the execution of contract11. Interpretation of the clauses in the Tender Document / Contract DocumentIn case of any ambiguity / dispute in the interpretation of any of the clauses in this TenderDocument, Registrar <strong>CIT</strong>, <strong>Kokrajhar</strong>‟s interpretation of the clauses shall be finaland binding on all parties.14


SECTION - 3 : CONDITIONS <strong>OF</strong> CONTRACT1. Price1.1. The price quoted shall be considered firm and no price escalation will be permitted.1.2. BIDDER may bid in Foreign Currencies on behalf of their Principals or in INR.1.3. The quotation should be only in Indian Rupees for indigenous items. In case offoreign quote, the vendors may quote their rates in Indian Rupees as well as in ForeignCurrency.1.4. In case of foreign currency bids, the price criteria should be on F.O.B. basis.1.5. Packing, forwarding, freight, insurance and commissioning charges, if any extra maybe quoted separately in Financial Bid.1.6. In case your quote is Ex-works/F.O.B basis estimated insurance coverage chargesmay please be indicated.1.7. CIF, Kolkata value both by Airfreight and Ocean freight.1.8. In case of Foreign Quote, the mode of dispatch should be by Air Post Parcel/OceanFreight/Air Freight (By Air India Freight) and on Freight to-pay basis only. Theapproximate dimensions of the packages and weight of consignment are to be indicated.1.9. In case of INR bids the price criteria should be on F.O.R., <strong>CIT</strong>, <strong>Kokrajhar</strong>. Govt.Levies like central excise duty, sales tax, octroi, etc., if any, shall be paid at actual ratesapplicable on the date of delivery. Rates should be quoted accordingly giving the basicprice, Central Excise Duty, VAT/ Central Sales Tax etc., if any.1.10. The actual Sales Tax Percentage (without Form “C”) if any, should be specified.1.11. Please provide TIN no. of the firm along with the CSTNo. allotted by the concernedauthorities in your quotation.2. Bank ChargesAll Bank charges inside India, including opening of LC, to <strong>CIT</strong>, <strong>Kokrajhar</strong>,Account and outside India to Beneficiary‟s Account only. In case the BIDDER seeksconfirmation of LC such confirmation charges are to the Beneficiary‟s account. Thismay please be noted and confirmed.3. Agency Commission & Services3.1. The Indian Agency commission payable in Indian currency only after the receipt ofconsignment in good condition at our Stores and satisfactory installation andcommissioning of the ordered equipment.3.2. In case of foreign quote, the Principal supplier should clearly indicate the address ofthe Indian Agent and percentage (%) of Agency Commission and taxes if any payable tohim. Such amounts will be paid in Indian Currency to the Indian Agent.3.3. Details of services rendered by you as well as after-sales services offered by you areto be made clear in the tender.4. Delivery Schedule4.1. The BIDDERs may please note that the delivery of the system should be strictlywithin 6 weeks from the date of placement of firm order.4.2. Goods should not be dispatched until the Vendor receives a firm order.15


5. Performance BenchmarksThe technical evaluation committee needs to be provided with an evaluation system tocarry out performance benchmarks.6. Pre-installationThe BIDDER has to state in detail the Electrical Power/UPS requirements, floor Space,head room, foundation needed and also to state whether Air-conditioned environment isneeded to house the system and to run the tests. i.e. pre-installation facilities required forinstallation may please be intimated in the Technical Bid. Subsequently, before theconsignment lands in <strong>CIT</strong>, <strong>Kokrajhar</strong> the BIDDER shall confirm that the pre-installationrequirements are sufficient for installation of the equipment. In other words the BIDDERshould continuously monitor the pre-installation requirements and see that everything isready before the consignment is taken to the site for installation.7. Installation7.1. BIDDER shall be responsible for installation / demonstration wherever applicableand for after sales service during the warranty and thereafter.7.2. Installation demonstration to be arranged by the supplier free of cost and the same isto be done within 15 days of the arrival of the equipment at site.7.3. After successful installation what will be the minimum down time ofequipment/instrument in case of breakdown. If the identified firm or person fails to putthe system into working condition what is the further alternative course of actionsuggested by you to adhere to minimum down time.8. Warranty / Support8.1. The items covered by the schedule of requirement shall carry minimum three yearsof comprehensive warranty from the date of acceptance of the equipment by <strong>CIT</strong>,<strong>Kokrajhar</strong>. Warranty shall include free maintenance of the whole equipment suppliedincluding free replacement of parts. The defects, if any, shall be attended to on immediatebasis but in no case any defect should prolong for more than 24 hours. Thecomprehensive warranty includes onsite warranty with parts.8.2. The defects, if any, during the guarantee/warranty period are to be rectified free ofcharge by arranging free replacement wherever necessary. This includes cost, insurance,freight, custom duty, octroi, local taxes if any should be borne by the beneficiary or hisagent. A clear confirmation should be given for this item.8.3. The warranty on the associated software should cover providing of upgradedversion/s, if any, released during the warranty period free of cost.8.4. The BIDDER shall assure the supply of spare parts after warranty is over formaintenance of the equipment supplied if and when required for a period of 5 years fromthe date of supply of equipment on payment on approved price list basis.8.5. The equipment must be supported by a Service Centre manned by the principalvendor‟s technical support engineers. The support through this Centre must be available24 hours in a day, seven days a week and 365 days a year. Also it should be possible tocontact the Principal‟s vendor support Centre on a toll free number/web/mail.16


