Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and...

51
Request for Proposal GUJARAT COUNCIL ON SCIENCE AND TECHNOLOGY (GUJCOST) Block No. B, 7 th Floor M. S. Building, Sector-11, Gandhinagar - 382011 Phone No: 079-23259362/64 Request for Proposal for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj (Tender No. GUJCOST/RSM-Hoarding/2019-20/002)

Transcript of Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and...

Page 1: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Request for Proposal

GUJARAT COUNCIL ON SCIENCE AND TECHNOLOGY (GUJCOST)

Block No. B, 7th Floor M. S. Building, Sector-11, Gandhinagar - 382011

Phone No: 079-23259362/64

Request for Proposal for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four Regional Science

Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj

(Tender No. GUJCOST/RSM-Hoarding/2019-20/002)

Page 2: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 2 of 51

Table of Content

1. SECTION I – PROJECT BACKGROUND ................................................................................................................. 4

2. SECTION II – INVITATION FOR BIDS .................................................................................................................... 5

3. SECTION III – ELIGIBILITY CRITERIA .................................................................................................................... 7

3.1. GENERAL ELIGIBILITY ...................................................................................................................................... 7 3.2. TECHNICAL CAPACITY ...................................................................................................................................... 7 3.3. FINANCIAL CAPACITY ...................................................................................................................................... 7 3.4. TECHNICAL SCORE.......................................................................................................................................... 8

4. SECTION IV – INSTRUCTION TO BIDDERS ........................................................................................................... 9

4.1. PRE-BID MEETING AND CLARIFICATIONS ............................................................................................................. 9 4.2. BID DOCUMENTS AND VALIDITY ........................................................................................................................ 9 4.3. BIDDING PROCESS.........................................................................................................................................10 4.4. EVALUATION OF THE BIDS ...............................................................................................................................10 4.5. GENERAL TERMS & CONDITIONS ......................................................................................................................11 4.6. FORFEITURE OF EMD ....................................................................................................................................14 4.7. ISSUANCE OF ADDENDUM/CORRIGENDUM ..........................................................................................................14 4.8. REJECTION OF BIDS .......................................................................................................................................14 4.9. COST OF BIDDING .........................................................................................................................................15 4.10. FRAUD AND CORRUPT PRACTICES .....................................................................................................................15 4.11. TERMINATION FOR DEFAULT ............................................................................................................................16 4.12. INSPECTION OF ITEMS/GOODS .........................................................................................................................17 4.13. DEFECT LIABILITY AND WARRANTY ....................................................................................................................18 4.14. LIQUIDATED DAMAGES ..................................................................................................................................19 4.15. PAYMENT ...................................................................................................................................................19 4.16. LIMITATION OF AGENCY’S LIABILITY ...................................................................................................................20 4.17. USE OF AGREEMENT DOCUMENT AND INFORMATION ............................................................................................21 4.18. ASSIGNMENT AND SUB-CONTRACTION ...............................................................................................................21 4.19. RESOLUTION OF DISPUTES ..............................................................................................................................22 4.20. CO-OPERATION ............................................................................................................................................22 4.21. PROJECT IMPLEMENTATION .............................................................................................................................23 4.22. ANNEXURES ................................................................................................................................................23

5. SECTION V – SCOPE OF WORK ..........................................................................................................................24

6. SECTION VI – ANNEXURES ................................................................................................................................26

6.1. ANNEXURE 1 – BID COVER LETTER ....................................................................................................................26 6.2. ANNEXURE 2 – COMPLIANCE LETTER .................................................................................................................27 6.3. ANNEXURE 3 – DETAILS OF THE BIDDER .............................................................................................................28 6.4. ANNEXURE 4 – TENDER FEES & EARNEST MONEY DEPOSIT DETAILS..........................................................................29 6.5. ANNEXURE 5 – ELIGIBILITY SUPPORTING DETAILS .................................................................................................30 6.6. ANNEXURE 6 – BG FORMAT FOR EARNEST MONEY DEPOSIT ...................................................................................31 6.7. ANNEXURE 7 – FORMAT OF BANK GUARANTEE ....................................................................................................34 6.8. ANNEXURE 8 – FORMAT FOR POWER OF ATTORNEY ..............................................................................................40 6.9. ANNEXURE 9 – FORMAT FOR FINANCIAL BID .......................................................................................................41 6.10. ANNEXURE 10 – TECHNICAL SPECIFICATIONS .......................................................................................................42

Page 3: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 3 of 51

Disclaimer The information contained in this Request for Proposal document (hereafter referred as the “RFP”) or subsequently provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of Gujarat Council on Science and Technology (“GUJCOST”) (hereafter referred to as the “Authority”) or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided. This RFP is not an agreement and is neither an offer nor invitation by the Authority to the prospective Bidder(s) or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in submitting Bids pursuant to this RFP. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Authority in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not possible for the Authority, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP. The assumptions, assessments, statements and information contained in the Bidding Documents may not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources. Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein. The Authority, its employees and advisors make no representation or warranty and shall have no liability to any person, including any Bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this Bid Stage. The Authority also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this RFP. The Authority may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP. The issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the Selected Bidder for the Project and the Authority reserves the right to reject all or any of the Bidders or Bids without assigning any reason whatsoever. The Bidder shall bear all its costs associated with or relating to the preparation and submission of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the Authority or any other costs incurred in connection with or relating to its Bid. All such costs and expenses will remain with the Bidder and the Authority shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the Bidding Process.

Page 4: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 4 of 51

1. Section I – Project Background The Gujarat Council on Science and Technology was established in September 1986 to play a catalytic role in promoting the use of science and technology in the development process of the State of Gujarat. GUJCOST was constituted with a view to develop technologies appropriate to and in harmony with the present conditions. GUJCOST has also been catalyzing interaction between developers and users of technologies; by bringing on a common platform to training scientists and engineers on one hand and policy makers as well as administrators on the other. Accordingly, GUJCOST is identifying the areas in which science and technology can be applied for developmental activities and achieve the goals of the State, with a particular emphasis to eliminate the prevailing backwardness, rural unemployment and poverty. It was also felt necessary to establish effective communication and other links between and co-ordinate the activities of GUJCOST, government agencies and industries in order to promote the application of science and technology in the State. GUJCOST is a registered body under the Societies Registration Act, 1860 from February 01, 2000 and working under the aegis of the Department of Science and Technology (“DST”), Government of Gujarat (“GoG”). The administration and management affairs of the state council is inducted by the Governing Board. The board has constituted an executive committee for fast execution of work. More information on GUJCOST can be found on https://gujcost.gujarat.gov.in/ . The DST has through GUJCOST (hereinafter referred to as the “Authority”) proposes to establish Regional Science Museums (“RSMs”) at Rajkot, Bhavnagar, Patan and Bhuj with applied and cutting-edge science and technology. It is driven by the objective to:

To promote popularization of Science and Technology and the spread of scientific temper and attitude among the people.

To create Infrastructure to communicate and popularize Science and Technology

To provide the benefits of experiential and informal learning to students and public

To identify priority areas of Science and Technology needed for long term development of the state In order to popularize these upcoming museums, and to ignite curiosity of the public in general, GUJCOST proposes to appoint an agency (hereafter referred as “Agency”) for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj (hereafter referred to as “Project”). GUJCOST invites the bid from eligible entities (hereafter referred to as “Bidder”) for RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj (Tender No. GUJCOST/RSM-Hoarding/2019-20/002).

Page 5: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 5 of 51

2. Section II – Invitation for Bids RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj by GUJCOST. Actual award of Contract will follow the conditions given in this RFP. This document is given for enabling the bidders to know the Tender conditions so as to guide them in filling up the technical bid and the quoting rates for the services mentioned in this RFP. Important Details and Information:

Sr. No. Information Details

1 Bid Reference Number Tender No. GUJCOST/RSM-Hoarding/2019-20/002

2 Last date for submission of written queries for clarifications only by e-mail as predefined format

17/10/2019 up to 1500 Hrs. E-mail ID: [email protected]

3 Date and time for pre-bid conference 18/10/2019 at 1500 Hrs.

4 Venue for pre-bid conference Gujarat Council on Science & Technology Block B, 7th Floor, M. S. Building, Nr. Pathikashram, Sector 11, Gandhinagar – 382011, Gujarat

5 Last date and time for submission of Bid Security/Earnest Money Deposit (EMD) & Bid Processing Fees at Gujarat Council on Science & Technology (GUJCOST) physically

11/11/2019 up to 1500 Hrs.

6 Last date and time for submission of proposals (Technical and Commercial) at Gujarat Council on Science & Technology (GUJCOST) physically (“Bid Due Date”)

11/11/2019 up to 1500 Hrs.

7 Place, date and time for opening of bid 11/11/2019 up to 1700 Hrs.

8 Place, date and time for technical presentation The place, date and time for technical presentation will intimated to the bidders later

9 Place, date and time for opening of financial/ commercial proposal

The place, date and time for opening of financial/commercial proposal will intimated to the technically qualified bidder later

10 Non-refundable Bid Processing Fee/Tender Fee

Rs. 2,500/- (Rupees Two Thousand Five Hundred Only) in the form of non-refundable Demand Draft in favour of “Gujarat Council Science and Technology”, payable at Gandhinagar

11 Bid Security (EMD) [Refundable and non‐interest bearing]

The Bid Security shall be in the form of Demand Draft/Bank Guarantee in the format as specified in Annexure-5 hereof, for INR 1,20,000 (Rupees One Lakh Twenty Thousand Only) in favour of “Gujarat Council on Science and Technology” payable at Gandhinagar. All costs associated with obtaining, providing and maintaining the relevant EMD shall be borne solely by the Bidder. For unsuccessful bidders, the EMD shall be refunded as promptly as

Page 6: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 6 of 51

possible on acceptance of the Bid of the Selected Bidder or when the Bidding process is cancelled by the Authority. For successful bidder, EMD shall be refunded upon submission of Performance Security.

12 Bid validity 120 (one hundred and twenty) days

13 Website to download bid document GUJCOST website: https://gujcost.gujarat.gov.in

14 Contact person The Advisor & Member Secretary, Gujarat Council on Science and Technology

Page 7: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 7 of 51

3. Section III – Eligibility Criteria

3.1. General Eligibility

1. The Bidder shall be a single entity, and consortiums and joint ventures shall not be permitted to Bid

for the Project. A Bidder may be a company registered in India under the Companies Act 1956/2013 or a society registered under Society Registration Act, 1860 or a registered trust under Indian Trusts Act, 1882 or any other law for registration of public trusts in India or a natural person(s) or a sole proprietorship or partnership firm or a firm incorporated under relevant Acts/laws within India. Note: The registration certificate and copy of PAN card of the bidder shall be submitted.

2. Any Bidder who has been blacklisted or debarred by the Government of India or any Public sector

undertaking and such blacklisting/debarment exists as on date of submission of Bid shall not be eligible to submit Bid under this Tender.

3.2. Technical Capacity

3. The Bidder should have experience of having completed supply, fabrication and erection of display hoardings in past 5 (five) years preceding the Bid Due Date in either one of the three scenarios given below:

a. at least 12 (twelve) display hoardings having display size of at least 16 ft. x 12 ft. Or

b. at least 6 (six) display hoardings having display size of at least 32 ft. x 24 ft. Or

c. at least 3 (three) display hoardings having display size of at least 48 ft. x 36 ft. Note:

The Bidder shall submit client certificate/completion certificate/CA certificate in support to validate the technical capacity above.

The details of the projects for which Technical Capacity is being shown shall be submitted as per the format provided in Annexure 5 – Form No. E2.

3.3. Financial Capacity

4. The Bidder must have an average annual Turnover greater than or equal to INR 1 Crore (Rupees One Crore Only) for the last 3 (three) preceding financial years. This must be certified by statutory auditor/chartered accountant as per the format provided in Annexure 5 – Form No. E1. Note:

The Bidder shall also submit audited financial statements and annual reports for the three (3) preceding financial years prior to the Bid Due Date.

In case the accounts for the latest financial year are not audited, the Bidder shall provide an undertaking duly signed by statutory auditor/chartered accountant to this effect, and shall submit the financial details for the financial year preceding the latest financial year prior to Bid Due Date.

For the purpose of this RFP, Turnover shall mean the aggregate value of the realization of amount made from the sale, supply or distribution of goods or on account of services rendered, or both, by the company during a financial year. For avoidance of doubt, it is clarified that it shall not include interest earned from financial instruments.

Page 8: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 8 of 51

For the avoidance of doubt, at the time of submission of the Technical Bid, the Bidder shall ensure that it submits all the Annexures as required by him to be submitted under the Bid.

3.4. Technical Score

The Bidders shall be awarded marks based on the following criteria.

Sr. No.

Technical Score: Total 100 Marks

Criteria Maximum Marks Evaluation Details

1. Experience in projects for supply, fabrication and erection of display hoardings having a minimum project cost of INR 20 Lakh (Rupees Twenty Lakh Only) in past 5 years preceding Bid Due Date.

30 1 project = 10 marks

5 projects = 50 marks

N projects (N<= 5) = 8 * N

2. Average annual turnover of the Bidder in the last three (3) financial year preceding the Bid Due Date. This shall be arrived based on the certificate from the duly certified by statutory auditor/CA (refer format in Annexure H).

