GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS...

26
GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS& CLIMATE CHANGE SOCIETY OF INTEGRATED COASTAL MANAGEMENT (SICOM), 112, FIRST FLOOR, DEENDAYAL ANTYODAYA BHAVAN, CGO COMPLEX NEW DELHI-110003 INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT CREDIT AGREEMENT 4765 –IN INVITATION FOR QUOTATIONS FOR PROVIDING AND FIXING OF INFORMATION BOARD AT BHOGAVE BEACH, MAHARASHTRA UNDER SHOPPING PROCEDURES Reference No: NPMU/W/2018-10(b) Dated : 01 Dec 2018 Sub.: INVITATION FOR QUOTATIONS FOR ‘PROVIDING INFORMATION BOARD (OUTDOOR) UNIPOLE DESIGN AND BEACH LAYOUT MAP UNIPOLE DESIGN, COMPLETE WITH INSTALLATION & ERECTION’AT BHOGAVE BEACH , MAHARASHTRA, UNDER SHOPPING PROCEDURES 1. You are invited to submit your most competitive quotation for the following works:- Brief Description of the works Specifications Quantity Period of completion Place of work Providing Information Board (Outdoor) Unipole Design complete with installation & erection Refer Technical Specification at attachment I 1 No. 21 days Bhogave Beach, Maharashtra ProvidingBeac h Layout map Unipole Design complete with installation & erection Refer Technical Specification at attachment I 1 No. 21days Bhogave Beach, Maharashtra 2. Government of India has received a credit from the International Development Association (IDA) towards the cost of the Project and intends to apply part of the proceeds of this credit to eligible payments under the contract for which this invitation for quotations is issued. 3. Sealed Bids are invited under Single Bid System for “Providing Information Board Unipole and Beach Layout Map unipole design with complete installation and erection” from experienced Firms/Agencies/ Contractors. 4. The Tender bids duly filled in all respect enclosing necessary documents may be addressed to National Project Director, Society of Integrated Coastal Management (SICOM), Room No. 111, First Floor, Pt Deen Dayal Antyodaya Bhawan, CGO Complex, Lodhi Road,New Delhi, so as to reach us latest by 1500 Hrs on 12 Dec 2018 by speed post/ by hand .

Transcript of GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS...

Page 1: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS& CLIMATE CHANGE SOCIETY OF INTEGRATED COASTAL MANAGEMENT (SICOM),

112, FIRST FLOOR, DEENDAYAL ANTYODAYA BHAVAN, CGO COMPLEX NEW DELHI-110003

INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

CREDIT AGREEMENT 4765 –IN

INVITATION FOR QUOTATIONS FOR PROVIDING AND FIXING OF INFORMATION BOARD AT BHOGAVE BEACH, MAHARASHTRA UNDER SHOPPING PROCEDURES

Reference No: NPMU/W/2018-10(b) Dated : 01 Dec 2018

Sub.: INVITATION FOR QUOTATIONS FOR ‘PROVIDING INFORMATION BOARD (OUTDOOR) UNIPOLE DESIGN AND BEACH LAYOUT MAP UNIPOLE DESIGN, COMPLETE

WITH INSTALLATION & ERECTION’AT BHOGAVE BEACH , MAHARASHTRA, UNDER SHOPPING PROCEDURES

1. You are invited to submit your most competitive quotation for the following works:-

Brief Description of the works

Specifications

Quantity

Period of completion

Place of work

Providing Information Board (Outdoor) Unipole Design complete with installation & erection

Refer Technical Specification at attachment I

1 No. 21 days Bhogave Beach, Maharashtra

ProvidingBeach Layout map Unipole Design complete with installation & erection

Refer Technical Specification at attachment I

1 No. 21days Bhogave Beach, Maharashtra

2. Government of India has received a credit from the International Development Association (IDA) towards the cost of the Project and intends to apply part of the proceeds of this credit to eligible payments under the contract for which this invitation for quotations is issued. 3. Sealed Bids are invited under Single Bid System for “Providing Information Board Unipole and Beach Layout Map unipole design with complete installation and erection” from experienced Firms/Agencies/ Contractors. 4. The Tender bids duly filled in all respect enclosing necessary documents may be addressed to National Project Director, Society of Integrated Coastal Management (SICOM), Room No. 111, First Floor, Pt Deen Dayal Antyodaya Bhawan, CGO Complex, Lodhi Road,New Delhi, so as to reach us latest by 1500 Hrs on 12 Dec 2018 by speed post/ by hand .