8.6. An undertaking from the manufacturer is required in this regard stating that theywould facilitate the BIDDER on regular basis with technology / product updates &extend support for the warranty as well.8.7. The vendor will have to arrange for all the testing equipment & tools required forinstallation, testing & maintenance etc.8.8. The principal vendor must have a local logistics support by maintaining a localspares depot in the country of deployment of the equipment. This is to ensure immediatedelivery of spares parts from Principal Vendor of equipment to its channel partner/systemintegrator.8.9. Details of onsite warranty, agency who shall maintain during warranty and undertakeAnnual Maintenance Contract / Comprehensive Service Maintenance Contract beyondwarranty shall be given in the offer. In case of foreign quote, the Indian Agent who shallmaintain during warranty and AMC beyond warranty shall be given in the TechnicalOffer.9. Annual Maintenance Contract9.1. If there is any scope for Annual Maintenance Contract the BIDDERs should alsoquote for Annual Maintenance Contract after warranty for subsequent years.9.2. No sub-contracting will be allowed for installation or maintaining system/equipment/ instrument during or after warranty period.9.3. Mention the charges for comprehensive maintenance contract separately in FinancialBid (for post warranty period).10. IndemnityThe vendor shall indemnify, protect and save <strong>CIT</strong>, <strong>Kokrajhar</strong> against all claims, losses,costs, damages, expenses, action suits and other proceeding, resulting from infringementof any law pertaining to patent, trademarks, copyrights etc. or such other statutoryinfringements in respect of all the equipments supplied by him.11. Freight & Insurance11.1. Imports : In case of imports the freight & insurance will not be paid by <strong>CIT</strong>.11.2. Indigenous : The equipments to be supplied will be insured by the vendor againstall risks of loss or damage from the date of shipment till such time it is delivered at <strong>CIT</strong>,<strong>Kokrajhar</strong> site in case of Rupee transaction.12. Payment12.1. For Indigenous items, 90% payment shall be made against delivery, installation,commissioning and on acceptance as per Purchase Order at site and balance 10% shall bemade after receipt of performance Bank Guarantee for 10% of the total order value, to bevalid for One Year from date of installation and acceptance. If no Bank Guarantee isgiven, the balance 10% will be paid after assessing, after sales service during warrantyperiod i.e. payment after warranty period.17


12.2. For imported items, 90% payment shall be made by Sight Draft / an IrrevocableLetter of Credit established in favour of the supplier through the State Bank of India,<strong>Kokrajhar</strong> Branch, <strong>Kokrajhar</strong>-783370 (India). Balance 10% will be released aftercompletion of satisfactory installation, commissioning, demonstration of the wholesystem, after imparting training and upon receipt of Bank Guarantee for 10% of totalOrder value towards performance security to be valid for one year from the date ofinstallation. However Letter of Credit/Sight Draft arrangement will be made for 100%order value. The Agency Commission to the Indian Agent will be paid in INR only aftersuccessful installation, commissioning and satisfactory demonstration and acceptance ofthe items ordered for by the end user.13. Penalty/LD13.1. As time is the essence of the contract, Delivery period mentioned in the PurchaseOrder should be strictly adhered to. Otherwise <strong>CIT</strong>, <strong>Kokrajhar</strong> will forfeit EMD and alsoLD clause will be applicable /enforced.13.2. If the supplier fails to Supply, Install and Commission the system as perspecifications mentioned in the order within the due date, the Supplier is liable to payliquidated damages of 1% of order value per every week of delay subject to a maximumof 10% beyond the due date. Such money will be deducted from any amount due orwhich may become due to the supplier.13.3. <strong>CIT</strong>, <strong>Kokrajhar</strong> reserves the right to cancel the order in case the delay is more than10 weeks. Penalties, if any, will be deducted from the Earnest Money Deposit.14. JurisdictionThe disputes, legal matters, court matters, if any, shall be subject to <strong>Kokrajhar</strong>Jurisdiction only.15. Force Majeure<strong>CIT</strong>, <strong>Kokrajhar</strong> may consider relaxing the penalty and delivery requirements, as specifiedin this document, if and to the extent that the delay, in performance or other failure toperform its obligations under the Contract, is the result of a Force Majeure.Force Majeure is defined as an event of effect that cannot reasonably be anticipated suchas acts of God (like earthquakes, floods, storms etc.) acts of states, the direct and indirectconsequences of wars (declared or undeclared) hostilities, national emergencies, civilcommotion and strikes at successful BIDDER‟s premises.18


16. ArbitrationAll disputes of any kind arising out of supply, commissioning, acceptance, warrantymaintenance etc. shall be referred by either party (<strong>CIT</strong>, <strong>Kokrajhar</strong> or the BIDDER) afterissuance of 30 days‟ notice in writing to the other party clearly mentioning the nature ofdispute to a single arbitrator acceptable to both the parties. The venue for arbitrationshall be <strong>CIT</strong>, <strong>Kokrajhar</strong> India. The jurisdiction of the courts shall be <strong>Kokrajhar</strong>, Assam,India.The interested vendors who fulfill above conditions may submit their minimum quotes to theundersigned in a sealed cover by Speed post/ Registered Post or Courier or drop down in thetender box so as to reach this office on or before 3.00 pm on 05.12.2012.REGISTRAR<strong>CIT</strong>, KOKRAJHAR19


SECTION 4: SCOPE <strong>OF</strong> WORKScope of work for furnishing the Administrative Office building;A. Ground Floor of Administrative Building : As per the Layout drawing in Figure-11. Reception Area: The Reception Counter - Interior work (false ceiling, lighting, wall decoration etc.) -2. Lobby Area: Block chairs for the visitors (Three seater) - Soft Board Paneling on the walls as notice board. -3. Officer‟s Room (on the right side from the lobby) Officer‟s Table - Officer‟s Table Side unit - Medium Height Storage unit - Overhead Storage Unit -4. Work Area (on the left side of the lobby) Workstation (four seater) - Full height storages -20


Figure-1: Layout of the Ground Floor of the Administrative Building.21


B. First Floor of Administrative Building : As per the Layout drawing in Figure-2.1. Director‟s Room Director‟s Executive Table - Director‟s Executive Table Side Unit - Director‟s Executive Table Back Unit - Console Storage Unit - Sofa Set (3+1+1) - Center Table - Interior work (false ceiling, lighting, wall paneling etc.) -2. Director‟s Waiting room Table for the receptionist - Sofa for the waiting visitor‟s (3 seater) - Side utility tables (for Newspaper, magazine etc.) - Interior work (false ceiling, lighting, wall decoration etc.)3. Director‟s PA room: Table for the PA - Side Unit - Full Height Storage unit - Interior work (false ceiling, lighting, wall decoration etc.) -4. Director‟s Conference Room: Oval shaped conference table - Interior work (false ceiling, lighting, wall decoration etc.) -5. Registrar Room Registrar‟s Table - Registrar‟s Table Side Unit - Registrar‟s Table Back Unit - Console Storage Unit - Interior work (false ceiling, lighting, wall decoration etc.) -6. Registrar‟s Office Cum Waiting room Table for the Registrar‟s PA - Sofa Set (3 seater) for the visitors. - Interior work (false ceiling, lighting, wall decoration etc.) -7. Meeting Room: Meeting Table (Square Shape) - Medium Height Storage -8. Secretariat & Library Room: Full Height Book Shelf unit (From Wall to Wall) - Reading Table (Oval Shaped) - Medium Ht. Storage unit ( for Printer and accessories) - Interior work (false ceiling & lighting) -9. Admin Room: Workstation (Four Seater) - Workstation (Two Seater Wall side) - Full Height storages for record keeping -10. Work Area: Workstation (Four Seater) - Table for the Officer -22