30 Bidder with the highest average annual turnover ‐ 40 (forty) marks

Bidder with second highest average annual Turnover ‐ 35 (thirty‐five) marks

Bidder with third highest average annual Turnover ‐ 30 (thirty) marks

Bidder with fourth highest average annual Turnover ‐ 25 (twenty‐five) marks

All other bidders ‐ 15 (fifteen) marks each

3. Technical presentation to be made to GUJCOST at place, date and time intimated by GUJCOST. Note: The presentation shall consist of maximum 10 slides.

40 The technical presentation should cover: a) Innovation in Design of Display

Hoarding b) Methodology for Fabrication &

Erection of Display Hoarding c) Construction Schedule

Page 9: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 9 of 51

4. Section IV – Instruction to Bidders

4.1. Pre-Bid Meeting and Clarifications

1. The Bidders are requested to go through the ‘Scope of Work’ and ‘Terms and Conditions’ of the bid

before submitting their offer/bid. A site visit with prospective bidders/firms and pre-bid meeting to discuss the scope and terms of the project in detail is scheduled as detailed in Schedule of Events.

2. Bidders requiring any clarification on the RFP including the RFP may notify the Authority in writing. Bidders should send their queries to GUJCOST on or before the date and time mentioned in Section-II hereof. Thereafter, the clarifications received from the vendors will not be entertained. The Authority shall endeavor to respond to the queries within the period specified therein, but no later than 5 days prior to the Bid Due Date. The Authority shall endeavor to respond to the questions raised or clarifications sought by the Bidders. However, the Authority reserves the right not to respond to any question or provide any clarification, in its sole discretion, and nothing in this clause shall be taken or read as compelling or requiring the Authority to respond to any question or to provide any clarification. The Authority may also on its own motion, if deemed necessary, issue interpretations and clarifications to all Bidders and such clarification shall be deemed to part of this RFP. Verbal clarifications and information given by Authority or its employees or representatives shall not in any way or manner be binding on the Authority.

3. Address for queries and correspondence: Advisor & Member Secretary, Gujarat Council on Science and Technology (GUJCOST) Block B, 7th Floor, M. S. Building, Nr. Pathikashram, Sector 11, Gandhinagar 382011 Phone No. 079-23259362/64, Fax No. 079-23259363 E-mail: [email protected]; [email protected]

4. To facilitate evaluation of the Bids, the Authority may, at its sole discretion, seek clarifications from any Bidder regarding its Bid. Such clarification(s) may without prejudice include clarifications with respect to any observations found in due course of evaluation of the Bid and shall be provided within the time specified by the Authority for this purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be in writing.

5. If a Bidder does not provide clarifications sought under this clause within the prescribed time, its Bid shall be liable to be rejected. In case the Bid is not rejected, the Authority may proceed to evaluate the Bid by construing the particulars requiring clarification to the best of its understanding, and the Bidder shall be barred from subsequently questioning such interpretation of the Authority.

4.2. Bid Documents and Validity

1. Bid validity will be of 120 (One Hundred and Twenty Days) days after the Bid Due Date. A bid valid

for shorter period shall be rejected as non-responsive. If required, GUJCOST may extend the bid validity for further period from the date of expiry of bid validity in consultation with the successful bidder.

2. For the purpose of submission of the Bid, each page of the hardcopy of the Technical Bid and Financial Bid shall be signed and initialed with blue ink by authorized signatory of the Bidder

Page 10: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 10 of 51

4.3. Bidding Process

1. The Authority has adopted a two-envelope single stage process (the “Bidding Process”) for

identification of the Selected Bidder. All Bidders shall submit their relevant qualification details for the purpose of meeting the Eligibility Criteria (“Technical Bid”) and the financial proposal for the Project i.e. (“Financial Bid”) physically in hardcopy by Bid Due Date specified in Section II. Proposals will not be accepted after Bid Due Date.

2. The Bids will be opened in the presence of the committee members and representatives of the Bidders, who have submitted valid Bids. Only one representative from each Bidder will be allowed to attend the tender opening. The representative will be held responsible for all commitments made on behalf of the Bidder and that will be considered valid for all further dealings related to this tender process.

4.4. Evaluation of the Bids

1. The Authority has adopted Quality cum Cost Based Selection (QCBS) methodology for selection of

the Agency and hence the Project will be awarded to the Bidder with the highest Final Score as per process mentioned below.

2. In the first step, based on the details submitted under first envelope, the Technical Bids of all Bidders shall be evaluated as to whether they are responsive as per the terms of the RFP and whether they meet the Minimum Eligibility Criteria as set forth in Section-III) of this RFP for undertaking the Project.

3. The Bidders meeting the Minimum Eligibility Criteria shall be provided technical score based on their Technical Bid ("Technical Score"). The Financial Bid under the second envelop shall be opened of only those Bidders whose Technical Bids are responsive to eligibility and qualifications requirements as per this RFP (the “Qualified Bidders”).

4. GUJCOST may seek clarifications if required on eligibility & technical section or may ask Bidder(s) for additional information, demonstration of the equipment, field testing of the equipment offered to check compatibility with the existing infrastructure, visit to Bidders site and/or arrange discussions with their professional, technical faculties or Users, to verify claims made in Un-priced Bid documentation.

5. For the avoidance of doubt, the Technical Bid shall consist of the documents specified in this RFP in

the note contained below Section-III) and absence of any of the documents and particulars will cause the Bid to be declared as non-responsive. The Authority reserves the right to reject any Bid which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained by the Authority in respect of such Bid. Provided, however, that the Authority may, in its discretion, allow the Bidder to rectify any infirmities or omissions if the same do not constitute a material modification of the Bid.

6. Technical and Financial Bids shall be evaluated based on parameters specified in the RFP document.

Based on the technical bid, and financial bid, technical and financial scores respectively shall be given to each Bidder. The technical score will be awarded as per the criteria given Section-III hereof. Financial Bid shall comprise of the total fee for the services quoted as per Financial Bid Format, and the Bidder quoting the lowest aggregate fee will get the maximum financial score of 100. Financial scores of other Bidders shall be computed proportionately. 60% weightage shall be assigned to technical score and 40% weightage shall be assigned to the financial score. Total score shall be calculated as:

Page 11: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 11 of 51

Total Score = 60% x Technical Score + 40% x Financial Score Where Financial Score = 100 x (Lowest Financial Bid / Financial Bid of the Bidder)

The Project will be awarded to the Bidder with highest Total Score (hereinafter referred to as “Selected Bidder”).

7. The Bidder achieving the highest combined technical and financial score may be invited for negotiations for awarding the contract.

8. In the event that 2 (two) or more Qualified Bidders have the same overall Total Score (the “Tie Bidders”) for the Project, the Qualified Bidder shall be identified as the bidder which has the higher technical score among the bids in the tie.

9. After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the Authority to the

Selected Bidder and the Selected Bidder shall, within 7 (seven) days of the receipt of the LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date, the Authority may, unless it consents to extension of time for submission thereof, appropriate the EMD of such Bidder as damages on account of failure of the Selected Bidder to acknowledge the LOA, and the next eligible Bidder may be considered.

10. After acknowledgement of the LOA as aforesaid by the Selected Bidder(s), GUJCOST, pursuant to this

RFP, shall issue a Work Order.

4.5. General Terms & Conditions

1. The Bidders shall submit Technical Bid physically in hard copy at the following address: Gujarat

Council on Science and Technology, Block No. B, 7th Floor M. S. Building, Sector-11, Gandhinagar.

2. The hard copy of the Technical Bid shall be submitted in a sealed cover superscripted with “RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj”. If the envelope containing the hard copy of the Technical Bid is not sealed and marked as instructed above, the Authority assumes no responsibility for the misplacement or premature opening of the contents of the Bid submitted and consequent losses, if any, suffered by the Bidder.

3. The Bidder shall submit the Power of Attorney in favour of the authorized signatory of the Bidder as per the format provided in Section VI, Annexure 8 and this shall be accompanied by the board resolution and charter document in favor of the executant.

4. The Bidder shall indemnify the Authority against any and all third-party claims arising due to breach of contract/order or negligence by the Agency.

5. The Authority by written notice sent to the Bidder may terminate the Work Order, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the convenience of the Authority, the extent to which performance of the Authority under the Contract/Order is terminated, and the date upon which such termination becomes effective.

6. If a Bidder is found by Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practices, fraudulent practice, coercive practice or undesirable or restrictive practice, such Bidder shall be disqualified and shall not be eligible to participate in any tender issued

Page 12: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 12 of 51

by Authority during a period of two years from such determination. The definitions of corrupt practices, fraudulent practice, coercive practice or undesirable or restrictive practice have been set forth in Section-IV, Clause 4.10 below.

7. It is clarified that the Authority shall issue a Work Order for the purpose of executing the works under this tender. Accordingly, the terms “Contract”, “Work Order” and “Agreement” shall be read in conjunction to each other.

8. The Bidding Process shall be governed by, and construed in accordance with, the laws of India and the Courts at Ahmedabad, Gujarat shall have exclusive jurisdiction over all disputes arising under, pursuant to and/or in connection with the Bidding Process.

9. Conflict of Interest

I. Any Bidder found to have a conflict of interest that affects the Bidding Process (the “Conflict of Interest”) shall be disqualified and the Authority shall forfeit and appropriate the EMD or Performance Security, as the case may be. The Bidder agrees that such forfeiture and appropriation of the EMD or Performance Security (as the case may be) is (a) without prejudice to any other right or remedy that may be available to the Authority hereunder or otherwise (b) is reasonable and represents the mutually agreed genuine pre-estimated loss and damages likely to be suffered and incurred by the Authority and not by way of penalty for, inter alia, the time, cost and effort of the Authority, including consideration of such Bidder’s proposal (“Damages”). A Bidder shall be considered to have a Conflict of Interest that affects the Bidding Process, if:

a) the Bidder, or Associate (or any constituent thereof) and any other Bidder its Associate (or any constituent thereof) have common controlling shareholders or other ownership interest; provided that this disqualification shall not apply in cases where the direct or indirect shareholding of a Bidder, its Associate thereof (or any shareholder thereof having a shareholding of not more than 25% (twenty five per cent) of the paid up and subscribed share capital of such Bidder, Member or Associate, as the case may be) in the other Bidder(s), its Associate is not more than 25% of the paid up and subscribed equity share capital thereof; provided further that this disqualification shall not apply to any ownership by a bank, insurance company, pension fund or a public financial institution referred to in Section 2(72) of the Companies Act, 2013. For the purposes of this Clause, indirect shareholding held through one or more intermediate persons shall be computed as follows: (aa) where any intermediary is controlled by a person through management control or otherwise, the entire shareholding held by such controlled intermediary in any other person (the “Subject Person”) shall be taken into account for computing the shareholding of such controlling person in the Subject Person; and (bb) subject always to sub-clause (aa) above, where a person does not exercise control over an intermediary, which has shareholding in the Subject Person, the computation of indirect shareholding of such person in the Subject Person shall be undertaken on a proportionate basis; provided, however, that no such shareholding shall be reckoned under this sub-clause (bb) if the shareholding of such person in the intermediary is less than 26% (of the subscribed and paid up equity shareholding of such intermediary; or

b) a constituent of such Bidder is also a constituent of another Bidder; or

c) such Bidder, or any Associate thereof receives or has received any direct or indirect subsidy, grant, al loan or subordinated debt from any other Bidder or Associate, or has provided any such subsidy, grant, al loan or subordinated debt to any other Bidder or Associate; or

d) such Bidder has the same legal representative for purposes of this Bid as any other Bidder; or

Page 13: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 13 of 51

e) such Bidder or any Associate thereof has a relationship with another Bidder or any Associate

thereof, directly or through common third parties, that puts them in a position to have access to each other’s information about, or to influence the Bid of either or each of the other Bidder; or

f) such Bidder has participated as a consultant or sub-consultant to the Authority in the preparation of any documents, design or technical specifications of the Project.

g) Explanation: For the purposes of this RFP, Associate means, in relation to the Bidder, a person who is under significant influence of such Bidder (the “Associate”) and “significant influence” means, with respect to a person which is a company or corporation, the ownership, directly or indirectly, of more than 50% of the total share capital of such person, and with respect to a person which is not a company or corporation, the power to direct the management and policies of such person, whether by operation of law or by contract or otherwise.

10. The Authority reserves all right, to cancel this Tender and/or invite a fresh Tender with or without amendments to this Tender, without liability or any obligation for such Tender and without assigning any reason. Information provided at this stage is indicative and Authority reserves the right to amend/add further details in the document.

11. The Bidder shall be required to submit an EMD in the form as Section II (Important Details and

Information, S N 11) from a Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Gandhinagar) as per the G.R. no. EMD/10/2018/18/DMO dated 16.04.2018 (http://www.gil.gujarat.gov.in/grs/DMO_2173_16_Apr_2018_714.pdf) issued by Finance Department or further instruction issued by Finance department time to time, in favour of Gujarat Council on Science & Technology”, payable at Gandhinagar. The Bid shall be declared as non-responsive in case the Bid is not submitted without the EMD. The validity period of the EMD shall not be less than 120 (one hundred and twenty) days from the Bid Due Date and may be extended as may be mutually agreed between the Authority and Bidder from time to time. For unsuccessful bidders, the EMD shall be refunded as promptly as possible on acceptance of the Bid of the Selected Bidder or when the Bidding process is cancelled by the Authority. For the Selected Bidder, EMD shall be refunded shall be released upon submission of Performance Security. The EMD of Bidders whose Bid is rejected on account of not meeting the Minimum Eligibility Criteria will be returned/refunded within a period of 60 (sixty) days from the date of intimating the rejection of the Bid by Authority to the Bidder.