Page 2: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

5. For the preparation and submission of your quotation, we are enclosing the following:

i. Instructions to Bidders ii. Technical Specifications iii. Quotation format &Price Bid iv. Qualification information v. Draft Work Order alongwith terms & conditions

6. Quotations will be opened in the presence of the Bidders or their authorized representatives who choose to attend at 1600 Hrs on 12 Dec 2018 in the Conference Room, First Floor, Pt. Deendayal Antyodaya Bhawan, CGO Complex, Lodhi Road, New Delhi-110003. 7. We look forward to receiving your quotations and thank you for your interest in this Project.

Society of Integrated Coastal Management (SICOM), Room No. 111, First Floor,

Pt Deen Dayal Antyodaya Bhawan, CGO Complex, Lodhi Road

New Delhi Tel No:011-24360934

Page 3: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Instructions to Bidders (ITB)

1. Scope of Works

The National Project Director, Society of Integrated Coastal Management (SICOM) , Ministry of Environment , Forest & Climate Change, New Delhi (Employer) invites quotations for “Providing and fixing of Information Board and Beach Layout Map” at Bhogave Beach, Maharashtra, as detailed in the table given below :

Brief Description of the works

Specifications

Quantity

Period of completion

Place of work

Providing and fixing of Information Board (Outdoor) Unipole Design complete with installation & erection

Refer Technical Specification at Annexure I

1 21 days Bhogave Beach, Maharashtra

Providing Beach Layout map Unipole Design complete with installation & erection

Refer Technical Specification at Annexure I

1 21days Bhogave Beach, Maharashtra

The successful bidder will be expected to complete the works by the intended completion date specified

above. 2. Qualification Criteria: The bidder shall provide qualification information which shall include:

(a) Total monetary value of similar works performed for each year for the last 5 years. (b) Report on his financial standing; and

3. To qualify for award of the contract the bidder:- (a) The average annual turnover of the firm in last 5 years should be 10 Lakh. (b) The firm should have successfully completed three similar works each of value not less than Rs. 4 lakh in last five years or

(c) The firm should have successfully completed two similar works each of value not less than Rs. 6 Lakh in last five years or

(d) The firm should have successfully completed one similar works each of value not less than Rs. 8Lakh in last five years

Page 4: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Note: Similar work means “Supplying / Framing/ Fabrication /Erection & Installation / of Boards in Central Govt. Deptt./State Govt. Deptt./Central Autonomous Body/Central Public Sector undertaking/ any civil organization etc.

4. Bid Price

a) The works carried out under this contract shall except as otherwise provided in these

conditions , include all labour, materials , taxes tools, plant, equipment which may be required in preparation of and for execution and completion of the works . Once the tender is submitted, it will be presumed that the bidder has seen and understood the complete work intended to be executed under the scope of this tender. The transportation cost and other incidental expenses should also be included in the contract price.

b) GST will be shown separately. c) The rates quoted by the bidder shall be fixed for the duration of the contract and shall not be

subject to adjustment on any account. d) The rates should be quoted in Indian Rupees only.

5. Submission of Quotations 5.1 The bidder is advised to visit the site of works at his own expense and obtain all information that may

be necessary for preparing the quotation. In case any bidder has any query, he is requested to submit the same to this office within 5 days of publishing of this tender, by e- mail to [email protected], after which no query will be attended.

5.2 Each bidder shall submit only one quotation. Bidders shall not contact other Bidders on matters

relating to this quotation. 5.3 The quotation submitted by the bidder shall comprise the following:-

The Bidder shall submit the following documents:

A. Details of three similar works completed each of value not less than Rs. 4 Lakhs. Or

B. Two similar works each of value not less than Rs. 6 Lakhs. Or

C. One similar work of value not less than Rs. 8 Lakhs during the last five years ending previous day of the last date of submission of technical bid.

D. Reports on financial standing of the Bidder such as profit & Loss statements and auditors report for the last 5 years i.e 2013-14, 2014-15, 2015-16 & 2016-17 & 2017-18

E. PAN with self-attested copy of PAN F. Copy of Registration with GST.

The quotation submitted by the bidder shall comprise the following:- (a) Quotation in the format given (Attachment-II& III) (c) Qualification information form given in (Attachment –IV)

6. Period of Validity of Bids

6.1 Bids shall remain valid for 90 days after the deadline for submission of quotations prescribed by the purchaser.

Page 5: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

7. Bid Security 7.1 The Bidder shall furnish, as part of his Bid, a Bid security of Rs 20,000 for this particular work.

This bid security shall be in favor of Society of Integrated Coastal Management, payable at New Delhi and may be in one of the following forms:

- a bank guarantee issued by a nationalized / scheduled bank located in India, The Bank

Guarantee format shall be as per Attachment or - Certified Cheque or Bank Draft in favour of Society of Integrated Coastal Management,

payable at New Delhi. 7.2 Bank guarantees issued as surety for the bid shall be valid for 45 days beyond the validity of the

bid. 7.3 Any bid not accompanied by an acceptable Bid Security and not secured as above shall be

rejected by the Purchaser as non-responsive. 7.4 The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid

validity period. 7.5 The Bid Security of the successful bidder will be discharged when the bidder has signed the

Agreement and furnished the required Performance Security of 5% of the contract amount. 7.6 The Bid Security may be forfeited (a) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity; (b) if the Bidder does not accept the correction of the Bid Price, or (c) in the case of a successful Bidder, if the Bidder fails within the specified time limit to (i) sign the Agreement; or (ii) furnish the required Performance Security.