Side Unit for the Officer‟s Table - Back Unit for the Officer‟s table - Full Height storages for record keeping -Figure-2: Layout of the First Floor of the Administrative Building.23


SECTION-5: SCHEDULE <strong>OF</strong> REQUIREMENTS,SPECIFICATIONS & ALLIED TECHNICAL DETAILS1. Vendors should visit the actual site i.e. the Administrative Office Building for installation of furnitureand fittings and to measure every room in each floor of the Administrative Office for quoting thedimensions (Length, Breadth and Height) of the furniture items as shown in the layout of theAdministrative Office in Figure-1 and Figure-2.2. All modular furniture shall be customized to meet the design and dimension requirements of locationsspecified in the Administrative Office. The modular furniture shall be made of particle board/ plyboard preferably of exterior grade or conforming to IS3087 and pre laminated particle boardconforming to IS 12823 of approved shade. The shape of the entire unit will be for the optimumutilization of the available space as shown in the layout diagram provided with the Figure-1 andFigure-2.3. All hardware shall be Hettich/Haffle or equivalent makes. The exact design of the unit will beprovided by the Institute; hence you are requested to submit item designs also.4. All table structure should have the facility of electrical connection, such as electrical race way forcabling, junctions with switch and sockets in modular form etc.5. The workstations should have key board tray of PVC or metal along with metal CPU trolley forconvenience of use. The entire work should considered as turnkey basis including all the above in allrespect.6. Screws shall match the finish of the article to be fixed and to be round or flat headed or counter sunkas required.7. Aluminum CRC Steel and stainless steel shall be of BIS grade and suitable for its particularapplication. The surface of all M.S/CRCA Components shall undergo 7stages pre–treatment as perISO standard.8. The modular furniture shall be manufactured as per manufacturing process of ISO standards.9. Director‟s Table / Registrar Table:Size: 2100mm x 1000mm x 750mmFabrication, supply & installation of table for the Director‟s / Registrar‟s room in module form.The table top is to be made out of 40mm thick water proof ply board of exterior grade conforming toIS3087. Both sides of the plain top are to be pasted with high quality Veneer of 4mm thick andfinished by machine in desired and approved shade. The Sides, Modesty and other Add-on panels areto be made out of 25mm thick water proof ply board of exterior grade conforming to IS3087, the ply24


is to be pasted with Veneer of 4mm thick of similar or contrasting shade as approved. The edges ofthe sides are to be in full round pattern. Each module of the table should be made in such a patternthat the overall table top shape be in post form/ bull nose pattern giving a very exquisite look. Theveneer finish should be in high glossy pattern. All the other edges are to be pasted with 3mm thickThe Entire work should be on a turnkey basis i.e. including the necessary electrical work whichincludes proper positioning of switch & sockets, provision of concentrated lighting for reading, LANconnectivity etc. All these needs to be done with latest hardware‟s available (the hardware‟s to beused must be clearly mentioned)The entire unit is to be completed by using best quality hardware and fittings of Hettich/ Hafele etc.Facility of Wire manager wherever required should be given. The exact design of the unit will beprovided by the Institute; hence you are requested to submit item designs also.10. Director‟s / Registrar Table Side Unit:Size: 1200mm x 500mm x 750mmFabrication, supply & installation of Side Unit for the Director‟s / Registrar‟s room in module form.The unit should have proper arrangement of storing facility which includes shutter storage (sliding/open able) and drawers. The top of the unit is to be made out of 40mm thick water proof ply board ofexterior grade conforming to IS3087. Both sides of the plain top are to be pasted with high qualityVeneer of 4mm thick and finished by machine in desired and approved shade. The Sides of the unitare to be made out of 25mm thick water proof ply board of exterior grade conforming to IS3087, theply is to be pasted with Veneer of 4mm thick of similar or contrasting shade as approved. The front ofthe side panel should be in full round pattern. The shutters and the drawer fascia are to be made out of18mm thick water proof ply pasted with Veneer of approved shade. The back, bottom, shelves,drawer rest, add-ons all are to be made out of 18mm thick water proof ply pasted with laminates of 1or 1.5mm thickness of approved shade. Required facility of wire management is to be provided. Allthe other edges are to be pasted with 3mm thick PVC edge banding with hot melt glue at 180 C toavoid any kind of seepage of moisture or water.The entire unit is to be completed by using best quality hardware and fittings of Hettich/ Hafele etc.Facility of Wire manager wherever required should be given. The exact design of the unit will beprovided by the Institute; hence you are requested to submit item designs also.11. Director‟s / Registrar Table Pedestal Unit:Size: 450mm x 500mm x 700mmFabrication, supply & installation of Side Unit for the Director‟s / Registrar‟s room in module form.25


The unit should have three drawers. The top of the unit is to be made out of 18mm thick water proofply board of exterior grade conforming to IS3087. Both sides of the plain top are to be pasted withhigh quality Veneer of 4mm thick and finished by machine in desired and approved shade. The Sides,Drawer fascia and the bottom of the unit are to be made out of 18mm thick water proof ply board ofexterior grade conforming to IS3087, the ply is to be pasted with Veneer of 4mm thick of similar orcontrasting shade as approved. The front of the side panel should be in full round pattern. The back isto be made out of 18mm thick water proof ply pasted with laminates of 1 or 1.5mm thickness ofapproved shade. All the other edges are to be pasted with 3mm thick PVC edge banding with hot meltlatest technology like soft inotech from Hettich. For the filling drawer GL Fitting is required andpedestal moves on bottom mounted castor which is from ZIPCO.The entire unit is to be completed by using best quality hardware and fittings of Hettich/ Hafele etc.Facility of Wire manager wherever required should be given. The exact design of the unit will beprovided by the Institute; hence you are requested to submit item designs also.12. Director‟s / Registrar Table Back / Display Unit / Console storage Unit: Size: 2400mm x 450mm x 2100mmFabrication, supply & installation of Back / Display Unit for the Director‟s / Registrar‟s room inmodule form.The Design of the unit should incorporate these attributes: should have drawer, shutter and Glassshutter is required as per drawing. All panel like side , bottom , top , below shutter, Drawer fascia willbe made of 18mm thick water proved ply. All panel finished by 4mm thick both side veneer polishedby machine. All edges are covered 3mm thick matching PVC with hot melt glue by machine at 180*c. above 750mm height. All shutters will be glass shutter fitted with glass hinge from Hettich. Allshelves will be 18mm thick all side polished fitted with SS Finished shelf support pin.The entire unit is to be completed by using best quality hardware and fittings of Hettich/ Hafele etc.Facility of Wire manager wherever required should be given. The exact design of the unit will beprovided by the Institute; hence you are requested to submit item designs also.13. Center Table/ Side Utility TableProviding & fixing of Modular Center Table of appropriate size.Supply and fixing of centre table having top will be 25mm thick particle board with 0.7mm thicklaminate on top and balancer inside. The under structure will be 18mm thick pre laminated board. Alledges will be covered by 2mm thick PVC with imported hot melt glue at 180c by CNC Machine. Allhardware to be Hettich/Haffle or equivalent makes. The exact design of the unit will be provided bythe Institute; hence you are requested to submit item designs also.26