12. In case it is found during the evaluation or at any time before signing of the LOA or after the beginning of the Works, that one or more of the Minimum Eligibility Criteria have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Agency and if the Bidder has already been issued the LOA the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Authority to the Bidder, without the Authority being liable in any manner whatsoever to the Bidder or Agency, as the case may be. In such an event, the Authority shall forfeit and appropriate the EMD or Performance Security, as the case may be, as compensation and damages payable to the Authority for, inter alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that may be available to the Authority.

13. Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be rejected.

Page 14: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 14 of 51

4.6. Forfeiture of EMD

The EMD shall be forfeited and appropriated by the Authority as Damages without prejudice to any other right or remedy that may be available to the Authority under the Bidding Documents and/or the Agreement, or otherwise, under the following conditions:

a) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice as specified hereof;

b) If a Bidder withdraws or amends its tender or impairs or derogates from the tender in any respect during the period of bid validity as specified in this Tender and as extended by the Bidder from time to time;

c) If comes to notice of the Authority that the information/documents furnished in its tender is incorrect, false, misleading or forged;

d) In the case of Selected Bidder(s), if it fails within the specified time limit -

to sign and return the duplicate copy of LOA,

to furnish the Performance Security within the period prescribed thereof in the Agreement;

e) In case the Selected Bidder, having signed the LOA commits any breach thereof prior to furnishing the Performance Security.

The Agency shall submit a Performance Security of 10% of the quoted rate in the form of Bank Guarantee (as per Annexure 7, Part A) valid from the date of issuance of the Work Order until the end of Defect Liability Period. All costs associated with obtaining, providing and maintaining the Performance Security shall be borne solely by the Agency. Till the time the Performance Security is provided by the Agency pursuant to this clause and the same comes into effect, the EMD shall of the Selected Bidder shall not be returned, and upon such provision of the Performance Security pursuant hereto, the Authority shall return the EMD to the Agency. The scope of work is lump sum in nature and no variation in quantity of any of the items shall be entertained.

4.7. Issuance of Addendum/Corrigendum

At any time prior to the deadline for submission of Bids, the Authority may, for any reason, whether at its own initiative or in response to clarifications requested by a Bidder, modify the RFP by the issuance of an addendum. Any addendum/corrigendum hereunder shall form an integral part of the Tender. The relevant clauses of the Tender shall be treated as amended accordingly, in terms of corrigendum/corrigenda. It shall be sole responsibility of the Bidders to check from time to time for any such amendments. The Authority shall not be responsible for any negligence on part of the Bidder. In order to afford the Bidders a reasonable time for taking an addendum/corrigendum into account, or for any other reason, the Authority may, at its own discretion, extend the Bid Due Date.

4.8. Rejection of Bids

The Authority reserves the right to verify all statements, information and documents submitted by the Bidder in response to the RFP and the Bidder shall, when so required by the Authority, make available all such information, evidence and documents as may be necessary for such verification. Any such

Page 15: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 15 of 51

verification or lack of such verification by the Authority shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the Authority thereunder. Notwithstanding anything contained in this RFP, the Authority reserves the right to reject any Bid and to annul the bidding process at any time without any liability or any obligation for such acceptance, rejection or annulment, and without assigning any reasons thereof. In the event that the Authority rejects or annuls all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids hereunder. The Authority reserves the right not to proceed with the Bidding Process at any time, without notice or liability, and to reject any Bid without assigning any reasons. The Authority reserves the right to reject any Bid and appropriate the EMD if, at any time, a material misrepresentation is made or uncovered or the Bidder does not provide, within the time specified by the Authority, supplemental information sought by the Authority for evaluation of the Bid. Such misrepresentation/ improper response shall lead to the disqualification of the Bidder. If such disqualification / rejection occurs after the Bids have been opened and the Bidder quoting the lowest Financial Bid gets disqualified / rejected, then the Authority reserves the right to take any such measure as may be deemed fit in the sole discretion of the Authority, including annulment of the Tender. In case it is found during the evaluation or at any time before signing of the LOA or after the beginning of the Works, that one or more of the Minimum Eligibility Criteria have not been met by the Bidder or the Bidder has made material misrepresentation or has given any materially incorrect or false information, the Bidder shall be disqualified forthwith if not yet appointed as the Agency and if the Bidder has already been issued the LOA the same shall, notwithstanding anything to the contrary contained therein or in this RFP, be liable to be terminated, by a communication in writing by the Authority to the Bidder, without the Authority being liable in any manner whatsoever to the Bidder or Agency, as the case may be. In such an event, the Authority shall forfeit and appropriate the EMD or Performance Security, as the case may be, as compensation and damages payable to the Authority for, inter alia, time, cost and effort of the Authority, without prejudice to any other right or remedy that may be available to the Authority.

4.9. Cost of Bidding

The Bidders shall be responsible for all of the costs associated with the preparation of their Bids and their participation in the Bidding Process. The Authority will not be responsible or in any way liable for such costs, regardless of the conduct or outcome of the Bidding Process.

4.10. Fraud and Corrupt Practices

The Agency undertakes to observe the highest standard of ethics during the performance of its obligations during the Bidding Process and subsequent to the issue of the LOA and during the subsistence of the Project without indulging in any corrupt, fraudulent, undesirable, restrictive or coercive practices. The Authority shall reject a Bid, withdraw the LOA, or terminate the Work Order, as the case may be, without being liable in any manner whatsoever to the Bidder or Agency, as the case may be, if it determines that the Bidder or Agency has, directly or indirectly or through an agent indulged in any such practices. The Authority shall also forfeit and appropriate the EMD or Performance Security, as the case may be, as Damages without prejudice to any other right or remedy that may be available to the Authority hereunder or otherwise. A bidder or the Agency who is found to have indulged in any such practices shall not be eligible to participate in any tender or RFP issued by the Authority for a period of 2 (two) years from such date.

Page 16: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 16 of 51

For the purposes of this provision, the following terms shall have the meaning hereinafter respectively assigned to them:

a) “corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the actions of any person connected with the Bidding Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any manner, directly or indirectly with the Bidding Process or the LOA or has dealt with matters concerning the Agreement or arising therefrom, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions of a person connected with the Bidding Process);

b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or disclosure of incomplete facts, in order to influence the Bidding Process;

c) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or indirectly, any person or property to influence any person’s participation or action in the Bidding Process;

d) “undesirable practice” means (i) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and

e) “restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Bidders with the objective of restricting or manipulating a full and fair competition in the Bidding Process

4.11. Termination for Default

1. The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice

of default sent to the Bidder. Bidder will be given notice/cure period of 30 days, after that Authority will terminate the Contract in whole or part after:

a) If the bidder fails to deliver any or all of the Goods/Services as per the details mentioned in the

bid, or within any extension thereof granted by the Authority or

b) If the Bidder fails to perform any other obligation(s) under the Contract/Purchase order.

c) If the Bidder, in the judgment of the Authority has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

2. For the purpose of this clause:

“Corrupt practice” means the offering, giving, receiving or soliciting of anything of value of influence the action of a public official in the procurement process or in contract execution.

“Fraudulent practice” means misrepresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of the Authority, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at

Page 17: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 17 of 51

artificial non-competitive levels and to deprive the Authority of the benefits of free and open competition”;

3. In the event the Authority terminates the Contract in whole or in part, pursuant to Clause 4.11.1

above, the Authority may procure, upon such terms and in such manner, as it deems appropriate, Goods or Services similar to those undelivered, and the Bidder shall be liable to the Authority for any excess costs for such similar Goods or Services. However, the Bidder shall continue the performance of the contract to the extent not terminated.

4. If the successful bidder fails to submit the Performance Bank Guarantee & sign the Contract Form

within prescribed time limit, the EMD of the successful bidder will be forfeited. GUJCOST also reserves the right to blacklist such bidder from participating in future tenders if sufficient cause exists.

5. Prices shall be inclusive of all freight, forwarding, transit insurance, installation, warranty and maintenance charges.

6. The prices shall strictly be submitted in the given format. Offered price should be inclusive of all applicable taxes and levies applicable such as Excise, Packing / Forwarding, Insurance etc. for destination (anywhere in the Gujarat State). Discount if offered, should not be mentioned separately & it should be included in offered price. Quoted prices shall be inclusive of all taxes except GST. The tax components like GST as applicable shall be mentioned separately in the respective columns.

7. Any effort by a Bidder or Bidder’s agent\consultant or representative howsoever described to influence the GUJCOST\Government of Gujarat in any way concerning scrutiny\consideration\ evaluation\comparison of the bid or decision concerning award of contract shall entail rejection of the bid.

8. Late Bids: The bidder will not be able to submit the bid after final bid submission date and time.

9. Modification and Withdrawal of Bids

The Bidder may modify or withdraw its bid before the due date of bid submission.

No Bid will be allowed to be modified subsequent to the final submission of Bids.

No Bid will be allowed to be withdrawn in the interval between the deadline for submission of Bids and the expiry of the bid validity. Withdrawal of a Bid during this interval will result in the forfeiture of Bidder’s E.M.D.

10. Bids will be opened in the presence of Bidder’s representatives, who choose to attend. The Bidder’s

representatives who are present shall sign a register/ attendance sheet evidencing their attendance. The representative will be held responsible for all commitments made on behalf of the bidder and that will be considered valid for all further dealings related to this bid process. In the absence of the bidder(s), the Tender Committee may choose to open the bids as per the prescribed schedule.

11. The Bidder’s names, Bid modifications or withdrawals, discounts and the presence or absence of relevant E.M.D. and such other details as GUJCOST/Government of Gujarat officer(s) at their discretion, may consider appropriate, will be announced at the opening.

4.12. Inspection of Items/Goods

Page 18: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 18 of 51

1. The Agency will have to offer the inspection in the manner as decided by Authority before delivering to the respective site or at customer sites. The cost of the same has to be borne by the Agency. Any deviation found in the specification of the produced items/goods without prior approval from the Authority, from the Bid specification will lead to the cancellation of the order, forfeiture of EMD/PBG and prohibition in the participation in the future purchase of Government of Gujarat. GUJCOST/Government of Gujarat will not be responsible for any time delay which may arise due to any deviation from the Bid technical specification found at the time of inspection and the Bidder has to deliver and install the ordered goods within prescribed time limit.

2. The Indenter’s right to inspect, test and, where necessary, reject the Goods after the Goods arrival at Customer Site shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Authority or its representative prior to the Goods shipment.

3. In case of successful bidder is found in breach of any condition(s) of bid or Work Order, at any stage during the course of supply, fabrication and erection or warranty period, the legal action as per rules/laws, shall be initiated against the successful bidder and EMD/PBG shall be forfeited, besides debarring and blacklisting the Bidder concerned for the time period as decided by Government, for further dealings with Government of Gujarat.

4.13. Defect Liability and Warranty

1. The Scope of Project shall be subject to a cumulative comprehensive Defect Liability Period (DLP) for

a minimum period of 1 year from the date of commissioning of the Work. The Defect Liability Period of minimum 1 year shall be inclusive of any guarantee/warrantee provided by the manufacture/supplier of the works, equipment etc.

2. All materials supplied by the Agency shall be guaranteed to be of the best quality of their respective kinds and shall be free from any type of faulty design, manufacturing defects, workmanship and materials. If any manufacturing or other technical defects are found within the warranty period, the same will have to be replaced or rectified free of cost by the bidder. Further, free maintenance services shall be provided by the Bidder during the period of warranty.

3. During the Defect Liability Period, in the event that the materials supplied do not meet the specifications and/or are not in accordance with the drawings data in terms of this order, and rectification is required at site, GUJCOST shall notify the Agency giving full details of difference. The Agency shall, at its own cost and responsibility, rectify all defects in the material/works performed by them in accordance with the Contract. The Agency shall, after receiving a notice to this effect from the Authority, rectify such defects to the satisfaction of the Authority within reasonable time as decided by the Authority at its sole discretion.

4. In the event that the Agency fails to repair or rectify any defect or deficiency for the items within the timelines as decided by the Authority, it shall be deemed to be in breach of this Contract and the Authority shall be entitled to recover Damages, to be calculated and paid for each day of delay until the breach is cured at the rate of 0.5% of the total Contract/Work Order value, for each instance of breach subject to a maximum of 10% of the total Contract/Word Order value.

5. In the event that the Agency fails to repair or rectify such Defect or deficiency within the period as agreed by the Authority, the Authority at its discretion, may undertake to get the same repaired, rectified or remedied at the Agency’s cost so as to make the Project conform to the Specifications and Standards. All costs consequent thereon shall, after due consultation with the Authority and the Agency, be determined by the Authority. The cost so determined, and an amount equal to 20% (twenty per cent) of such cost as Damages, shall be recoverable by the Authority from the Agency

Page 19: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 19 of 51

and may be deducted by the Authority from any monies due to the Agency or Performance Security. In such case, the Agency shall have to replenish the Performance Security with the amount so recovered by the Authority within 30 days of such appropriation.

6. The Agency shall repair or rectify all Defects and deficiencies observed by the Authority during the Defects Liability Period within reasonable time as agreeable by the Authority at its sole discretion. Until such time the defects are not remedied, Defect Liability Period shall be deemed to be extended. Any materials or Works with Defects identified as above and replaced or repaired during the Defects Liability Period or the extended Defects Liability Period, as the case may be, would be further warranted for a period of 1 year from the date of completion of such repair or replacement. The Agency shall upon termination or expiry of the DLP, assign any outstanding benefit in respect of any subcontract or any warranty from any subcontractor, to the Authority or to such other person as the Authority may direct.