7.7 Each bidder shall submit only one quotation. Bidder shall not contact other Bidders in matters relating to this Quotation.

Submission of Quotation

8. Sealing and Marking of Bids 8.1 The Bidders shall submit the tender in sealed envelope in the following manner:

a. Envelope No. 1 – shall contain (i) Bid Security in the form of Bank Guarantee / Demand Draft / Banker’ cheque alongwith documents in support required for establishing eligibility for qualification (ii) Copy of Tender document duly signed & Stamped at each page by the bidder as a token of acceptance of terms and conditions

Page 6: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

b. Envelope No. 2- shall contain Price bid only. Price shall be filled up by the bidder in Price format enclosed with the tender by SICOM. Both the sealed envelopes No. 1 & 2 shall be put in a bigger envelope duly addressed to the National Project Director, Society of Integrated Coastal Management (SICOM),Room No. 111, First Floor, Pt Deen Dayal Antyodaya Bhawan, CGO Complex, Lodhi Road,New Delhi. The bid shall be serially numbered and properly indexed.

8.2 The outer envelope should bear the following identification: - Bid for “Providing Information Board and Beach Layout Map with complete installation

and erection” at Bhogave Beach, Maharashtra” Bid Reference No. NPMU/W/2018-10 (b) “DO NOT OPEN BEFORE ON 1600 HOURS 12 Dec 2018” 8.3 If the outer envelope is not sealed and marked as above, the Purchaser will assume no

responsibility for the misplacement or premature opening of the bid 9. Deadline for Submission of the Bids 9.1 Bids must be received by the Purchaser at the address specified above no later than 1500 Hours

on 12 Dec 2018. In the event of the specified date for the submission of bids declared a holiday for the Purchaser, the Bids will be received upto the appointed time on the next working day.

9.2 The Purchaser may extend the deadline for submission of bids by issuing an amendment , in

which case all rights and obligations of the Purchaser and the bidders previously subject to the original deadline will then be subject to the new deadline.

10. Late Bids 10.1 Any Bid received by the Purchaser after the deadline prescribed will be returned unopened to

the bidder

Opening and Evaluation of Quotation

11. Opening of Quotations by the Purchaser

11.1 The Purchaser will open all quotations in the presence of Bidder’s representatives who choose to attend at 1600 Hrs on 12 Dec 2018 in the following address:

SICOM, Ministry of Environment , Forests& Climate Change, 112, First Floor, Deendayal Antyodaya Bhavan, CGO Complex, Lodhi Road, New Delhi-110003

11.2 In the event of the specified date of Quotations opening date being declared a holiday for the Purchaser, the Quotations shall be opened at the appointed time and location on the next working day.

12. Clarification of Quotations 12.1 During Evaluation of Quotations, the Purchaser may, at its discretion, ask the Bidder for a

clarification of its quotation. The request for clarification and the response shall be in writing and no change in prices or substance of the quote shall be sought, offered or permitted.

13. Preliminary Examination.

Page 7: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

13.1 The Purchaser will examine the Quotations to determine whether they are complete, whether any computational errors have been made, whether the documents have been properly signed, and whether the quotations are generally in order.

13.2 Arithmetical errors, if any be rectified. 13.3 The Purchaser may waive any minor informality or non-conformity or irregularity in Quotation

which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder.

13.4 Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness of

each quotation to the bidding documents. For the purpose of these Clauses, a substantially responsive quotation is one which conforms to all the terms and conditions of the Bidding Documents without material deviations. Deviations or reservations to critical provisions such as those concerning Performance Security,Payment Terms and Delivery of works will be deemed to be a material deviation.

13.5. If a quotation is not substantially responsive, it will be rejected by the Purchaser and may not be

subsequently be made responsive by the Bidder by correction of the non-conformity 14. Evaluation and Comparison of Quotation.

14.1 The Purchaser will evaluate and compare the quotations determined to be substantially responsive i.e. which (a) are properly signed;(b) conform to the terms and conditions, and specifications and (c) has submitted all the documents asked for. No Quotation will be considered if the complete requirements covered in the item is not included in the Quotation.

Award of contract

15. Award of Contract

15.1 The Purchaser will award the contract to the bidder whose quotation has been determined to be substantially responsive and who has offered the lowest evaluated quotation price provided that the Bidder is determined to be qualified to perform the Contract Satisfactorily.