14. Full Height Storage Unit/ Medium Height Storage Unit:Providing & fixing of Modular Storage unit for record keeping of appropriate size.The Top, Sides and Bottom are to be fabricated out of 25mm exterior grade particle board. TheShutter is to be made of 18mm pre laminated particle board. The Back of the unit is to be made of9mm pre laminated particle board. The unit is to be assembled with high quality hardware‟s andhinges. The exact design of the unit will be provided by the Institute; hence you are requested tosubmit item designs also.15. Secretariat & Library Room:Molded Veneer with glossy/Melamine finish preferably in mahogany shade.Molded full height 3 door storage unit for of appropriate size.Molded Study Table.Study Table will have 36mm thick top (doubling) made out of plain particle board pasted with postform laminate on top in profile and colour as specified and balancer laminate pasted at bottom. Theedges will be fitted with PVC edge band of same/contrast colour or as specified. No edges andsurface of the table top should remain exposed. The side panels will be made of 25mm thick prelaminatedparticle board (Both side laminated, BSL). Shelf will be provided at the bottom of the tabletop. All the required hardware will be from Hettich Germany. The needed electrification in concealedpattern will be fixed either beneath the table top or on an upright structure on the table top (asspecified). Wire manager will be fixed on the table top.16. Overhead Storage unitProviding & fixing of Modular Overhead Storage unit for of appropriate size.The Top, Sides, Bottom and the Shutters are to be fabricated out of 18mm exterior grade particleboard. The Back of the unit is to be made of 9mm pre laminated particle board. The unit is to beassembled with high quality hardware‟s and hinges. The exact design of the unit will be provided bythe institute; hence you are requested to submit item designs also.17. Modular Table for Office / PA:Providing & fixing of Modular Table for Office of appropriate size.The unit will be fabricated out of 25mm thick particle board in post formed pattern, pasted with0.6mm thick flexi laminated in front of approved shade and balancer inside. The sides will be made of18mm thick particle board in post formed pattern. The modesty panel will be of 12mm thick prelaminated board of approved shade. One 450mm width storage area will be provided with the table.The storage area will have one no. of drawers fitted with meta boxes and a shutter fascia area. All the27


exposed edges will have PVC edge banding. The entire work will be completed including supply ofhandles, hinges as required. All the hardware‟s will be from hettich/hafele Germany. The exact designof the unit will be provided by the Institute; hence you are requested to submit item designs also.18. Modular side unit for Officer‟s Table / PA:Providing & fixing of Modular Side Unit for Office Table of appropriate size.The storages should be fabricated out of with its sides, bottom, shelves and the shutter fascia will befabricated out of 18mm thick particle board pasted with 0.7mm thick laminate of approved design &shade or pre laminated particle board, the back of the unit will be made out of 12mm thick prelaminated particle board. All exposed edges to be finished with matching 2mm thick PVC edgemaintenance. The unit has to rest on rubber buffers. All internal surfaces to be finished with laminatematching to the external finish. All hardware to be Hettich/Hafele or equivalent makes. The exactdesign of the unit will be provided by the Institute; hence you are requested to submit item designsalso.19. Reception Table for Administrative Building:Providing & fixing of Reception Counter in module pattern of appropriate size and design. TheCounter should be designed in synchronization with the available space in the lobby area which isallotted by the authority as the reception area. The bidder should inspect the area before quoting.The unit should have two tier table top; the sitting height table top for the receptionist to work and thestanding height table top for the visitor. The inner part of the counter should have sufficient storagesfor the receptionist to maintain the day to day activities which includes a proper combination ofdrawers, shutter storages and open racks etc. The front side and the visitor‟s top should be paneledwith artificial / natural stone of approved shade & design. The shape of the unit may be linear, L-type,curvilinear should be specified by the bidder as per the available space. The needed electrificationwork on the table should also be included in the scope of work. The entire unit should preferablystand on SS legs for ease of maintenance. The table top should be fabricated out of 36mm doublingparticle board of exterior grade paste with 1 or 1.5mm thick flexi laminate in post formed pattern. Thesides, bottom, shutter and drawer fascia should be made out of 18mm thick particle board or prelaminated particle board of approved shade. All internal surfaces to be finished with laminatematching to the external finish. All hardware to be Hettich/Hafele or equivalent makes. The exactdesign of the unit will be provided by the Institute; hence you are requested to submit item designsalso.20. Sofa (03 seater + 01 seater):The Structure should be good quality moisture free sal wood, high tensile spring wire and 50mmnewar tape. High density 40mm thick P.U foam make by Arvind or equivalent. Seat depth should beminimum 550mm. Imported leather light (Upholstery) should be used. Leg should be made with S.S28