4.14. Liquidated Damages

1. Damages for delay in supply, fabrication and erection:

a) If the bidder fails to complete the Project within 90 days of the issue of the Work Order, then a

sum equivalent to 0.5% of the total Contract /Work Order value shall be deducted from the payment for each calendar week of delay or part thereof.

b) The amount of damages for delay in completion of the Project shall be subject to a maximum limit of 10% of the total Contract/Work Order value.

c) In case, the selected bidder does not supply the ordered items for any reason not attributable to the Authority or Authority’s representatives, he will be liable to pay the difference amount to the Authority/GUJCOST, over and above the Performance Guarantee, which indenter departments/boards/corporations have to pay to the next or other selected bidder for purpose of the said items

d) In case of any Liquidated Damages are claimed from the submitted PBG during the contract period, the successful bidder is required to submit the additional Performance Security of the amount equal to the penalty claimed for the duration up to the validity of original Bank Guarantee. For example, “X” amount of penalty will be claimed during the 2nd month of Contract period, then Bidder is required to submit the additional PBG of “X” amount for the period of 7 months i.e. 9 months - 2 months.

e) In case of bidder is found in breach of any condition(s) of bid or Work Order, at any stage during the course of design, supply, fabrication and erection or warranty period, the legal action as per rules/laws, shall be initiated against the bidder and EMD/PBG shall be forfeited, besides debarring and blacklisting the bidder concerned for the time period as decided by Govt., for further dealings with Government of Gujarat.

4.15. Payment

1. The consideration for the Agency for executing the Scope of Works set herein, and performing its

obligations under this RFP shall be the Contract Price as specified hereunder (Contract/Work Order Value and Payment Milestones): a) Milestone-1: Advance payment of 25% amount of the total Contract value shall be made

(“Mobilisation Advance”), to be secured through an unconditional and irrevocable bank guarantee (“Advance Guarantee”) issued by a Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Gandhinagar) as per the G.R. no. EMD/10/2018/18/DMO dated 16.04.2018 (http://www.gil.gujarat.gov.in/grs/DMO_2173_16_Apr_2018_714.pdf) issued

Page 20: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 20 of 51

by Finance Department or further instruction issued by Finance department time to time, and as per the format specified at Part B, Annexure-7 hereof, enforceable at its branch at Gandhinagar, of an amount equal to 110% of the Mobilisation Advance, to be furnished by Contractor to Authority before such advance payment is sought by Contractor. The Advance Guarantee shall, subject to any renewal requirement set forth below, be required to be kept valid and in force for an initial period of 3 (three) Months from the date of the Work Order, and shall be released upon Completion of Milestone 2 to the satisfaction of Authority. In case the Mobilization Advance is not fully accounted for in the periodic determination of Works in value terms as determined by the Authority, during the validity period of Advance Guarantee, then the Authority shall be entitled, regardless of anything contained herein, to encash the Advance Guarantee to account for the relevant amount. All costs associated with obtaining, providing and maintaining the relevant Advance Guarantee shall be borne solely by the Contractor. It is clarified that, subject to the foregoing the Mobilisation Advance shall be released by the Authority within 15 (fifteen) working days of the submission of the Advance Guarantee. Further, the Parties hereto agree and understand clearly that if instructed by Authority, the Contractor shall renew and roll over the validity period of Advance Guarantee by required time notified by Authority; and, if the Contractor fails to renew or extend the validity of its Advance Guarantee, if required, then the Authority may encash the same in full and hold the proceeds as cash security. Subject to this clause, the Advance Guarantee, shall be released upon expiry of its term.

b) Milestone 2: 50% amount of the total Contract Value shall be paid after successful design, supply, erection, testing and commissioning of outdoor structural hoardings as per specifications of the RFP. The Bidder shall obtain acknowledgement of successful completion from authorized official and submit the same along with the respective Invoice.

c) Milestone 3: 25% amount will be made after 3 months of successful functioning of the installed hoardings.

Notwithstanding any objection or dispute, the Authority shall make payment of the undisputed amount under the invoice to the Agency within 30 (thirty) days after receipt by the Authority of such invoice provided the undisputed proportion of the Work fulfils the Milestone under consideration, and the disputed amount shall be paid immediately after the settlement, if required.

2. GUJCOST reserves the right to change any bid condition of any item even after inviting the bids,

with/without prior notification.

3. GUJCOST’s/Government of Gujarat’s Right to accept any Bid and to reject any or all Bids: GUJCOST/Government of Gujarat reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to awarding the Contracts, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for such decision.

4. The bid quantities are estimated based on the receipt of the requirement from Indenting Department. The quantities may decrease or increase at the time of finalization, depending upon the change in the requirements/grants available with the Authority(s), which shall be binding to the bidder.

4.16. Limitation of Agency’s Liability

1. Agency’s cumulative liability for its obligations under the contract shall not exceed the contract value

and the Agency shall not be liable for incidental, consequential, or indirect damages including loss of profit or saving.

2. All correction/addition/deletion shall require prior approval as well as authorized countersign.

Page 21: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 21 of 51

3. Force Majeure Shall mean and be limited to the following:

a) Fire, explosion, cyclone, earthquake, flood, tempest, lightening or other natural physical disaster; b) War/hostilities, revolution, acts of public enemies, blockage or embargo; c) Any law, order, Riot or Civil commotion, proclamation, ordinance, demand or requirements of

any Government or authority or representative of any such Government including restrictive trade practices or regulations;

d) Strikes, shutdowns or labor disputes which are not instigated for the purpose of avoiding obligations herein, or;

e) Restrictions imposed by the Government or other statutory bodies which prevents or delays the execution of the order;

f) Any other circumstances beyond the control of the party affected;

4. The Bidder shall intimate the Authority by a registered letter duly certified by the local statutory authorities, the beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In the event of delay lasting over two months, if arising out of causes of Force Majeure, Authority reserves the right to cancel the order.

5. Fabrication and installation period may be extended due to circumstances relating to Force Majeure by the Authority. Bidder shall not claim any further extension for fabrication & installation or completion of work. GUJCOST shall not be liable to pay extra costs under any circumstances.

6. The Bidder shall categorically specify the extent of Force Majeure conditions prevalent in their works at the time of submitting their bid and whether the same have been taken in to consideration or not in their quotations. In the event of any Force Majeure cause, the BIDDER shall not be liable for delays in performing their obligations under this order and the delivery dates can be extended to the BIDDER without being subject to price reduction for delayed deliverables, as stated elsewhere.

7. It will be prerogative of Authority/GUJCOST to take the decision on force major conditions and Authority decision will be binding to the bidder.

4.17. Use of Agreement Document and Information

1. The Agency shall not without prior written consent from GUJCOST disclose the Agreement or any

provision thereof or any specification, plans, drawings, pattern, samples or information furnished by or on behalf of GUJCOST in connection therewith to any person other than the person employed by the Vendor in the performance of the Agreement. Disclosure to any such employee shall be made in confidence and shall extend only as far as may be necessary for such performance.

2. The Agency shall not without prior written consent of GUJCOST make use of any document or information made available for the project except for purposes of performing the Agreement.

3. All project related documents issued by GUJCOST other than the Agreement itself shall remain the property of GUJCOST and Originals and all copies shall be returned to GUJCOST on completion of the Vendor's performance under the Agreement, if so required by the GUJCOST.

4.18. Assignment and Sub-Contraction

1. Assignment by Vendor: The Vendor shall not assign, in whole or in part, its rights and obligations to

perform under the Agreement to a third party, except with the prior written consent from GUJCOST/Government of Gujarat.

Page 22: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 22 of 51

2. Sub Contract: The Vendor shall notify and take consent from GUJCOST in writing of all subcontracts

awarded under the Contract Agreement. Such notification shall not relieve the Vendor from any liability or obligation under the Agreement. The Vendor shall fully indemnify GUJCOST for any claims/damages whatsoever arising out of the Sub contracts.

4.19. Resolution of Disputes

1. If any dispute arises between the Parties hereto during the subsistence or thereafter, in connection

with the validity, interpretation, implementation or alleged material breach of any provision of the Agreement or regarding a question, including the questions as to whether the termination of the Contract Agreement by one Party hereto has been legitimate, both Parties hereto shall endeavor to settle such dispute amicably. The attempt to bring about an amicable settlement is considered to have failed as soon as one of the Parties hereto, after reasonable attempts [which attempt shall continue for not less than 30 (thirty) days, give 15 days’ notice thereof to the other Party in writing.

2. In the case of such failure the dispute shall be referred to a sole arbitrator or in case of disagreement as to the appointment of the sole arbitrator to three arbitrators, two of whom will be appointed by each Party and the third appointed by the two arbitrators.

3. The place of the arbitration shall be Gandhinagar, Gujarat.

4. The arbitration shall be conducted in accordance with the Arbitration and Conciliation Act (“Arbitration Act”) and the Arbitration of the International Centre for Alternative Dispute Resolution, New Delhi ("Rules"), which Rules are deemed to be incorporated by reference in this Work Order.

5. The proceedings of arbitration shall be in English language.

6. The arbitrator’s award shall be substantiated in writing. The arbitration tribunal shall also decide on the costs of the arbitration procedure.

7. The Parties hereto shall submit to the arbitrator’s award and the award shall be enforceable in any competent court of law.

4.20. Co-operation

The Agency shall, as instructed by the Authority, allow appropriate opportunities for carrying out work to: (a) the Authority’s Personnel; (b) any other contractors employed by the Authority; and (c) the personnel of any legally constituted public authorities who may be employed in the execution on or near the Site of any work not included in the Contract. If, under the Contract, the Authority is required to give the Contractor possession of any foundation, structure, plant or means of access in accordance with Contractor’s Documents, the Contractor shall submit such documents to the Authority in the time and manner stated in the Authority’s requirements.

Page 23: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 23 of 51

4.21. Project Implementation

1. GUCOST will be in-charge of the Project and all supply of items will be undertaken by them. All

Invoices, Vouchers, Bills for supplied goods and services by the Bidder under the scope of the work will be verified measured and accepted by the GUJCOST Officer-In-Charge.

2. Any damage caused to the property of Public/Private/Government of Gujarat/GUJCOST/RSM while executing the job shall be solely Agency's responsibility. In case any damage to the property is caused, the same will be recovered from the Vendors. No any extra cost shall be paid to the Vendor for such reasons.

3. In the event of the delay in delivery of contracted services or services is not satisfactory the GUJCOST may hire other agency to complete the work and the difference amount to be paid to new agency will be deducted from the bidder.

4. The selected bidder shall be responsible and take required insurance for all of their representations working on the site at their own cost. GUJCOST will not be responsible for any loss or damage to any of the representatives of the selected bidder during the said contract.

5. All work shall be performed and executed by the selected bidder in strict conformity with the Officer-in-Charge / representative from GUJCOST and any relative instruction issued to the Bidder by the Officer-in-charge time to time.

4.22. Annexures

i. Annexure 1 – Bid Cover Letter

ii. Annexure 2 – Compliance Letter/Authenticity of Information iii. Annexure 3 – Details of the Bidder iv. Annexure 4 – Tender Fees & Earnest Money Deposit Details v. Annexure 5 – Eligibility Supporting Details

vi. Annexure 6 – BG Format for Earnest Money Deposit vii. Annexure 7 – Part A: BG Format for Performance Security

viii. Annexure 7 – Part B: BG Format for Advance Guarantee ix. Annexure 8 – Format for Power of Attorney x. Annexure 9 – Format for Financial Bid

xi. Annexure 10 – Technical Specifications

Page 24: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 24 of 51

5. Section V – Scope of Work

Bids are hereby invited from the eligible Bidders having experience, capability, and resources for design, supply, erection, testing and commissioning of 16 nos. of outdoor structural hoardings of size 20 ft. x 15 ft. on turnkey basis at Regional Science Museums (RSM) (4 each) at Rajkot, Bhavnagar, Patan and Bhuj. Bidder who wishes to participate in this bid, must quote for all the line items in all the categories as specified in RFP Document. Bid should be complete in all respects and submitted on or before the Bid due date. Incomplete bid will not be accepted and lead to rejection of the bid. Services offered should be strictly as per requirements mentioned in this RFP document. Bidder is required to carry out following tasks: Design, supply, erection, testing and commissioning of 16 nos. of outdoor structural hoardings of size 20 ft. x 15 ft. (having clear height of at least 15 ft. between bottom of display and finished ground level) on turnkey basis at Regional Science Museum (RSM) (4 each at Rajkot, Bhavnagar, Patan and Bhuj), including but not be limited to:

1. Designing of the hoarding structure including civil works, items/goods etc. as per applicable Indian Standards and getting the same vetted by licensed Structural Engineer and R&B Department

2. Preparing all required drawings including GA drawings, Shop Drawing, RC drawings etc. in accordance with approved drawings.

3. Supply of labour, material, tools, equipment etc. as required for complete execution of the works. 4. Design, supply, erection, testing and commissioning of lighting illumination of the hoarding with to

ensure readability and visibility of the hoarding content including supply, electrification, installation, testing, cable laying and all ancillary works.

5. Agency to make its own assessment of site conditions for site conditions (e.g. Soil conditions, ground water table, etc.) for designing the structures.

6. Arrangement of electricity, water, lighting, statutory approvals and/or licenses and/or insurances etc. as required under extant Law shall be done by the Agency at no additional cost to GUJCOST.