15.2 Notwithstanding the above, the Purchaser reserves the right to accept or reject any quotations and to cancel the bidding process and reject all quotations at any time prior to the award of contract.

15.3 The bidder whose bid is accepted will be notified of the award of contract by the Purchaser prior to expiration of the quotation validity period. The terms of the accepted offer shall be incorporated in the supply order.

16. Purchaser’s Right to accept any quotation and to reject any or all quotations. 16.1 The Purchaser reserves the right to accept or reject any quotation, and to annul the bidding

process and reject all quotations any time prior to contract award, without thereby incurring any liability to the affected Bidder or Bidders.

17. Notification of Award

Prior to expiration of the period of Quotation validity, the Purchaser will notify the successful bidder in writing by registered letter or by cable/e-mail or FAX, to be confirmed in writing by registered letter, that its quotation has been accepted

Page 8: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

18. Corrupt or Fraudulent Practices 18.1 The Bank requires that the Borrowers (including beneficiaries of Bank Loans) as well as

Bidders/Suppliers/ Contractors under Bank-Financed contracts, observe the highest standard of ethics and not indulge in corrupt and fraudulent practices, during the procurement and execution of such contracts

Society of Integrated Coastal Management (SICOM), Room No. 111, First Floor,

Pt Deen Dayal Antyodaya Bhawan, CGO Complex, Lodhi Road

New Delhi Tel No:011-24360934

Page 9: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Attachment -I

TECHNICAL SPECIFICATIONS

Price Break –up

Schedule of Quantities

For Beach infrastructure facilities, its installations & commissioning at nominated pilot beaches of India

S.No

Item Particulars Qty./ Beach Amount in

(Lumpsum/per Unit)

1 Information Board (Outdoor) Unipole Design complete with installation & erection

1 No

2 Beach Layout map (Outdoor) Unipole Design complete with installation & erection

1 No

Important Note:

All infrastructure facilities must be installed & commissioned duly secured to the ground keeping in view

of high tides & high wind speeds in coastal regions. The height of the information board & beach layout

map must be installed at least 1meter height from the ground but in consultation with nodal Officer/Project

Manager.

Any damage due to high wind speeds/storms/cyclones must be immediately restored.

Page 10: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

1.0 Beach Information Board/Display Panel:

Information about the Blue Flag program/BEAMS activities must be displayed on this information board. The board must have information on each of the four categories of BEAMS i.e. (i) Environment Education, (ii) Bathing Water Quality (iii) Environment Management and (iv) Safety & Services, the length of the tourist season, infrastructure facilities available in the beach, identified location for each of these facilities, guiding map, parking areas, contact details of the local beach manager, local authority for BEAMS etc. The content & design of this information board will be provided by SICOM.

The size of the Information Display Board should be 20’ (width) x 10’ (height or width) and erected on a tubular pole with proper solid structure so that the panel does not get uprooted during high wind velocity.

All these information must be duly discussed with the Project Manager-SICOM /local authority before designing the board. In areas of international tourism, it is recommended that the information be provided in relevant languages and at least 3 languages-English, Hindi & Local.

Technical Specifications of Information Display Board:

1. Diameter of SS316 pole will be 18 inch with 8 mm wall thickness with 1 meter height with Galvanise coating of 90 microns �

2. Base plate will be SS316 gradewith 16 �mm thickness (2.5 x 2.5 feet) � 3. Top 1 plate will be of SS316 with 12 �mm thickness (26x 26 inch) � 4. Structure plate will be of SS 316 grade with 10 mm thickness �(26 x 26 inch) � 5. 12mm stiffeners( 4stiffeners at top and 8 stiffeners at bottom) � 6. Bottom Anchor bolt 40 mm 8 nos. (SS316) � 7. Structure pipe will be of 1.5 x 1.5 inch 16 gauge SS 316 grade � 8. Foundation: 3L x 3B x 6H feet (L – Length, B-Breadth and H- �Height ) � 9. Retro Reflective print pasting on 16 gauge SS 316 grade sheet 10. All structural material used must be corrosion/rust free. 11. The height of display panel should be decided in consultation with Project Manager/Nodal Officer but

not to exceed 1 meter from ground level. 12. All screws, nuts and bolts should be made of SS 316 and there should be spot welding to prevent

vandalism. 13. All sharp corners should be eliminated. 14. The entire structure must be properly secured and installed in concrete foundation and should be able to

withstand a wind velocity of 150 to 200 km/hr. 15. It will be responsibility of contractor to maintain this board throughout the contract period.

Page 11: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

2.0 Beach Layout Map:

The contractor is required to develop and install a beach layout map indicating different facilities installed and pictogram suggesting where you are must be provided. All information must be duly discussed with the Project Manager-SICOM /local authority before designing the board. In areas of international tourism, it is recommended that the information be provided in relevant languages and at least 3 languages-English, Hindi & Local.