304 and friction less buffer. The exact design of the unit will be provided by the Institute; hence youare requested to submit item designs also.21. Meeting Table : Rectangular ShapedThe Meeting table will have 36mm thick top (doubling) made out of plain particle board pasted withpost form laminate on top in profile and colour as specified and balancer laminate pasted at bottom.The edges will be fitted with PVC edge band of same/contrast colour or as specified. No edges andsurface of the table top should remain exposed. The side panels will be made of 25mm thick prelaminatedparticle board (Both side laminated, BSL). Shelf will be provided at the bottom of the tabletop. All the required hardware will be from Hettich Germany. The needed electrification in concealedpattern will be fixed either beneath the table top or on an upright structure on the table top (asspecified). Wire manager will be fixed on the table top.22. Director‟s Conference Table:OVAL shaped.Isometric View of Director‟s Conference Table is provided in Figure-3.Fabrication, supply & installation of Oval shaped conference table in module form out of 36/50mmthick plain particle board, ply board of exterior grade conforming to IS3087. The plain top is to bepasted with high quality Veneer and finished in desired and approved shade. Each module of theconference table should be made in such a pattern that the overall table top shape be in post form/ bullnose pattern giving a very exquisite look. The veneer finish should be in high glossy pattern. Thebottom of the top should preferably be pasted with balancer of similar shade as that of the top. Thesides of the should be made out of 25mm thick plain particle board, ply board of exterior gradeconforming to IS3087 in line to the shade of the table top or in contrast shade as approved. Theoutside edges of the sides should be in full round pattern. Provision of shelves under the table topshould be provided at proper places. The shelves are to be fabricated out of 18mm thick plain particleboard, ply board of exterior grade conforming to IS3087, the front side of the shelves should be in fullround pattern of similar or contrasting shade as approved.The essence of the conference table is the upright structure placed on top of the table top, which is tobe designed in such a way so that the entire electrification work could be done within it along with theprovision of switch sockets and concentrated lighting. The base of the unit is to be fabricated out of18mm thick plain particle board, ply board of exterior grade conforming to IS3087 of approvedshade. The base unit will be covered with a top with the four way exposed patterns preferably in thesame finish as that of the top of the table. The entire work is to be done in very minute fashion so thatthe overall aesthetic of the unit remains intact. Provision of LAN facility also needs to be done. TheEntire work should be on a turnkey basis i.e. including the necessary electrical work.29


The entire unit is to be completed by using best quality hardware and fittings of Hettich/ Haefle etc.Facility of Wire manager wherever required should be given.Figure-3: Isometric View of the Director‟s Conference Table.23. Modular Workstation Unit Four Seater Cluster and Two Seater Cluster Unit Isometric View of Modular Workstation Unit is provided in Figure-4.a) Low Height Partition Panels:Height: 1500mm (approx)Thickness: 50mm 0r 75mmFinish: Part laminate, part fabric and part glass finish as may be required.Shall be tile based partition system with provision for height enhancement.There shall be provision in the partition to allow for passage of wire throughout the length andheight of the partition and switches/sockets could be incorporated at any location within thepanel. This is to allow separations of data and power cables by a minimum specified distance.Shall have 100% wire management through frame work.b) Frame Work:The frame work should be 16 SWG/AWG gauge thick roll formed M.S sections for core frame andintermediate members. The core frame should consist of welded rectangular frame made of verticalrolled formed sections welded to horizontal sections to form a rigid structure with a hinged raceway at thebase and below worktop level. The intermediate horizontal members shall fit into slots on the vertical30


members of the frame to accommodate the tiles of different sizes. The members shall have slots at regularintervals. The slots should serve the dual purpose of horizontal modularity as well as allowance forpassing the cables through the height of partition. Pre-treatment: All M.S And CRC components shall undergo 7 Stage pre-treatment as per ISOstandards. Powder coating: Shall have electrostatic powder painting with Epoxy polyester powder havingminimum thickness of 50 microns. Powder painted surface shall be free of blister and should betested for impact resistance and hardness against scratch as per relevant Standards. Stability: Stability of the partition shall be essentially independent of work top, etc, cantileveredto it. A stable configuration shall be confirmed with layout. The partition configurations are to befree standing without any indentation to be done in the floor, walls or ceiling. The extruded frameshould be sufficiently rigid such that worktops and other accessories can be cantilevered at anydesired point without affecting the overall stability. The partition shall have levelers in the bottom with an allowance for adjustment of up to +/-25mm. End trims/top cap shall be of extruded section of aluminium (2.mm thick) with Epoxy Polyesterhybrid finish of thickness not less than 50 microns. These shall be accurately fixed by means ofhidden connections. The exposed end and corners shall be fixed with ABS filler caps of matching colour orAluminium die cast.c) Work Top and the Sides:The work top should be in curvilinear pattern as shown in the drawing. The entire table top should befabricated out of 25/36 mm plain particle board of exterior grade conforming to I.S: 3087-1985 in postformed pattern and pasted with 0.6 mm thick flexi laminate of approved shade. The table top shouldhave the minimum joints as the design permits and preferably should be CNC machine output. Alledges covered by 2mm thick PVC with hot melt glue at 180 o c.The sides should be fabricated out of out of 25mm thick particle board pasted with 0.7mm thicklaminate of approved design & shade or pre laminated particle board. All exposed edges to be finishedwith matching 2mm thick PVC edge banding at 180 o c to avoid any kind of seepage of moisture orwater during floor cleaning and maintenance. The unit has to rest on rubber buffers.d) Key Board Pullout Tray: Key board shall be of EBCO or any other equivalent make. The dimension shall be as per thespecification /drawing. It shall be mounted on telescopic channels for noiseless and smooth sliding.e) Pedestal Drawer Unit:The carcass and drawer front shall be made from 18mm thick exterior grade pre laminated board.The drawer unit shall have two drawers at top and one filling drawer.31


Drawer shall be mounted on GI telescopic channels for noiseless and smooth sliding.Shall be provided with anti- tilt mechanism with the help of counter weight to avoid the unitfrom tilting when drawers are in use.Shall be stationary and with necessary rubber bushing at bottom / glide screws with heightadjustment up to +/- 10mm.Shall be provided with master key/ lock with minimum 03 set of keys.f) C.P.U Stand:Movable type M.S Powder coated CPU trolley of size as specified in drawing for placing any sizeof CPU unit, made out of 16 SWG powder coated M.S sheet with 4 nos. lockable type castor, etc.complete.g) Power Strips: 02 Cut outs shall be provided for electrical sockets above /below table tops as per drawings. One for electrical sockets of 03 points & 02 switches and another 02 LAN ports.h) Up-Right Clear Glass Partition:The unit should have an up-right 12-18mm thick toughened glass partition placed on top of thebase MS frame of the workstation (as shown in the drawing). The glass partition is to be fixed ontop of the MS frame in such way that it goes nicely with the aesthetic and design of the overallworkstation and at the same time should be rigid and strong to withstand sufficient pressurewithout any tilt. The mechanism of fixing the glass partition should be done with latest andproper hardware so to give it a very long standing life. The height of the partition and the thickness of the glass should be mentioned by you. The Glass should be partially frosted and partiallyclear.32