Note: The above-mentioned scope of work is not exhaustive, and the Agency is to execute all works as deemed necessary for execution of works on turnkey basis. Inspection of works whether in progress or completed will be undertaken by GUJCOST or its representatives from time to time and any deficiency / inadequacies so reported by them shall have to be rectified by the Agency at no additional cost to GUJCOST. Design, supply, fabrication, erection and commissioning should be completed within 90 days from the date of the issue of Work Order by GUJCOST (the “Completion Period”). For Technical Specifications refer Annexure 10.

Page 25: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 25 of 51

Reference Image of Display Hoarding:

Note: The above image is for reference only. Only single-side display is required in each display hoarding.

Page 26: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 26 of 51

6. Section VI – Annexures

6.1. Annexure 1 – Bid Cover Letter

Bid Cover Letter

(On the letterhead of the bidder)

Date: To, Advisor & Member Secretary Gujarat Council on Science & Technology Block B, 7th Floor, M. S. Building, Nr. Pathikashram, Sector 11, Gandhinagar – 382011, Gujarat Ref: RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four

Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj by Gujarat Council on Science & Technology (GUJCOST), Gandhinagar (Tender No. GUJCOST/RSM-Hoarding/2019-20/002).

Dear Sir, Being duly authorized to represent and act on behalf of ______________________ (herein after referred to as “the Applicant”) and having reviewed and fully understood the terms and conditions, entire document and information provided, the undersigned hereby apply in response to the Request for Proposal for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at Four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj by Gujarat Council on Science & Technology (GUJCOST), Gandhinagar. We are enclosing our Tender details as per the requirements of the Tender document, for your evaluation. Yours faithfully, _____________________________ (Signature of Authorized Signatory) (Name, Title and Address)

Page 27: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 27 of 51

6.2. Annexure 2 – Compliance Letter

Compliance Letter/Authenticity of Information

(On non-judicial stamp paper of Rs. 100/- duly attested by the first class magistrate/notary public)

Date: To, Advisor & Member Secretary Gujarat Council on Science & Technology Block B, 7th Floor, M. S. Building, Nr. Pathikashram, Sector 11, Gandhinagar – 382011, Gujarat Sub: Compliance with the tender terms and conditions, specifications and eligibility criteria Ref: Request for Proposal for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings on

Turnkey Basis at Four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj by Gujarat Council on Science & Technology (GUJCOST), Gandhinagar (Tender No. GUJCOST/RSM-Hoarding/2019-20/002).

Dear Sir, With reference to above referred tender, I, undersigned ________________ <<Name of Signatory>>, in the capacity of ________________ <<Designation of Signatory>>, is authorized to give the undertaking on behalf of ________________ <<Name of the Bidder>>. We wish to inform you that we have read and understood the technical specification and total requirement of the above-mentioned bid submitted by us on ________________ <<DD/MM/YYYY>>. We hereby confirm that all our quoted items meet or exceed the requirement and are absolutely compliant with specifications mentioned in the bid document. We also explicitly understand that all quoted items meet technical specification of the bid & that such technical specification overrides the brochures/standard literature if the same contradicts or is absent in brochures. In case of breach of any tender terms and conditions or deviation from bid specification other than already specified as mentioned above, the decision of GUJCOST for disqualification will be accepted by us. The information provided in our submitted bid is correct. In case any information provided by us are found to be false or incorrect, you have right to reject our bid at any stage including forfeiture of our EMD/ PBG/cancel the award of contract. In this event, GUJCOST reserves the right to take legal action on us. Thanking you, Dated this _________ day of ____________ YYYY Signature: ______________________________ (In the Capacity of): ______________________ Duly authorized to sign bid for and on behalf of _______________________________________ Note: This form should be signed by authorized signatory of bidder.

Page 28: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 28 of 51

6.3. Annexure 3 – Details of the Bidder

Details of the Bidder

1. Name, country of incorporation, address of the registered office, corporate headquarters, and its branch

office(s), if any, in India and date of incorporation and/or commencement of business. 2. Brief description of the bidder including details of its main lines of business and proposed role and

responsibilities in this project and profile of Bidder. 3. Name, designation, address and phone number of Authorized Signatory of the bidder:

Name

Designation

Company

Address

Telephone Number

Email Address

Fax Number

Mobile Number

Page 29: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 29 of 51

6.4. Annexure 4 – Tender Fees & Earnest Money Deposit Details

Details of Tender Fees & Earnest Money Deposit

Sr. No.

Item Amount (In Rs.)

Name of the Bank & Branch Demand Draft No.

1 Tender Fees

2 Earnest Money Deposit (EMD)

Page 30: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 30 of 51

6.5. Annexure 5 – Eligibility Supporting Details

6.5.1. Form No. E1: Financial Capacity of the Bidder

Financial Year Turnover (Rs. In Crores) Audited Accounts Submitted? (Yes/No)

2016-17

2017-18

2018-19

Grand Total

Average Annual Turnover

Note: Please fill this form and submit the Audited Annual Accounts/Balance Sheet along with Profit & Loss Account for the last three financial years.

6.5.2. Form No. E2: Technical Capacity of the Bidder

Sr. No.

Title of the Project

Name of the Customer

Place of the Installation

Scope of Work

Value of the project (in Rs.)

Start Date of Project

Completion Date of the Project

1

2

..

Note:

Bidders are expected to provide information in respect of each eligible project in this form.

Bidders shall attach completion certificate/client certificate/CA Certificate for each project submitted in this form for the purpose of demonstration of proof.

6.5.3. Form No. E3: GST Registration

Sr. No.

Name of Bidder GST Registration Copy of VAT/CST Registration Submitted? (Yes/No)

1

Note: Please fill this form and submit supporting documents.

6.5.4. Form No. E4: Office in Gujarat

Sr. No.

Address Contact Person Contact Number Type of Supporting Document attached

1

2

Note: You may mention more than one office (if applicable) by adding multiple rows.

Page 31: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 31 of 51

6.6. Annexure 6 – BG Format for Earnest Money Deposit

Format for Earnest Money Deposit in the form of Bank Guarantee Ref: Bank Guarantee No. Date: To, Advisor & Member Secretary Gujarat Council on Science & Technology Block B, 7th Floor, M. S. Building, Nr. Pathikashram, Sector 11, Gandhinagar – 382011, Gujarat B.G. No. Dated: In consideration of you, the Gujarat Council on Science and Technology, Government of Gujarat, having its office at Gandhinagar, Gujarat (hereinafter referred to as the “Authority”, which expression shall unless it be repugnant to the subject or context thereof include its, successors and assigns) having agreed to receive the Bid of ______ {a Company registered under the provisions of the Companies Act/a society registered under Society Registration Act, 1860 or any other Indian law for registration of societies/ a trust registered under the Indian Trusts Act, 1882 or any other Indian law for registration of public trust} and having its registered office at ______ (hereinafter referred to as the “Bidder” which expression shall unless it be repugnant to the subject or context thereof include its/their executors administrators, successors and assigns), for _____________________ (hereinafter referred to as the “Project”) pursuant to the RFP Document dated _______ issued in respect of the Project and other related documents (hereinafter collectively referred to as “Bidding Documents”), we [Name of the Bank] having our registered office at _____ and one of its branches at ________ (hereinafter referred to as the “Bank”), at the request of the Bidder, do hereby irrevocably, unconditionally and without reservation guarantee the due and faithful fulfilment and compliance of the terms and conditions of the Bidding Documents (including the RFP) by the said Bidder and unconditionally and irrevocably undertake to pay forthwith to the Authority an amount of Rs. ______ (Rupees ________ only) as bid security (hereinafter referred to as the “Bid Security”) as our primary obligation without any demur, reservation, recourse, contest or protest and without reference to the Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and conditions contained in the said Bidding Documents.

1. Any such written demand made by the Authority stating that the Bidder is in default of the due and faithful fulfilment and compliance with the terms and conditions contained in the Bidding Documents shall be final, conclusive and binding on the Bank.

2. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under this Guarantee without any demur, reservation, recourse, contest or protest and without any reference to the Bidder or any other person and irrespective of whether the claim of the Authority is disputed by the Bidder or not merely on the first demand from the Authority stating that the amount claimed is due to the Authority by reason of failure of the Bidder to fulfil and comply with the terms and conditions contained in the Bidding Documents including inter-alia the failure of the Bidder to: (a) keep its Bid valid and open during the Bid validity period, as set forth in the said Bidding Documents, for any reason whatsoever. (b) sign the Letter of Award and/or the CMC, within the specified time limit; (c) furnish the Performance Security within the period prescribed thereof in the CMC;

3. Any such demand made on the Bank shall be conclusive as regards amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. ______ (Rupees ________ only).

Page 32: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 32 of 51

4. This Guarantee shall be irrevocable and remain in full force for a period of 120 (One Hundred and Twenty) days from the Bid Due Date inclusive of a claim period of 60 (sixty) days or for such extended period as may be mutually agreed between the Authority and the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been paid.

5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to whether the Bidder is in default of due and faithful fulfilment and compliance with the terms and conditions contained in the Bidding Documents including, inter alia, the failure of the Bidder to keep its Bid open during the Bid validity period set forth in the said Bidding Documents. The decision of the Authority, that the Bidder is in default as aforesaid shall be final and binding on us, notwithstanding any differences between the Authority and the Bidder or any dispute pending before any court, tribunal, arbitrator or any other authority.

6. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other person.

7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the Bank as the principal debtor. The Authority shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee from time to time to vary any of the terms and conditions contained in the said Bidding Documents or to extend time for submission of the Bids or the Bid validity period or the period for conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and compliance with all or any of the terms and conditions contained in the said Bidding Documents by the said Bidder or to postpone for any time and from time to time any of the powers exercisable by it against the said Bidder and either to enforce or forbear from enforcing any of the terms and conditions contained in the said Bidding Documents or the securities available to the Authority, and the Bank shall not be released from its liability under these presents by any exercise by the Authority of the liberty with reference to the matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act or omission on the part of the Authority or any indulgence by the Authority to the said Bidder or by any change in the constitution of the Authority or its absorption, merger or amalgamation with any other person or any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of releasing the Bank from its such liability.

8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made if addressed to the Bank and sent by courier or by registered mail to the Bank at the address set forth herein.

9. We undertake to make the payment on receipt of your notice of claim on us addressed to [name of Bank along with branch address] and delivered at our above branch which shall be deemed to have been duly authorized to receive the said notice of claim.

10. It shall not be necessary for the Authority to proceed against the said Bidder before proceeding against the Bank and the guarantee herein contained shall be enforceable against the Bank, notwithstanding any other security which the Authority may have obtained from the said Bidder or any other person and which shall, at the time when proceedings are taken against the Bank hereunder, be outstanding or unrealized.

11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the previous express consent of the Authority in writing.

12. The Bank declares that it has power to issue this Guarantee and discharge the obligations contemplated herein, and the undersigned is duly authorized and has full power to execute this Guarantee for and on behalf of the Bank.

Signed and Delivered by _______ Bank By the hand of Mr./Ms. ___ _____, its ________ and authorized official.

Page 33: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 33 of 51

(Signature of the Authorized Signatory) (Official Seal) Approved Bank: All Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Gandhinagar) as per the G.R. no. EMD/10/2018/18/DMO dated 16.04.2018 issued by Finance Department (http://www.gil.gujarat.gov.in/grs/DMO_2173_16_Apr_2018_714.pdf) or further instruction issued by Finance department time to time.

Page 34: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 34 of 51

6.7. Annexure 7 – Format of Bank Guarantee

Part A Performa of Performance Security Bank Guarantee

(To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No. Date: To, Advisor & Member Secretary Gujarat Council on Science & Technology Block B, 7th Floor, M. S. Building, Nr. Pathikashram, Sector 11, Gandhinagar – 382011, Gujarat Whereas: (A) _______ (The “Agency”) has been awarded a work order by Gujarat Council in Science and

Technology (the “Authority”) dated ____________ (the “Order”) whereby the Authority has

agreed to the Agency undertaking the Works, scope of services and obligations in accordance with

the provisions of the Order.

(B) The Contract requires the Contractor to furnish a Performance Security to the Authority for a sum

of Rs. ______ (Rupees _______ Only) (the “Guarantee Amount”) as security for due and faithful

performance of its obligations, under and in accordance with the Contract, during the

Construction Period (as defined in the Contract).

(C) We, _______ through our Branch at __________1 (the “Bank”) have agreed to furnish this Bank

Guarantee by way of Performance Security.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms as follows:

1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful performance of

the Contractor’s obligations during the Construction Period, under and in accordance with the

Contract, and agrees and undertakes to pay to the Authority, upon its mere first written demand,

and without any demur, reservation, recourse, contest or protest, and without any reference to

the Contractor, such sum or sums upto an aggregate sum of the Guarantee Amount as the

Authority shall claim, without the Authority being required to prove or to show grounds or reasons

for its demand and/or for the sum specified therein.