The size of the Display Board should be at least 10’ (width) x 6’ (height) and erected on a tubular pole with proper structure so that the panel does not get uprooted during high wind velocity.

Technical Specifications of Beach Layout Map:

1. Diameter of SS 316 grade pole will be 12 inch with 8 mm wall �thickness with 2 meter height �

2. Base plate will be of SS 316 Grade with 12 mm thickness (2 x 2 feet �) � 3. Top 1 plate will be of SS 316 Grade with 10 mm thickness (2 x 2 �feet ) � 4. Structure plate will be of SS 316 Grade with 10 mm thickness �( 2x2 feet ) � 5. 12mm stiffeners ( 4 stiffeners at top and 8 stiffeners at bottom) � 6. Bottom Anchor bolt 25 mm 8 nos. (SS 316 Grade) � 7. Structure pipe will be of 1.5X1.5 inch 16 gauge SS 316 grade � 8. Foundation : 2.5 (L) x 2.5 (B) x 5 (H) feet ( L – Length, B-Breadth �and H-Height) 9. Retro Reflective print pasting on 16 gauge SS 316 grade sheet 10. All structural material used must be corrosion/rust free. 11. The height of display panel should be decided in consultation with Project Manager/Nodal Officer but

not to exceed 1 meter from ground level. 12. All screws, nuts and bolts should be made of SS 316 and there should be spot welding to prevent

vandalism.

13. All sharp corners should be eliminated. 14. The entire structure must be properly secured and installed in concrete foundation and should

be able to withstand a wind velocity of 150 to 200 km/hr. 15. It will be responsibility of contractor to maintain this board throughout the contract period.

Media/Exhibit Materials (Cast Vinyl Graphics Film):

The contractor is required to make use of retro reflectivecast vinyl film/sheet/wrap to be duly fixed on the metallic surface of the board with high quality adhesive. All print must beof UV ink so as to protect the media from fading. The media/exhibit must be duly covered/ pasted with anti-abrasive transparent coating to protect it from hostile weather conditions. The specifications for retro reflective vinyl wrap sheets is given below:

Page 12: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

TECHNICAL REQUIREMENTS OF RETRO REFLECTIVE CAST VINYL GRAPHICS FILM

The graphic film will consist of three layers namely the base film (PVC), adhesive layer and release liner. The completed film should be over laminated (anti-abrasive coating) and edge sealed.

BASE FILM REQUIREMENTS

Base Film will be cast PVC film having thickness not more than 50 microns. Plasticizers and other additives materials must not emerge or exude. The films shall not include any materials having harmful effects on any surfaces, human beings and environment.

The film shall be white in color with whiteness index of 100 to 90 as per test method ASTM E 313.

Thickness: The nominal thickness of the unprinted film including adhesive shall be between 0.070 mm to 0.090 mm. The test procedure for measuring thickness is ASTM D 3652.

REQUIREMENTS FOR ADHESIVIES

1. The adhesive shall stick, without the use of an activator such as solvents or heat, on any metallic and painted, primered, polished and clean surfaces, free from any grease or silicone without producing wrinkles, rolling up, tearing or detaching.

2. The adhesive should be of greycolour acrylate base. The greycolour adhesive will provide good hiding power so that colour of the coach does not affect the printed graphic colours and they appear vibrant.

3. The adhesive should have features of controlled adhesive release, which will protect the surface. After the release liner has been removed, the films having controlled release adhesive shall be able to slide freely on the substrate before its final installation. Film can be positioned and finally applied by squeezing out permanent adhesive using a nylon mouldedsqueeze without using any activator such as solvent or heat.

4. The graphics film should have inbuilt air channels in the adhesive layer to ensure release of air bubbles during application which will result in fast application and the same should be clearly marked on the backing liner as “controlled release type” or “with inbuilt air release channels.”

REQUIREMENTS FOR RELEASE LINER

1. The release liner protects the adhesive against dirt contamination and prevents the film from unintended agglutination.

2. The release liner will be paper, coated with polyethylene on both sides to have resistance to moisture and solvent during printing and application.

3. In addition, the adhesive power of the release liner shall not be so strong that the adhesive detaches on removal of the release liner.

Page 13: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

REQUIREMENTS FOR PRINTING OF BASE FILMS TO CONVERT INTO GRAPHICS

1. Films shall be printed with digital printing technology with eco friendly low emission solvent UV inks.

2. The graphic has to be printed with printing resolution of the minimum of 720 dpi by 1440 dpi (dits/inch).

3. The printing inks shall be approved by the manufacturer of the graphics film and should carry a comprehensive warranty for minimum of 2 years against any kind of fading of colours and cracking.