Figure-4: Isometric View of Workstation.33


SECTION-6: PRICE SCHEDULEBill of Material and Price ScheduleThe Bill of materials must be included in the Technical offer as well as Financial offer.However the Technical offer should not contain any price information.ALL THE BIDDERS SHOULD QUOTE THEIR <strong>OF</strong>FER IN THE FOLLOWINGFORMAT FOR UNIFORMITYSr.No Item Description Quantity Rate Total Amountin Rs.Total Amount in WordsTotal(+) Taxes etc.Grand TotalDiscount if any, should be shown accordinglySr.No Item Description Quantity Rate Total Amountin Rs.Total Amount in WordsTotal34


SECTION– 7 : BID SECURITY FORMWhereas ___________________________________ 1 (hereinafter called “the BIDDER”) hassubmitted its bid dated__________________________(date of submission of bid) for the supplyof ____________________________________________(name and/or description of thegoods)(hereinafter called “the Bid”). KNOW ALL PEOPLE by these presents thatWE________________________________ (name of bank)of______________________________(name of the country), having our registered officeat_________________________________(address of bank)(hereinafter called “the Bank”), arebound unto_____________________________________(name of Purchaser) (hereinafter called“the Purchaser”) in the sumof_______________________________________________________________for whichpayment well and truly to be made to the said Purchaser, the Bank binds itself, its successors,and assigns by these presents. Sealed with the Common Seal of the said Bank this _______dayof ________ 20____. THE CONDITIONS of this obligation are:1. If the BIDDER withdraws its bid during the period of bid validity specified by the BIDDERon the Bid Form; or 2. If the BIDDER, having been notified of the acceptance of its bid by thePurchaser during the period of bid validity:a) Fails or refuses to execute the Contract Form if required; or b) Fails or refuses to furnish theperformance security, in accordance with the Instruction to BIDDERs.We undertake to pay the Purchaser up to the above amount upon receipt of its first writtendemand, without the Purchaser having to substantiate its demand, provided that in its demand thePurchaser will note that the amount claimed by it is due to it, owing to the occurrence of one orboth of the two conditions, specifying the occurred condition or conditions.This guarantee shall remain in force up to one year after the period of the bid validity, and anydemand in respect thereof should reach the Bank not later than the above date.________________________(Signature of the Bank)1Name of BIDDER35


SECTION – 8 : PRE CONTRACT INTEGRITY PACTThe specimen of the Pre-Contract Integrity Pact which is part of tender documents is asfollows:-INTEGRITY PACTThis pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on _____ dayof the month _______ 2011 between the <strong>CIT</strong>, <strong>Kokrajhar</strong> Balagaon, <strong>Kokrajhar</strong>, BTAD, Assam,Pin: – 783370, (herein after referred to as „BUYER‟), which expression shall mean and include,unless the context otherwise requires, his successors in office and assigns) of the First Part andM/s _________________ represented by Shri ___________ Chief Executive Officer (hereinaftercalled the “ BIDDER / Seller” , which expression shall mean and include, unless the contextotherwise requires, his successors and permitted assigns) of the Second Part.Whereas the BUYER proposes to procure furniture for Administrative Office and the BIDDER /Seller is willing to offer / has offered the stores andWhereas the BIDDER is a private company/public company/partnership/ registered exportagency, constituted in accordance with the relevant law in the matter and the BUYER is aCentrally Funded Institute of the Government of India under Ministry of Human Resourcesperforming functions on behalf of the President of India.Now, therefore,To avoid all forms of corruption by following a system that is fair, transparent and free from anyinfluence/unprejudiced dealings prior to, during and subsequent to the currency of the contract tobe entered into with a view to:Enabling the BUYER to obtain the desired said stores/equipment at a competitive price inconformity with the defined specifications by avoiding the high cost and the distortionary impactof corruption on public procurement, and Enabling BIDDERs to abstain from bribing orindulging in any corrupt practice in order to secure the contract by providing assurance to themthat their competitors will also abstain from bribing and other corrupt practices and the BUYERwill commit to prevent corruption in any form by its officials by following transparentprocedures.The parties hereto hereby agree to enter into this Integrity Pact and agree as follows:Commitments of the BUYER1.1 The BUYER undertakes that no official of the BUYER, connected directly orIndirectly with the contract, will demand, take a promise for or accept, directly or throughintermediaries, any bribe, consideration, gift, reward, favour or any material orimmaterial benefit or any other advantage from the BIDDER either for themselves or forany person, organization or third party related to the contract in exchange for an36


advantage in the bidding process, bid evaluation, contracting or implementation processrelated to the Contract.1.2 The BUYER will, during the pre-contract stage, treat all Bidders alike, and willprovide to all Bidders the same information and will not provide any such information toany particular Bidder which could afford an advantage to that particular Bidder incomparison to other Bidders.1.3 All the officials of the BUYER will report to the appropriate Government office anyattempted or completed breaches of the above commitments as well as any substantialsuspicion of such a breach.In case any such preceding misconduct on the part of such official (s) is reported by the Bidder tothe BUYER, with full and verifiable facts and the same is prima facie found to be correct by theBUYER, necessary disciplinary proceedings, or any other action as deemed fit, includingcriminal proceedings may be initiated by the BUYER and such a person shall be debarred fromfurther dealings related to the contract process. In such a case while an enquiry is beingconducted by the BUYER the proceedings under the contract would not be stalled.Commitments of BIDDER3. The BIDDER commits himself to take all measures necessary to prevent corrupt practices,unfair means and illegal activities during any stage of its bid or during any pre-contract or postcontractstage in order to secure the contract or in furtherance to secure it and in particularcommits himself to the following:3.1 The BIDDER will not offer, directly or through intermediaries, any bribe,Consideration, gift, reward, favour, any material or immaterial benefit nor otheradvantage, commission, fees, brokerage or inducement to any official of the BUYER,connected directly or indirectly with bidding process, or to any person, organization orthird party related to the contract in exchange for any advantage in the bidding,evaluation, contracting and implementation of the Contract.3.2 The BIDDER further undertakes that he has not given, offered or promised to give,directly or indirectly any bribe, gift, consideration, reward, favour, any material orimmaterial benefit or other advantage, commission, fees, brokerage or inducement to anyofficial of the BUYER or otherwise in procuring the Contract or forbearing to do orhaving done any act in relation to the obtaining or execution of the Contract or any otherContract with the BUYER for showing or forbearing to show favour or disfavour to anyperson in relation to the Contract or any other Contract with respect to the BUYER‟sOrganization.3.3 BIDDERs shall disclose the name and address of agents and representatives andIndian BIDDERs shall disclose their foreign principals or associates.37