2. A letter from the Authority, under the hand of an Officer duly authorized by the Chairman of the

Authority, that the Contractor has committed default in the due and faithful performance of all or

any of its obligations under and in accordance with the Contract shall be conclusive, final and

binding on the Bank. The Bank further agrees that the Authority shall be the sole judge as to

whether the Contractor is in default in due and faithful performance of its obligations during the

1 Insert name of branch of bank in Gujarat

Page 35: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 35 of 51

Construction Period under the Contract and its decision that the Contractor is in default shall be

final, and binding on the Bank, notwithstanding any differences between the Authority and the

Contractor, or any dispute between them pending before any court, tribunal, arbitrators or any

other authority or body, or by the discharge of the Contractor for any reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank were

the principal debtor and any change in the constitution of the Contractor and/or the Bank,

whether by their absorption with any other body or corporation or otherwise, shall not in any way

or manner affect the liability or obligation of the Bank under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to proceed

against the Contractor before presenting to the Bank its demand under this Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the liability of the Bank under

this Guarantee, to vary at any time, the terms and conditions of the Contract or to extend the time

or period for the compliance with, fulfilment and/ or performance of all or any of the obligations

of the Contractor contained in the Contract or to postpone for any time, and from time to time,

any of the rights and powers exercisable by the Authority against the Contractor, and either to

enforce or forbear from enforcing any of the terms and conditions contained in the Contract

and/or the securities available to the Authority, and the Bank shall not be released from its liability

and obligation under these presents by any exercise by the Authority of the liberty with reference

to the matters aforesaid or by reason of time being given to the Contractor or any other

forbearance, indulgence, act or omission on the part of the Authority or of any other matter or

thing whatsoever which under any law relating to sureties and guarantors would but for this

provision have the effect of releasing the Bank from its liability and obligation under this

Guarantee and the Bank hereby waives all of its rights under any such law.

6. This Guarantee is in addition to and not in substitution of any other guarantee or security now or

which may hereafter be held by the Authority in respect of or relating to the Contract or for the

fulfilment, compliance and/or performance of all or any of the obligations of the Contractor under

the Contract.

7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this Guarantee

is restricted to the Guarantee Amount and this Guarantee will remain in force for the period

specified in paragraph 8 below and unless a demand or claim in writing is made by the Authority

on the Bank under this Guarantee, no later than 3 (three) months from the date of expiry of this

Guarantee, all rights of the Authority under this Guarantee shall be forfeited and the Bank shall

be relieved from its liabilities hereunder.

8. The Performance Security shall be valid in full force and effect at all the time during contract period

until the end of Defect Liability (exclusive of claim period) and provided the Contractor is not in

breach of this Contract. Upon request made by the Contractor for release of the Performance

Security along‐with the particulars required hereunder, duly certified by a statutory auditor of the

Contractor, the Authority shall release the Performance Security forthwith.

9. The Bank undertakes not to revoke this Guarantee during its currency, except with the previous

express consent of the Authority in writing, and declares and warrants that it has the power to

issue this Guarantee and the undersigned has full powers to do so on behalf of the Bank.

10. Any notice by way of request, demand or otherwise hereunder may be sent by post addressed to

the Bank at its above referred Branch, which shall be deemed to have been duly authorised to

receive such notice and to effect payment thereof forthwith, and if sent by post it shall be deemed

Page 36: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 36 of 51

to have been given at the time when it ought to have been delivered in due course of post and in

proving such notice, when given by post, it shall be sufficient to prove that the envelope containing

the notice was posted and a certificate signed by an officer of the Authority that the envelope was

so posted shall be conclusive.

11. This Guarantee shall be encashable at ………2 and shall come into force with immediate effect and

shall remain in force and effect for a period until……… (excluding claim period)or until it is released

earlier by the Authority pursuant to the provisions of the Contract.

Signed and sealed this _______ Day of ______, 20___ at ________

SIGNED, SEALED AND DELIVERED

For and on behalf of the BANK by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES: (i) The bank guarantee should contain the name, designation and code number of the officer(s) signing

the guarantee.

(ii) The address, telephone number and other details of the Head Office of the Bank as well as of issuing

Branch should be mentioned on the covering letter of issuing Branch.

Approved Bank: All Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Gandhinagar) as per the G.R. no. EMD/10/2018/18/DMO dated 16.04.2018 issued by Finance Department (http://www.gil.gujarat.gov.in/grs/DMO_2173_16_Apr_2018_714.pdf) or further instruction issued by Finance department time to time.

2 Insert name of branch of bank in Gujarat

Page 37: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 37 of 51

Part B Performa of Advance Guarantee

(To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee No. Date: To, Advisor & Member Secretary Gujarat Council on Science & Technology Block B, 7th Floor, M. S. Building, Nr. Pathikashram, Sector 11, Gandhinagar – 382011, Gujarat Whereas: (A) __________ (The “Agency”) has been awarded a work order by Gujarat Council in Science and

Technology (the “Authority”) dated ________ (the “Order”) whereby the Authority has agreed to

the Agency undertaking the Works, scope of services and obligations in accordance with the

provisions of the Order.

(B) The Contract requires the Contractor to furnish an Advance Guarantee to the Authority in a sum

of Rs. ______ (Rupees _______ Only) (the “Guarantee Amount”) as security for the Authority to

provide Mobilisation Advance as per Clause 6.6 of the Contract, during the Construction Period

(as defined in the Contract).

(C) We, _______ through our Branch at __________3 (the “Bank”) have agreed to furnish this Bank

Guarantee by way of Advance Guarantee.

NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms as follows:

1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful performance of

the Contractor’s obligations during the Construction Period, under and in accordance with the

Contract, and agrees and undertakes to pay to the Authority, upon its mere first written demand,

and without any demur, reservation, recourse, contest or protest, and without any reference to

the Contractor, such sum or sums upto an aggregate sum of the Guarantee Amount as the

Authority shall claim, without the Authority being required to prove or to show grounds or reasons

for its demand and/or for the sum specified therein.

2. A letter from the Authority, under the hand of an Officer duly authorized by the Chairman of the

Authority, that the Contractor has committed default in the due and faithful performance of all or

any of its obligations under and in accordance with the Contract shall be conclusive, final and

binding on the Bank. The Bank further agrees that the Authority shall be the sole judge as to

whether the Contractor is in default in due and faithful performance of its obligations during the

Construction Period under the Contract and its decision that the Contractor is in default shall be

final, and binding on the Bank, notwithstanding any differences between the Authority and the

3 Insert name of branch of bank in Gujarat

Page 38: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 38 of 51

Contractor, or any dispute between them pending before any court, tribunal, arbitrators or any

other authority or body, or by the discharge of the Contractor for any reason whatsoever.

3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank were

the principal debtor and any change in the constitution of the Contractor and/or the Bank,

whether by their absorption with any other body or corporation or otherwise, shall not in any way

or manner affect the liability or obligation of the Bank under this Guarantee.

4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to proceed

against the Contractor before presenting to the Bank its demand under this Guarantee.

5. The Authority shall have the liberty, without affecting in any manner the liability of the Bank under

this Guarantee, to vary at any time, the terms and conditions of the Contract or to extend the time

or period for the compliance with, fulfilment and/ or performance of all or any of the obligations

of the Contractor contained in the Contract or to postpone for any time, and from time to time,

any of the rights and powers exercisable by the Authority against the Contractor, and either to

enforce or forbear from enforcing any of the terms and conditions contained in the Contract

and/or the securities available to the Authority, and the Bank shall not be released from its liability

and obligation under these presents by any exercise by the Authority of the liberty with reference

to the matters aforesaid or by reason of time being given to the Contractor or any other

forbearance, indulgence, act or omission on the part of the Authority or of any other matter or

thing whatsoever which under any law relating to sureties and guarantors would but for this

provision have the effect of releasing the Bank from its liability and obligation under this

Guarantee and the Bank hereby waives all of its rights under any such law.

6. This Guarantee is in addition to and not in substitution of any other guarantee or security now or

which may hereafter be held by the Authority in respect of or relating to the Contract or for the

fulfilment, compliance and/or performance of all or any of the obligations of the Contractor under

the Contract.

7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this Guarantee

is restricted to the Guarantee Amount and this Guarantee will remain in force for the period

specified in paragraph 8 below and unless a demand or claim in writing is made by the Authority

on the Bank under this Guarantee, no later than 3 (three) months from the date of expiry of this

Guarantee, all rights of the Authority under this Guarantee shall be forfeited and the Bank shall

be relieved from its liabilities hereunder.

8. This Bank Guarantee given towards securing the advance payment shall be valid in full force and

effect for an initial period of 3 (three) months from the Date of issuance of the Work Order, and

and shall be released upon Completion of Milestone 2 to the satisfaction of Authority. Upon

request made by the Contractor for release of the Bank Guarantee along with the particulars

required hereunder, duly certified by a statutory auditor of the Contractor, the Authority shall

release the Bank Guarantee forthwith.

9. The Bank undertakes not to revoke this Guarantee during its currency, except with the previous

express consent of the Authority in writing, and declares and warrants that it has the power to

issue this Guarantee and the undersigned has full powers to do so on behalf of the Bank.

10. Any notice by way of request, demand or otherwise hereunder may be sent by post addressed to

the Bank at its above referred Branch, which shall be deemed to have been duly authorised to

receive such notice and to effect payment thereof forthwith, and if sent by post it shall be deemed

to have been given at the time when it ought to have been delivered in due course of post and in

Page 39: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 39 of 51

proving such notice, when given by post, it shall be sufficient to prove that the envelope containing

the notice was posted and a certificate signed by an officer of the Authority that the envelope was

so posted shall be conclusive.

11. This Guarantee shall be encashable at ………4 and shall come into force with immediate effect and shall remain in force and effect for a period until ……. (excluding claim period) or until it is released earlier by the Authority pursuant to the provisions of the Contract.

Signed and sealed this _______ Day of ______, 20___ at ________

SIGNED, SEALED AND DELIVERED

For and on behalf of the BANK by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES: (iii) The bank guarantee should contain the name, designation and code number of the officer(s) signing

the guarantee.

(iv) The address, telephone number and other details of the Head Office of the Bank as well as of issuing

Branch should be mentioned on the covering letter of issuing Branch.

Approved Bank: All Nationalized Bank including the public sector bank or Private Sector Banks or Commercial Banks or Co-Operative & Rural Banks (operating in India having branch at Gandhinagar) as per the G.R. no. EMD/10/2018/18/DMO dated 16.04.2018 issued by Finance Department (http://www.gil.gujarat.gov.in/grs/DMO_2173_16_Apr_2018_714.pdf) or further instruction issued by Finance department time to time.

4 Insert name of branch of bank in Gujarat

Page 40: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 40 of 51

6.8. Annexure 8 – Format for Power of Attorney

Power of Attorney

(To be stamped in accordance with Stamp Act)

Know all men by these presents, We, ____________ (name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr. ____________ / Ms. ____________ (Name), son/daughter/wife of ______________ and presently residing at ___________, who is {presently employed with us and holding the position of _____________,} as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our bid for “Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj” by Gujarat Council on Science & Technology (GUJCOST), Gandhinagar (the “Authority”) including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders’ meetings and other conferences and providing information/ responses to the Authority, representing us in all matters before the Authority, signing and execution of all contracts including the Agreement and undertakings consequent to acceptance of our bid, and generally dealing with the Authority in all matters in connection with or relating to or arising out of our bid for the Services and/or upon award thereof to us and/or till the entering into of the Agreement with the Authority or any entity representing the Authority. AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall always be deemed to have been done by us. IN WITNESS WHEREOF WE, ______________, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF ______, 20___. For _____________________ (Signature) Witnesses: (Name, Title and Address) 1. 2. [Notarised] Accepted ________________

Page 41: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 41 of 51

6.9. Annexure 9 – Format for Financial Bid

Format for Financial Bid

(On the letterhead of the bidder)

Sr. No

Item Total Quantity

Unit Price of 1 Hoarding (In Rs. without Tax)

Total Price (In Rs. without Tax)

Rate of GST (%) and amount

Total Price (In Rs. with Tax)

1.

Design, Supply, Erection, Testing and Commissioning of 16 Nos. of Outdoor Structural Hoardings of Size 20 ft. x 15 ft. on Turnkey Basis at Regional Science Museum (RSM) (4 each at Rajkot, Bhavnagar, Patan and Bhuj)

4x4=16

Amount in Works:

Note:

The Bidder should quote for all the items as specified above. Incomplete bid will not be accepted and lead to rejection of the bid.

The financial quote of the bidder including tax shall be considered for financial bid evaluation and payment in accordance with Clause 4.15 of the RFP.

The Bidder shall explicitly mention the applicable rate of GST.

Rate to be filled should be inclusive of Excise, Packing/Forwarding, Insurance, FOR destination and with applicable warranty for Design Supply, Fabrication and Erection of Outdoor Display Hoardings on Turnkey Basis at four Regional Science Museums (RSM) at Rajkot, Bhavnagar, Patan and Bhuj.

In the event of any difference between figures and words quoted in this paragraph, the amount indicated in words shall be taken into account.

Page 42: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 42 of 51

6.10. Annexure 10 – Technical Specifications

Structural Steel Works

Scope These specifications cover the requirements of material, workmanship, protective measures etc., of structural steel work in general. Specification for special items of work used in structural steel construction are given separately. General The provisions of the latest Indian standards listed below, but not restricted to, form part of these specifications.

IS 104 Ready mixed paint, brushing, zinc chrome, priming

IS 123 Ready mixed paint, brushing, finishing, semi — gloss, for general purposes, to Indian standard colours and oxide (colour unspecified) No. 445 Venetian Red No. 449 Light Purple Brown No. 446 Red Oxide No. 451 Chocolate No. 448 Deep Indian Red No. 473 Gulf Red and Red Oxide (Colour Unspecified)

IS 226 Structural steel (Standard Quality)

IS 800 Code of practice for use of structural steel in general building construction.

IS 813 Scheme for symbols for welding.

IS 814 Covered electrodes for metal are welding of structural steel (Part 1& Il)

IS 815 Classification and coding of covered electrodes for metal are welding of structural steels.