REQUIREMENTS OF EDGE SEALING OF PRINTED GRAPHICS

1. Edge sealing is required on the edges of the vinyl to give protection against peeling off of the graphics film and preventing damages of the graphics film against vandalism.

2. The edge sealing material shall be clear acrylic/alkyd/PU resin applied on all the overlap joints of the film and end edges of the film with at least 10 mm footprint covering 5 mm on both the exposed edges. A slight change is expected in the gloss value at the joints where edge sealer is applied depending on the viewing angle.

3. The edge sealer should become water resistant within four hours of application.

REQUIREMENTS OF OVER LAMINATE:

1. The surface of the graphic films shall be over laminated in an appropriate way in order to guarantee the resistance against operating stress and weather, acids, alkalis, salt solutions, scratch and tear from foreign objects.

2. The graphics film should have an over laminate supplied by the same manufacturer of the graphics film. The over laminate should be a PVC film with attractive gloss finish and should be UV stabilized, which is to be tested to ASTM G 152 for protection against deterioration and fading.

3. Over laminate should be applied on the printed graphics as per recommendation by the manufacturer of the graphics film after the printing has been done on the graphics film.

CHARACTERISTICS OF FINISHED GRAPHICS PRIOR TO APPLICATION:

Thickness:

The film thickness shall be not more than 0.150mm +/- 15%, with sealing and print color. The test procedure for measuring thickness is ASTM D 3652.

Gloss Value:

1. The minimum gloss value shall be 70 achieved at 600 measured by gloss meter as per ASTM D 523.

2. Gloss value shall not drop below 50 at 600 measured by gloss meter as per ASTM D 523, at any point of time during the service life of twenty-four months from the date of application.

Page 14: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Durability and Weathering Resistance:

The graphic films shall be durable and resistant to weathering for atleast 24 months in permanent outdoor – exposure. No kind of detachment, cracks, bubbles or similar effects shall occur during the applied state. The supplier shall submit proof of test from reputed independent laboratory (govt. accredited) of accelerated weathering, UV and environmental exposure as per ASTM G 152 using xenon arc/QUV panel machines at 0.63 nanometer UV A lamps, with 4 hour condensation and 4 hour UV exposure for min of 250 hrs. Post cycle specular gloss value, delta E color change, visual discoloration has to be reported. The color change should not be more than delta E=3, measured by approved spectrodensito meter (The instrument measures color value).

Adhesive Power:

The films shall stick on any metallic and painted surface, free from grease and silicone, without producing wrinkle, rolling up, detaching or tearing. The adhesive power of at least 17N – 25N.

Flammability:�

The graphic film should fall under min. class B when tested as per UIC-564-2OR Appendix 12. Temperature Resistance:

The film shall be resistant to temperatures between -10∞C and +100∞C without any visible changes such as detachment cracks, bubble formation and color changes.

Dimensional stability:

The shrinkage of the graphic films after application shall not exceed 0.2%. This is to be tested.

Resistance to Detergents:

The graphic films shall be resistant to detergents used by the agency for periodic cleaning of the board. The surface of the sealed film shall not soften and the color and the adhesive power shall not change. The same applies to surface softening and to all kind of detachments (waves, bubbles etc.).

Wash and Attrition Resistance:

The graphic films shall not suffer any visible color and gloss changes, detachments, cracks, bubbles etc. during change in weather conditions Furthermore, the films shall not expand. The graphic films along with over laminate shall not show any visible color and gloss changes when tested as per ASTM D 1044 using cleaning solution.

Page 15: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Design Contents:

The content & design of both the exhibits will be provided by SICOM after the LOA is issued to the successful bidder.

Delivery:

The entire structure (both) will have to erected & commissioned within 3 weeks from the date of issuance of LOA.

Important Note:

1. All above facilities must be installed/ commissioned in consultation with representative of SICOM/

MoEF&CC/Nodal Officer/Beach Management Committee/ local authorities or as per the beach specific

layout to be given before the commencement of work. Further employer reserves the right to alter any minor

design considerations at a later stage without having any financial implications for any of the item.

2. The contractor will be responsible for damages caused due to heavy winds, storms, fire, explosion, riots or

other unforeseen causes and indemnify the SICOM on account of the above mentioned causes. �

3. Actual displays shall have to be in conformity with the prevalent regulations and the mounting/provision of

the system shall also be in conformity to structural safety, aesthetics and in accordance with approval from

relevant State Government or Central Government authorities.