3.4 BIDDERs shall disclose the payments to be made by them to agents/brokers on anyother intermediary, in connection with this bid/contract.3.5 The BIDDERs further confirms and declares to the BUYER that the BIDDER is theoriginal manufacturer/ integrator/ authorized Govt. sponsored Export entity of the storesand has not engaged any individual or firm or company whether Indian or foreign tointercede, facilitate or in any way to recommend to the BUYER, or any of itsfunctionaries, whether officially or unofficially to the award of the contract to theBIDDER; nor has any amount been paid, promised or intended to be paid to any suchindividual, firm or Company in respect of any such intercession, facilitation orrecommendation.3.6 The BIDDER, either while presenting the bid or during pre-contract negotiations orbefore signing the contract, shall disclose any payments he has made, is committed to orintends to make to officials of the BUYER or their family members, agents, brokers orany other intermediaries in connection with the contract and the details of services agreedupon for such payments.3.7 The BIDDER will not collude with other parties interested in the contract to impairthe transparency, fairness and progress of the bidding process, bid evaluation, contractingand implementation of the contract.3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice,unfair means and illegal activities.3.9 The BIDDER shall not use improperly, for purposes of competition or personal gain,or pass on to others, any information provided by the BUYER as part of the businessrelationship, regarding plans, technical proposals and business details; includinginformation contained in any electronic data carrier. The BIDDER also undertakes toexercise due and adequate care lest any such information is divulged.3.10 The BIDDER commits to refrain from giving any complaint directly or through anyother manner without supporting it with full and verifiable facts.3.11 The BIDDER shall not instigate or cause to instigate any third person to commit anyof the actions mentioned above.3.12 If the BIDDER or any employee of BIDDER on any person acting on behalf ofBIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER,or alternatively, if any relative of an officer of the BUYER has financial interest / stake inthe BIDDERs firm, the same shall be disclosed by the BIDDER at the time of filling oftender. The term „relative‟ for this purpose would be as defined in Section 6 of theCompanies Act 1956.38


4. Previous Transgression4.1 The BIDDER declares that no previous transgression occurred in the last three years -immediately before signing of this Integrity Pact, with any other company in any countryin respect of any corrupt practices envisaged herein or with any Public Sector Enterprisein India or any Government Department in India that could justify BIDDERs' exclusionfrom the tender process.4.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER canbe disqualified from the tender process or the contract, if already awarded, can beterminated for such reason.5. Earnest Money Deposit5.1 While submitting Financial Bid, the BIDDER shall deposit an amount Rs.25,000.00as Earnest Money Deposit with the BUYER through any of the following instruments:i. Bank Draft or a Pay Order in favour of the BUYER payable at locationof/specified by the BUYER.ii. A confirmed guarantee by an Indian Nationalized Bank, promising payment ofthe guaranteed sum to the BUYER, on demand within three working days withoutany demur whatsoever and without seeking any reasons whatsoever. The demandfor payment by the BUYER shall be treated as conclusive proof for payment.5.2. The Earnest Money Deposit shall be valid up to a period of five years or thecomplete conclusion of contractual obligations to complete satisfaction of both theBIDDER and the BUYER, including warranty period, whichever is later.5.3 In the case of successful BIDDER a clause would also be incorporated in the Articlepertaining to Performance Bond in the Purchase Contract that the provisions of Sanctionsfor Violation shall be applicable for forfeiture of Performance Bond in case of a decisionby the BUYER to forfeit the same without assigning any reason for imposing sanction forviolation of this pact.5.4 No interest shall be payable by the BUYER to the BIDDER(s) on Earnest MoneyDeposit for the period of its currency.6. Sanctions for ViolationAny breach of the aforesaid provisions by the BIDDER or any one employed by him or acting onhis behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER totake all or any one of the following action, wherever required:-(i) To immediately call off the pre-contract negotiations without assigning any reason orgiving any compensation to the BIDDER. However the proceedings with the otherBIDDER(s) would continue.39


(ii) The Earnest Money (in pre – contract stage) and /or/ Security deposit/PerformanceBond (after the contract is signed) shall stand forfeited either fully or partially, as decidedby the BUYER and the BUYER shall not be required to assign any reason therefore.(iii) To immediately cancel the contract, if already signed without giving anycompensation to the BIDDER.(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDERwith interest thereon at 2% higher than the prevailing Prime Lending Rate, while in caseof a BIDDER from a country other than India with interest thereon at 2% higher than theLIBOR. If any outstanding payment is due by the BUYER to the BIDDER in connectionwith any other contract for any other stores, such outstanding payment could also beutilized to recover the aforesaid sum and interest.(v) To encash the advance bank guarantee and performance bond/warranty bond, iffurnished by the BIDDER, in order to recover the payments, already made by theBUYER, along with interest,(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liableto pay compensation for any loss or damage to the BUYER resulting from suchcancellation/rescission and the BUYER shall be entitled to deduct the amount so payablefrom the money due to the BIDDER.(vii) To debar the BIDDER from participating in future bidding process of theGovernment of India for a minimum period of five years, which may be further extendedat the discretion of the BUYER.(viii) To recover all sums paid in violation of this pact by the BIDDER(s) to anymiddleman or agent or broker with a view to securing the contract.(ix) In cases where irrevocable Letters of Credit have been received in respect of anycontract signed by the BUYER with the BIDDER, the same shall not be opened.(x) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit thesame without assigning any reason for imposing sanction for violation of this Pact.6.2 The BUYER will be entitled to take or any of the actions mentioned at para 6.1 (i) to(x) of the Pact also on the Commission by the BIDDER or any one employed by it oracting on its behalf (whether with or without the knowledge of the BIDDER), of anoffence as defined in Chapter IX of the Indian Penal Code, 1860 or Prevention ofCorruption Act 1988 or any other statute enacted for prevention of corruption.6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pacthas been committed by the BIDDER shall be final and conclusive on the BIDDER.However, the BIDDER can approach the independent Monitors appointed for the purposeof the Pact.40