IS 816 Code of practice for use of metal are welding for general construction in mild steel.

IS 961 Structural steel (high tensile).

IS 1387 General requirements for the supply of metallurgical material.

IS 1477 Part I, Code of practice for painting of ferrous metals in buildings pre — treatment.

IS 2102 Allowable deviations for dimensions without specified tolerances.

IS 3757 Code of practice for assembly of structural joints rising high tensile friction grip fasteners.

Other I.S. codes and I.R.C. codes pertaining to the items of structural steel not specifically listed shall also be deemed to come under the purview of this clause. Materials, Inspection & Testing All supplies of structural steel and other materials specified shall be supported by manufacturers test certificates showing that the materials meet the requirements of these specifications. The engineer-in-charge may require getting further samples tested and all the cost of taking samples and testing the same by the approved agency shall be borne by the contractor. Fabrication

Page 43: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 43 of 51

Fabrication Drawings and Approval The fabrication drawing shall be prepared based on design drawings supplied by the designer of the bidder and as approved by GUJCOST. The fabrication drawings showing detail of connection are required to be supported by the calculations showing adequacy of the connections. The fabrication drawings and calculations shall be prepared by qualified consulting engineer and fabricators. All changes required to be made by the engineer-in-charge shall be incorporated as per terms finalized with GUJCOST. Workmanship Workmanship shall be equal to the general practice in current fabrication practice. The methods followed in cutting, straightening, finishing and shaping, bindings of members and holing for rivets, bolts or pins etc., and any other operations shall be performed in such a way as not to adversely affect the structural members in any way. The machinery and equipment's as well as the method of working, shall be approved by the engineer-in-charge. The fabrication work shall be carried out by the qualified operators. Welding Welding and weld procedure qualifications should be done in accordance with applicable provisions of the IS standards. All the welders should be got qualified before employing them on the job and re-qualified at frequent intervals. Temporary Storage a) No dragging of steel shall be permitted. All steel shall be stored 30 cm above ground on suitable packing

to avoid damage during the monsoons. Steel shall be stored in the order of erection with marks visible. Long members shall be supported on skids placed near enough together to prevent injury from deflection. Storage areas shall be prepared and maintained by the Contractor. Any steel stored near excavations shall be removed immediately to a safe distance to avoid burial under debris.

b) Adequate handling facilities shall be available at storage place. The temporary protective paint shall not be damaged and if so damaged shall be immediately made good.

Painting Surface Preparation Steel surface shall be free of any impurities like rust, dirt, Oil, etc. and shall be prepared in thorough manner with a view to ensuring complete removal of scale by thorough cleaning with wire brushes and sandpapering. Primary coat shall be applied as soon as practicable after the surface preparation is completed. All stag from welds shall be removed before painting. Care shall be taken to brush the surface clean prior to painting. Surface shall be maintained dry and free from dirt and oil. Working out-doors and in frosty or humid weather shall be avoided. The undercoat and finishing coat shall be of the same manufacturer. Successive Coats of paints shall be of different shades and colours and each shall be allowed to dry thoroughly before the next is applied. Particular care shall be taken with the priming and painting of edges corners, welds and rivets. Sand Blasting Sand blasting for surface preparation shall be done if mentioned specifically in the Bill of Quantities. This shall be carried out in the special treatment facility required for sandblasting. The finish achieved after sandblasting shall confirm to grade SA 2.5. Priming The rates quoted by the Contractor shall include the following.

i. Applying one coat (40 microns) of red oxide/zinc chromate primer paint coating to all surface of steel

that are scratched in transit or unloading prior to storage before erection.

Page 44: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 44 of 51

ii. Applying one coat (40 microns) of red oxide/zinc chromate primer paint and two coats of finishing paint as specified in schedule to all surfaces which will be inaccessible after erection, except surface coming in contact with concrete. It should be noted that all steel works such as trusses, purlins etc., are considered inaccessible.

iii. After steel has been erected, all burrs and abraded spots, scratched surface, field welds, bolt heads and nuts shall receive one coat of primer paint. Before the paint is applied the surface shall be dry and free from dust, dirt, scale and grease. No paint shall be applied to bolt or field welds until these bolts or field welds have been approved by the engineer-in-charge.

iv. All steel material except surfaces coming in contact with concrete shall receive one coat of primer paint after erection after having been thoroughly cleansed of dust and foreign matter. No paint shall be applied when humidity is such as to cause condensation on the surface to be painted. Paint shall be stirred frequently to keep the pigment in suspension.

NOTE: In case of application of fire-retardant paint is specified, the primer coat shall also conform to fire retardant paint as per manufacturer's specification. Final Paint All paints shall be prepared and applied as per manufacturer's guidelines / data sheets / written instructions and strict supervision of the engineer-in-charge. No thinners or cleaners shall be used other than those recommended by the manufacturer. Paint with a limited shelf life shall not be used after the expiry of the period stated in the manufacturer's data sheet. The final painting should include an intermediate coat (1 X 50 microns dry) of chlorinated rubber-based paint pigmented with micaceous Iron oxide and finishing coat of (2 X 35 micron dry) chlorinated rubber-based paint specially modified for optimum gloss and colour retention of approved shade. After materials have been accepted by the contractor as being in proper condition for erection, he shall be responsible for its safety and protection from loss or damage of any nature until the completion work. The contractor shall be similarly responsible for surplus materials until they are returned and accepted by the engineer-in-charge. NOTE: - In case of application of fire-retardant paint is specified, the same shall be considered as final paint and to be carried out as per manufacturer's specification. Erection Preliminaries The contractor shall complete all preliminary works at site, well before the arrival of structural steel, such as keeping in readiness electrical winches, mobile cranes, gin poles, compressors, all tools and tackles, rivet guns, welding sets, torque wrenches etc. and work that may be necessary so as to start erection immediately after the arrival of steel at site. The contractor shall furnish at his own expenses, the necessary non-inflammable staging and hoisting or equipment's required for the erection work and shall remove and take them away after the completion of the job. The contractor shall also provide necessary passage ways, fences, safety belts, helmets, lights and other fittings to the satisfaction of the engineer-in-charge and for protection of his men and materials. Approval of Erection Scheme All structures shall be erected as shown on drawings. The contractor shall out all erection work in the sequence required by the engineer-in-charge. The method of erection and complete erection scheme shall be subject to the approval of the engineer-in-charge and shall be modified as required by the engineer-in-charge. This, however, will not relieve the contractor of the responsibility for safe and expeditious completion of the work, its quality and accuracy.

Page 45: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 45 of 51

Workmanship a) Unless specified herein, all erection work will be carried out in accordance with the latest edition of Indian

standard code of practice for use of structural steel in general Building construction IS 800 and AISC code wherever applicable.

b) Drifts should be used only for drawing the work into position and must not be used to such an extent so as to destroy the holes. Drifts of a larger size than the nominal diameter of the holes or burrs must be rectified to the satisfaction of the engineer—in-charge. Correction of minor misfits and reasonable amount of reaming and cutting of excess stock from field rivets, if any, shall be considered as a part of erection. Any error in shop work which prevents proper fit on a moderate amount of reaming and slight chipping or cutting shall be immediately reported to the engineer-in—charge. The contractor's work shall also include straightening and repairing of materials slightly damaged and drilling some holes in members where required. This shall all be included in the unit rate quoted.

c) Structural steel frames shall be erected plumb and true to tolerances indicated elsewhere in these specifications. All steel columns and beams shall be checked for plumb and level individually before and after connection are made. Temporary bracings shall be introduced wherever necessary to take care of all loads to which the structure may be subjected including erection equipment and the operation there of such bracing shall be left in place as long as may be required for safety. Proper size steel cables, slings etc. shall be used to avoid any damage due to accidents.

d) As erection progresses, the work shall be securely bolted to take care of all dead load, wind and erection stresses. No final welding or bolting shall be done until the structure has been properly aligned and approved by the engineer-in-charge.

e) The engineer-in-charge shall be immediately informed of any errors observed/found in the fabricated steel which prevents proper assembling and fitting up of parts in field by a moderate amount of repairing.

f) The contractor shall protect all existing plants, embedded parts, all piping, conduits, equipment and facilities against damage during erection. The contractor shall perform his work in a manner which in no way endangers the operations of any existing plant or structures or hinders other construction activities.

g) Holes may be required to be drilled at site for installing equipment or steel furnished by other manufacturers or other contractors. The information for this will be supplied to the contractor by the engineer-in-charge before or after erection of the steel.

h) In case of any faulty erection, all such dismantling and re-erection required will be at contractor's cost. i) Shim stock of mild steel plates required for erection will be set, leveled and prepared for grouting. Where

flat bearing beams occur, bearing plates shall be set, leveled and prepared for grouting. Tolerance The erection shall be carried out to the requirement stated in section 7 (h) of AISC code standard practice, except that structural steel members be erected plumb with a tolerance not exceeding 1 in 1000, subject to 10 mm maximum. Column splices and other compression joints which depend upon bearing, upon completion, shall bear with respect to the centered of the contract area. At least 65% of the entire contact area shall be in full bearing and the separation of any remaining portion shall not exceed 0.5 mm except locally at toes of flanges where a 50 % greater separation is permissible. Otherwise corrective measures as specified by the engineer-in-charge shall be taken. Connection a) H.S.F.G. Bolts

The contractor shall obtain the prior written approval of the engineer-in-charge for the method proposed to be adopted for tightening the high strength friction grip bolts. For preliminary assembly and before use of these bolts he shall use his own erection bolts.

b) Bolting/Riveting

In general bolts and rivets will conform to the relevant Indian Standards. The methods of establishing connections use of equipment, etc., shall be as approved by the engineer-in-charge.

Page 46: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 46 of 51

c) Welding Welding where specified shall be performed by the shielded electric are gas or other approved methods, using coated electrodes and/or low hydrogen electrode conforming to IS:814 the welding process and the qualification of the welding operators shall conform to IS:81 7 and IS:823 and shall be got approved before commencement of any work of welding.

All field assembly and welding shall be executed in accordance with the requirements for shop fabrications excepting which manifestly apply to Shop conditions Only. Where the steel has been delivered, painted, the paints shall be removed before field welding for a distance of at least 50 mm on either side of the joints. All welds should be free from defects like blow holes, lack of penetration, slag intrusion etc. all welds shall be cleaned of flux and shall show uniform smoothness of weld metal, feather edges without overlap and free from porosity where a thick weld is required the weld metal shall be deposited in successive layers. Each layer except the last shall be preened moderately before the next layer is applied. The contractor shall be responsible for the quality of the work performed by his welding group. If required, the engineer-in-charge may test the welds by non-destructive tests. Any defective welds shall be made good by the contractor at no extra cost and the cost of non-destructive testing for such defective welds be borne by the contractor. Measurement & Rates The contractor will be paid based on unit rates quoted for dimension of Hoardings. All Structural steel work of pillar supports, foundation plates, concrete, reinforcement etc. shall be included only in the payment towards area of hoarding. Measurement will be based on the actual dimension of hoarding carried out at site of work as shown on drawings or as specified and executed. The weight of the temporary bracing shims and erection bolts, fields welding, if any will not be taken into account for purpose of payment. The rate for erection shall be inclusive of structural welding wherever specified and painting as called for the specification and drawings. All bolts, nuts and washers which are permanently incorporated in the structures other than those specifically paid for separately shall be provided by the contractor and the rate quoted for the erection of structural steel shall include the cost of supply and erection of such bolts, nuts and washers. The unit rates shall include all materials, labour, supervision, tools, and plant, apparatus, conveying equipment, incidental expenses etc., other than those supplied free by engineer-in-charge, nuts bolts and washers etc. if any. The unit rate also includes removal of paint for members encased in concrete. The unit rate shall also include providing & applying priming coat and final coat of paints as schedule of quantities. Grouting of Foundation Pockets This specification refers to the grouting of pockets left in the machine foundation to be filled up later after installation of the machinery and also the grout injected below the base plates. The pockets are to be grouted with concrete grit made of 1 part of cement with 2 part of grit (size 10 mm and below) by weight. The water added shall be just sufficient to make the mix workable. In any case water cement ratio should not exceed 0.4 to 0.45. The grit is nothing but smaller particles of the coarse aggregate. Non-shrinkage additive should be added to the mix as per manufactures specifications. The mix shall be poured into the pockets layer by layer, with each layer not exceeding 10 cm in depth. Each layer shall be well vibrated before the next layer is laid, after the pocket is completely filled. The top shall be troweled smooth. Curing shall start 12 hours after the finishing of work and shall be continued for 15 days. Curing shall be done as per the good practices. Steel Tubes for Structural Purposes