4. In case of any portion of display getting damaged due to public agitation or any other reason etc. and appears

to be physically degraded quality of information board, the same shall have to be replaced by the contractor

at the earliest. �

Page 16: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

1. Unipole 2. Beach L

Beach InforLayout Map in

rmation Boarndicative dra

rd Indicative awing

Drawing

Drawing

Page 17: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

. Attachment - II

QUOTATION

Description of the Works: To: Subject :Providing & Fixing of Information Board & Beach Layout Map. ............................................................................................. Reference : Letter No....................................dated......................from................... Sir, We offer to execute the Works described in your letter referred to above in accordance with the Conditions of Contract enclosed therewith a total Contract Price of - Rs.* _________________________________________________ [ in figures ] Rs. _________________________________________________ [ in words ]. This quotation and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any quotation you receive. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery or collusive arrangements with the competitors. We hereby confirm that this quotation is valid for 90 days as required in Clause 6 of the Instructions to Bidders. We have not been debarred/removed from approved lists/(dealings suspended) by the Central/State Governments or by the World Bank. Yours faithfully, Authorized Signature : Date: ______________ Name & Title of Signatory : _____________________________________________ Name of Bidder : _____________________________________________ Address : _____________________________________________ * To be filled in by the Bidder, together with his particulars and date of submission at

the bottom of this Form.

Page 18: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Attachment - III

BILL OF QUANTITIES

S.No

Item Particulars Qty./ Beach

Amount in (Lumpsum /per

Unit

1 Information Board (Outdoor) Unipole Design complete with installation & erection

1 No

2 Beach Layout map Unipole Design complete with installation & erection 1 No

 

 

(i) The unit price includes transportation charges, installation, other duties, Octroiand other

charges etc. However GST shall be paid as actual

Gross Total Cost: Rs. .......................... We agree to execute the works in accordance with the approved drawings and technical specifications at , for a total contract price of Rs. ...........(amount in figures ) (Rs. ........... amount in words). We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery or collusive agreements with competitors. Signature of Contractor

Page 19: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Attachment –IV

QUALIFICATION INFORMATION

1 For Individual Bidders 1.1 Principal place of business: ______________________________ 1.2 Total value of similar works 20___ ____________________ performed in the last 20___ ____________________ five years (in Rs. Lakhs) 20___ ____________________ 20___ ____________________ 20___ ____________________ 1.3 Work performed as prime contractor (in the same name) on works of a similar nature

over the last five years. (also provide the copy of work order ) Project Name

Name of Employer

Descrip-tion of work

Contract No.

Value of contract (Rs.Lakhs)

Date of issue of work order

Stipulated period of completion

Actual date of completion

Remarks explaining reasons for delay and work completed

1.4  Turnover Information for last 5 years 

1.5 GST Number 1.6 PAN Number

Page 20: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Attachment - V

DARFT WORK ORDER

(LETTERHEAD OF THE EMPLOYER)

Dated: ____________________________

To: _________________________________ [Name and address of the Contractor] _________________________________ _________________________________ _________________________________ _________________________________ Dear Sirs, 1. This is to notify you that your quotation dated ____________________ for execution of the _____________________________________________________________ for the contract price of Rupees __________________________________________ [amount in words and figures], is hereby accepted by us to execute the Work of “ Providing of Information Board & Beach Layout map with complete installation and erection” __________________________ (hereinafter referred to as works) on the following terms and conditions. 2. Cost of the Contract The total cost of the works (hereinafter referred to as the “total cost”) is Rs. ____ 3 Payments under its contract:

(i) Advance payment

(ii) On completion of work and after certification of the invoice by the nodal officer (certificate attached at Attachment – VI)

(iii) On submission of bank guarantee for 20% of contract amount for defect liability period (maintenance period)

: 15% of contract amount on submission of bank guarantee 80% of contract amount from which the advance payment will be adjusted 20%of contract amount

Page 21: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

The bank guarantee shall be valid for 28 days beyond the Defect Liability period. The bank guarantee shall be released after 28days of successful completion of the Defect Liability period of six month . 4. The design of signage will be finalized in consultation with SICOM/ Nodal officer/ representative of SICOM.

5. The selected bidder shall be fully responsible for the any injury or damage caused to the workmen deployed by him at site for carrying out the work and SICOM has nothing to do with such happenings and in no way shall be held responsible for the same.

6. Defect Liability period

The selected firm/company shall provide a warranty for six month from the date of installation for the Sign Boards. All defects noticed within after installation shall be done free of cost to the full satisfaction of the Authority.

. 7. Completion time The works should be completed in 21 days from the date of handing over of site. In

exceptional circumstances, the time period stated in this clause may be extended in writing by mutual consent of both the parties.

8. If any of the compensation events mentioned below would prevent the work being

completed by the intended completion date, the first party will decide on the intended completion date being extended by a suitable period:

a) The first party does not give access to the site or a part thereof by the agreed

period. b) The first party orders a delay or does not issue completed drawings,

specifications or instructions for execution of the work on time. c) Ground conditions are substantially more adverse than could reasonably have

been assumed before issue of letter of acceptance and from information provided to second party or from visual inspection of the site.

d) Payments due to the second party are delayed without reason. e) Certification for stage completion of the work is delayed unreasonably.