7. Fall Clause7.1 The Bidder undertakes that he has not supplied/is not supplying the similar systems orsubsystems at a price lower than that offered in the present bid in respect of any otherDefence/ Public Sector Undertakings/Public sector undertakings/Ministry of Defence andif it is found at any stage that the similar system or sub-system was supplied by theBIDDER to any other Defence Public Sector Undertakings/Public SectorUndertaking/Ministry of Defence at a lower price, then that very price, with dueallowance for elapsed time, will be applicable to the present case and the difference in thecost would be refunded by the BIDDER to the BUYER, if the contract has already beenconcluded.8 Independent External Monitor(s)8.1 The BUYER is in the process of appointing independent Monitors (herein afterreferred to as Monitors), for this Pact in consultation with Central Vigilance Commission.8.2 The task of the Monitor is to review independently and objectively, whether and towhat extent the parties comply with the obligations under this Pact.8.3 The Monitor shall not be subject to instructions by the representatives of the partiesand performs their functions neutrally and independently.8.4 Both the parties accept that the Monitors have the right to access all the documentsrelating to the project / procurement, including minutes of meetings.8.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, hewill so inform the Authority designated by the <strong>CIT</strong>, <strong>Kokrajhar</strong> Balagaon, <strong>Kokrajhar</strong>,BTAD, Assam,Pin: – 783370.8.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction toall project documentation of the BUYER including that provided by the BIDDER. TheBIDDER will also grant the Monitor, upon his request and demonstration of a validinterest, unrestricted and unconditional access to his project documentation. The same isapplicable to subcontractors. The Monitor shall be under contractual obligation to treatthe information and documents of the BIDDER(s) / Contractor(s) / Subcontractor(s) withconfidentiality.8.7 The BUYER will provide to the Monitor sufficient information about all meetingsamong the parties related to the Project provided such meetings could have an impact onthe contractual relations between the BUYER and the Contractor. The parties offer to theMonitor the option to participate in such meetings.8.8 The Monitor will submit a written report to the Principal <strong>CIT</strong>, <strong>Kokrajhar</strong> Balagaon,<strong>Kokrajhar</strong>, BTAD, Assam, Pin: – 783370, within 8 to 10 weeks from the date of41


eference or intimation to him by the BUYER and BIDDER and should the occasionarise, submit proposals for correcting problematic situations.9. Facilitation of InvestigationIn case of any allegation of violation of any provisions of this Pact or payment of commission,the BUYER or its agencies shall be entitled to examine all the documents including the Books ofAccounts of the BIDDER and the BIDDER shall provide necessary information and documentsin English and shall extend all possible help for the purpose of such examination.10. Law and Place of JurisdictionThis Pact is subject to Indian Law. The place of performance and Jurisdiction is <strong>Kokrajhar</strong>.11. Other Legal ActionsThe actions stipulated in this Integrity Pact are without prejudice to any other legal action thatmay follow in accordance with the provisions of the extant law in force relating to any civil orcriminal proceedings12. Validity12.1 The validity of this Integrity Pact shall be from date of its signing and extend up to 5years or till the complete execution of the contract to the satisfaction of both the BIDDERand the BUYER, whichever is later.12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder ofthis Pact remains valid. In this case, the parties will strive to come to an agreement totheir original intentions13. The Parties hereby sign this Integrity Pact at______________on________BUYERBIDDERName of the OfficerDesignation<strong>CIT</strong>, <strong>Kokrajhar</strong>WitnessWitness1. __________________________ 1._________________________2 __________________________ 2 __________________________42


SECTION – 9 : Checklist: Eligibility Criteria for BIDDERsBIDDERs to indicate whether the following are enclosed by striking out the non-relevant option.S.No Particulars DocumentsAttached1 Two separate bids duly filled in and signed in sealedenvelopes( Yes / No )(i) Technical (ii) Financial2 The Demand Draft/BG for Rs.____________/- towardsEarnest Money Deposit( Yes / No )3 Undertaking that the successful BIDDER agrees to give a10 % security deposit and Performance Bank Guarantee.( Yes / No )4 Whether Pre-Contract Integrity Pact enclosed ( Yes / No )5 Authorization letter from Principals enclosed ( Yes / No )6 Self-Attested copy of Sales Tax Registration certificate(CST/VAT etc.) as applicable( Yes / No )7 Agreements / Purchase orders / Completion certificates, ifany, from the clients for whom similar supply has been ( Yes / No )made by the BIDDER in last three years8 Solvency certificate (not older than twelve months) issuedby scheduled/nationalized bank with which BIDDER ( Yes / No )holds the current account9 Copy of PAN No. allotted by the concerned authorities ( Yes / No )10 A copy of the Un-priced Commercial bid ( Yes / No )11 List of deliverables as per Chapter- 4 ( Yes / No )12 Copy of ISO 9002 or equivalent Certificate ( Yes / No )14 Compliance sheet with any deviation w.r.t. the terms ( Yes / No )15 Bank charges agreed for outside India ( Yes / No )16 LD clause agreeable. ( Yes / No )17 Amalgamation/Acquisition: Successor agreeable to fulfillthe contractual obligations.( Yes / No )18 Acceptance of warranty period and Free replacementsduring warranty period( Yes / No )Page No43


IMPORTANT NOTICETENDERERS RESPONDING TO THIS ENQUIRY SHALL BE DEEMED TO BE AGREEABLETO THE TERMS AND CONDITIONS HEREIN CONTAINED. THESE TERMS ANDCONDITIONS SHALL BE BINDING ON THE SUCCESSFUL TENDERER. CONDITIONALTENDERS ARE LIABLE TO BE REJECTED. <strong>CIT</strong>, KOKRAJHAR WILL PROCESS THETENDER AS PER <strong>CIT</strong>, KOKRAJHAR STANDARD PROCEDURES. THE REGISTRAR <strong>OF</strong> THE<strong>INSTITUTE</strong> RESERVES THE RIGHT TO REJECT ANY OR ALL OR PART <strong>OF</strong> TENDERWITHOUT ASSIGNING ANY REASON AND SHALL ALSO NOT BE BOUND TO ACCEPTTHE LOWEST TENDER. <strong>CIT</strong>, KOKRAJHAR WOULD NOT BE UNDER ANY OBLIGATIONTO GIVE ANY CLARIFICATIONS TO THE AGENCIES WHOSE BIDS ARE REJECTED.I agree to all terms and conditions mentioned in the tender document of the InstituteSignature of the BidderName and DesignationBusiness Address: __________________________________________: __________________________________________: ____________________________________________________________________________________Place: Seal of the Bidder‟s FirmDate :44

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!