9. Liquidated Damages

Any willful delay on the part of the second party in completing the works within the stipulated period will render him liable to pay liquidated damages. @ 0.5 % per week subject to ceiling of 10% of the contract value, which will be deducted from payments due to him. The first party may cancel the contract and take recourse to such other action as deemed appropriate once the total amount of liquidated damages exceeds 10 % of the contract amount.

Page 22: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

10. The selected firm / company would be required to provide certificate that all the items have been supplied as per specification and that overall quality and performance of the items is as per the requirement of tender document.

11. No compensation shall be payable to the selected bidder for any damage caused by rains lightening , wind , storm, floods Tornado, earth quakes or other natural calamities during the execution of work. He shall make good all such damages at his own cost, and no claim on this account will be entertained.

11.Jurisdiction of Court

Courts at Delhi alone shall have the jurisdiction to decide any dispute arising out of or in respect of this contract. In witness whereof parties hereto have caused this Agreement to be executed in accordance with the laws of India on the day, month and year indicated above. Signed & Stamped----------------------------------------- (Employer) Signed & Stamped---------------------------------------- (Contractor)

Page 23: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Attachment - VI

Format of certificate (by Nodal officer)

Certified that the works for ------------------------------------------------- at ----------------------------------- have been executed in accordance with the approved drawing and technical specifications. Signature Name & Designation (Official address) Place : Date :

Office seal

Page 24: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Attachment VII

PERFORMANCE BANK GUARANTEE FORM

TO: ………………………………… ………………………………… ………………………………… WHEREAS…………………………….. (Name of the Supplier) hereinafter called “the Supplier” , has undertaken, in pursuance of Contract to supply…………………………… (Description of equipment and services) hereinafter called “the Contract” AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a national/scheduled Bank located in India for the sum specified therein as security for compliance of the Supplier’s performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier up to a total of Rs…………(in figures) …………………………….. (in words) (Amount of Guarantee) and we undertake to pay you up on your written demand declaring the Supplier to be in default under the Contract and without cavil or argument any sum or sums within the limit of Rs. ……………. (Amount of Guarantee) without your needing to prove or show grounds or reasons for your demand or the sum specified therein. This Guarantee is valid until the ………… day of …………. 201… Date …………………………. Signature and seal of Guarantors Address:………………………. …………………………………

Page 25: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

Attachment VIII

Form of Bid Security (Bank Guarantee)

[Guarantor letterhead or SWIFT identifier code]

Beneficiary:

[Insert name and address of the Employer]

Invitation for Bids No: _[Insert reference number for the Invitation for Bids]

Date:[Insert date of issue]BID GUARANTEE No.:[Insert guarantee reference number]

Guarantor: _[Insert name and address of place of issue, unless indicated in the letterhead]

We have been informed that [insert name of the Bidder, which in the case of a joint venture shall be the name of the joint venture (whether legally constituted or prospective) or the names of all members thereof] (hereinafter called "the Applicant") has submitted or will submit to the Beneficiary its bid (hereinafter called "the Bid") for the execution of [insert description of contract] under Invitation for Bids No. [insert number] (“the IFB”).

Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be supported by a bid guarantee.

At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary any sum or sums not exceeding in total an amount of [insert amount in letters] (insert amount in numbers) upon receipt by us of the Beneficiary’s complying supported by the Beneficiary’s statement, whether in the demand itself or a separate signed document accompanying or identifying the demand, stating either that the Applicant:

(a) has withdrawn its Bid during the period of bid validity specified by the Applicant in the Letter of Bid, or any extension thereto provided by the Applicant; or

(b) having been notified of the acceptance of its Bid by the Beneficiary during the period of bid validity, (i) fails to execute the Contract Agreement or (ii) fails to furnish the performance security, , in accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s bidding document.

This guarantee will expire: (a) if the Applicant is the successful Bidder, upon our receipt of copies of the contract agreement signed by the Applicant and the performance security and, issued to the Beneficiary upon the instruction of the Applicant; and (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding process; or (ii) forty-five days after the Validity Period, which date shall be established by presentation to us of copies of the Letter of Bid and any extension(s) thereto ,accompanied by the bidding document; or (c) three years after the date of issue of this guarantee.

Consequently, any demand for payment under this guarantee must be received by us at the office indicated above on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No. 758.

_____________________________

Page 26: GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FORESTS ...sicom.nic.in/sites/default/files/Tender_for_Information_Board-Bhogav… · INTEGRATED COASTAL ZONE MANAGEMENT (ICZM) PROJECT

[signature(s)]