Page 47: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 47 of 51

All structural steel tubular members shall confirm to IS: 1161-1979, grade of steel shall be Y st-210. All other specification including fabrication, erection, painting, measurements etc. shall conform to the detailed specification given under structural steel works. Stainless Steel Tubes & Plates Stainless steel tubes & plates, if considered in item, shall comply standard of type No. 316 / 304 according to American Iron & Steel Institute. It should contain nickel @ 8 to 10.50 % and chromium @ 18 to 20 %. It should be non-magnetic type with minimum wall thickness of 1.50 mm or specified in the drawing. The fixing of railing pipe with vertical SS pipe & SS plate shall be carried out by welding with special electrodes used for stainless steel welding. SS plate shall be fixed to the concrete with the help of wedge bolts. Materials Material shall be of best-approved quality obtaining and they shall comply with the respective Indian Standard Specification. Samples of all materials shall be got approved before placing Order and the approved sample shall be deposited with the Architect / PMC/Owner. In case of non-availability of materials in metric sizes the nearest size in FPS units shall be provided with prior approval of the Architects for which neither extra will be paid not any rebates shall be recovered. If directed, materials shall be tested in any approved Testing Laboratory and the test certificates in original shall be submitted to the Architect / PVIC and repeated testing including charges for repeated tests, if ordered, shall be borne by the Contractor. It shall be obligatory for the Contractor to furnish certificate, if deemed by the Architects/ PMC, from manufacturer or the material supplier that the work has been carried out by using their material and as per their recommendations. All materials supplied by the Employer / any other Specialist Firms shall be properly stored, and the Contractor shall be responsible for its safe custody until they are required on the works and till the completion of the work. Unless otherwise shown on the Drawings or mentioned in the "Schedule of Quantities" or special specification, the quality of materials, workmanship, dimensions, etc., shall be as specified as hereunder. All equipment and facilities for carrying out field tests on materials shall be provided by the Contractor without any extra cost. Cement Cement shall comply in every respect with the requirements of the latest publications of IS: 6909 and unless otherwise specified Sulphate Resisting Cement shall be used for all kinds of RCC works and Ordinary Portland cement for other works. The weight of ordinary Portland cement shall be taken as 1440 kg. Per Cu.m. (90 lbs. per C. Ft.). Cement shall be measured by weight and in whole bags, and each undisturbed and sealed 50 kg. Bag being considered equivalent to 35 liters (1.2 c.ft.) in volume care should be taken to see that each bag contains full quantity of cement. When part bag is required cement shall be taken by weight or measured in measuring boxes. No other make of cement but that approved by the PMC/GUJCOST will be allowed on works and the source of supply will not be changed without approval of Architect in writing. Test certificates to show that cement is fully complying the specifications shall be submitted to the Architects/PMC and notwithstanding this, the Architects/PMC may at his discretion, order that the cement brought on site and which he may consider

Page 48: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 48 of 51

damaged or of doubtful quality for any reason whatsoever, shall be re-tested in an approved testing laboratory and fresh certificates of its soundness shall be produced. Cement ordered for re-testing shall not be used for any work pending results of re-test. Cement shall be stored in weatherproof shed with raised wooden plank flooring to prevent deterioration by dampness or intrusion of foreign matter. It shall be stored in such a way as to allow the removal and use of cement in chronological order of receipt i.e., first received being used first used. Cement deteriorated and or Clotted shall not be used on the work but shall be removed at once from the site. However, allowing use of warehouse set cement shall be determined by the Architects/PMC. Fine Aggregate Sand shall confirm to IS: 383 and relevant portion of IS:515. It shall pass through pass through a I-S. sieve 4.75 min. (3/16 B.S.) test sieve, leaving a residue not more than 5%. It shall be from natural source or crushed stone screenings, if allowed, chemically inters clean, sharp, hard durable, well graded and free from dust, pebbles, clay, shale, salt, organic matter, loam, mica or other deleterious matter. The sum percentages of all deleterious substances to acceptable limits. Sand shall not contain any trace of salt and it shall be tested and sand containing any trace of salt shall be rejected. The fine aggregate for concrete shall be graded within limits as specified in IS: 383 and the fineness Modules may range between 2.60 to 3.20. The fine aggregate shall be stacked carefully on a clean hard dry surface so that it will not get mixed up with deleterious foreign materials. If such a surface is not available a platform of planks or corrugated iron sheets or brick floor or a thin layer of lean concrete shall be prepared. Coarse Aggregate Shall consist of crushed or broken stone 950/0 of which shall be retained on 4.75 mm IS tests sieve. It shall be obtained on crushing Granite, Quartzite, Trap, Basalt, or similar approved stones from approved quarry and shall confirm to IS:383 and IS 515. Coarse aggregate shall be chemically inert when mixed with cement and shall be cubical in shape and be free soft, friable, thin, porous, laminated or flaky pieces. It shall be free from dust and any other foreign matter. Gravel / Shingle of desired grading may be permitted as substitute in part or full in plain cement concrete if the Architect is otherwise satisfied about the quality of aggregate. For all the R.C.C. works the size of coarse aggregate shall be 20 mm and down gauge. Reinforcement

Reinforcement shall be of mild steel, tested quality conforming to I.S. 432-1966 and any other I.S. applicable

TMT bars confirming to IS: 1786 latest revision

Hard drawn Fe 415 steel wire fabric confirming to IS: 1566; 1967 All finished bars shall be free from cracks, surface flaws, and laminations, jagged and imperfect edges. Plain & Reinforced Cement Concrete (Design Basis) Except where they are varied by the requirements of this cation due provision of Indian Standard Specification IS-456-2000 for reinforced concrete and IS-432 part I and Il for Mild and Medium steel Bars and hard drawn steel wire for concrete reinforcement and her relevant ISS applicable together with the latest amendments shall be held to be incorporated these specifications. It shall be intent of these specifications to ensure that all concrete placed at various location of the job should be durable, strong enough to carry

Page 49: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 49 of 51

design, loads, it should wear well and practically be impervious to water. It should be free from such defects as shrinkage, cracking and honeycombing. Proportioning the Mix The concrete to be used for foundation of the hoarding shall be M250 grade concrete. In controlled concrete, proportions of cement to fine and coarse aggregate shall be as per Design Mix or volumetric basis as directed by engineer-in-charge. If aggregates are moist allowance shall be made for bulking in accordance with IS: 2386/-. Allowance shall also be made for surface water present in aggregate when computing water contents. Surface water present shall be determined by one of the field methods described in IS: 2386/- (Part Ill). Mixing All Concrete shall be mixed in an approved mechanical mixer. The mixer and mixing platform shall be suitably protected from wind and rain. Aggregates shall be accurately measured by weigh batchers and mixed dry along with cement, water shall be then added in measured quantity and mixing shall be continued until there is a uniform distribution of the materials and the mass is uniform in colour and in consistency but in no case shall he mixing be done for less than 2 minutes. Hand mixing is not permitted. Consistency Quantity of water for making reinforced concrete shall be sufficient so as to ensure that concrete shall surround and properly grip all the reinforcement. The best consistency shall be that, which will flow sluggishly without flattening out and without separation of coarse aggregates from the mortar. The degree of plasticity shall depend on the nature of work and atmospheric temperature and whether the concrete is vibrated or hand compacted. The slumps shown in table "C" obtained by standard slump test carried out in accordance with the procedure laid down in IS: 119-1959 shall be adopted for different types of work. Admixtures The usage of admixtures is allowed only if approved by the structural consultant and his decision in this regard shall be final. Transportation Concrete shall be conveyed from the place of mixing to the place of final deposit as rapidly as practicable by methods, which will prevent segregation or loss of any of the ingredients. If segregation does occur during transport, the concrete shall remix before being placed. In no case, more than 30 minutes shall elapse between mixing the consolidation in its position. Placing and Compacting Concrete shall be placed in layers of suitable thickness or in strips and compacted before initial setting commences and should not be subsequently disturbed. Method of placing shall be such as to preclude segregation and as far as practicable the placing shall be continuous. Special care shall be taken in accordance with IS: 456 while laying concrete under extreme weather. Concrete shall be thoroughly compacted during the operation of placing and thoroughly working around the reinforcement, embedded fixtures and spaded against corners of the form work and by punning, rodding, mechanically vibrating or by any other approved means. In addition, form work shall be tapped lightly by using wooden mallet at the pouring head. The number and of vibrator to be used shall be subject to the approval of the Architects and in general immersion type vibrators shall be used. External vibrators shall also be used whenever directed. The intensity and duration (of vibration shall be sufficient to cause complete settlement and compaction without any stratification of successive layers or separation of ingredients or formation of laitance. Vibrator shall be inserted vertically in the concrete at points not more than 45 cm. apart and withdrawn very slowly

Page 50: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 50 of 51

when air bubbles no longer come on the surface. Over vibration or vibration of very wet mixes is harmful and should be avoided. Care shall be taken to utilize the vibrator only to compact the concrete and not to spread it, sufficient number of reserve vibrator in good working condition shall be kept on hand at all times, so as to ensure that there is no Slackening or interruption in compacting. Construction Joints Concreting shall be carried out end-to-end continuously as far as possible and when construction joints are totally unavoidable, it shall be located in a predetermined position approved by the Architect/PMC. The joints shall be kept at places where the shear force is the minimum and these shall be straight and at right angles to the direction of main reinforcement. When the work has to be resumed, on a surface, which has hardened, such surface shall be roughened. It shall be swept clean, thoroughly wetted and covered with a 13 mm layer of mortar composed of cement and sand in the same ration as the cement concrete mix. This 13 mm layer of mortar shall be freshly mixed and placed immediately before the placing of the concrete. Where the concrete has not fully hardened, all laitance shall be removed by scrubbing the Wet surface with Wire or bristle brushes, care being taken to avoid dislodgment of particles of aggregate. The surface shall then be coated with neat cement grout. In horizontal joints the first layer of concrete to be placed on this surface shall not exceed 15 cm. thickness and shall be well rammed against old work, particular attention being paid to corners. Expansion Joint Expansion joint shall be provided where required as shown on the drawings or as directed by the Architect/Consultant/PMC. The joints shall be filled by the approved quality filler as directed by the structural consultant/PMC. Curing Concrete shall be carefully protected during first stage of hardening from harmful effects of excessive heat, drying winds, rain or running water. It shall be covered with a layer of sacking, sand canvas, hessian, or similar absorbent materials and kept constantly, wet for ten days from the date of placing of concrete. Alternatively, the concrete being thoroughly wetted and covered by layer of approved water-proof material which should be kept in contact with it for seven days. Form Work The form work shall conform to the shape, lines and dimensions as shown on the plans and be so constructed as to remain sufficiently rigid during the placing and compacting of the concrete and shall be sufficiently watertight to prevent loss of cement slurry from the concrete. Form work or centering shall be constructed of marine ply or steel or timber and adequately designed to support the full weight of wet concrete without deflection and retain its form during laying, ramming and setting of concrete. Timber used shall be properly seasoned so as to prevent deformation when wetted. All props shall be straight and of full height and no joints shall be allowed. Props shall be braced with thin bamboos or Wooden battens and where additional staging is necessary, extra care shall be taken to use bigger diameters props with bracing at 4 or 5 levels. All props shall be supported on sole plates and double wedges. At the time of removing props these wedges shall be gently eased and not knocked out. All rubbish, chippings, shavings and saw dust shall be removed from the interior of the forms before the concrete is placed and the form work in contact with the concrete shall be cleaned and thoroughly wetter or treated with non-staining mineral oil or any other approved materials is kept out of contact with the reinforcement. All form work shall be removed without shock or vibration and shall be eased off carefully in order to allow the structure to take up its load gradually. Forms shall not be disturbed until concrete has adequately

Page 51: Request for Proposal...Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

Gujarat Council on Science and Technology (GUJCOST) Dept. of Science and Techology, Govt. of Gujarat

Block No. B, 7th Floor M. S. Building, Sector -11, Gandhinagar

RFP for Design, Supply, Fabrication and Erection of Outdoor Display Hoardings at RSMs Page 51 of 51

hardened to take up superimposed load coming on it and in no circumstances shall forms be struck until the concrete may be subjected at the time of striking. Strength Concrete shall have compressive strength after placing as per relevant IS Codes of respective grade. Tests GUJCOST shall instruct for Tests on concrete to be carried out by the agency at his own cost in accordance with IS-456 and any other IS applicable. The criteria for acceptance of a concrete as confirming to a specified proportion/grade of concrete shall be in accordance with IS:456 and the Contractor shall entirely re-do the rejected work at his own cost. Strength of 28 days shall alone be considered for acceptance. The Contractor shall arrange to carry out the tests in accordance with the relevant Indian Standards Specifications in an approved laboratory and the test reports in original be submitted to Architect/PMC. The entire cost of testing shall be borne by the Contractor. The contractor shall update the cube register. Steel Reinforcement Reinforcement shall be accurately fabricated, placed and adequately maintained in position as shown on the drawings or as directed by the Architect/ PMC. All finished bars shall be free from cracks, surface flaws, and laminations, jagged and imperfect edges. Cement mortar blocks shall be used to give requisite cover as shown be firmly tied with binding wire of 16 to 18 gauges. Reinforcement shall be bent in accordance with the procedure stipulated in IS: 2502-1963 and will not be straightened in a manner which will injure the material. All reinforcement shall immediately before placing in concrete be thoroughly cleaned of loose mill scale, loose rust, Oil and grease or other deleterious matter that would destroy or reduce bond. Reinforcement in reinforced concrete members shall not be connected by welding or coupling except in accordance with relevant IS and with the previous approval of the Architect. Overlaps and joints shall be staggered and located at points, along the spans where neither shear nor bending moment is maximum. Cover Reinforcement shall have cover as shown on the R.C.C. drawings and where not specified the thickness of cover shall be as follows. Cement mortar blocks in C.M. 1:1 shall be used for making cover blocks. a) At each end of reinforcing bar not less than 25 mm not less than twice the diameter of such rod or bar. b) For a longitudinal reinforcing bar in a column not less than the diameter of such rod or bar. In the case

of columns of minimum of 20 mm or under whose reinforcing bars do not exceed 13 mm the cover of 25 mm may be used.

c) For longitudinal reinforcing bar in a column not less than 25 mm not less than diameter of such rod or bar.

d) For tensile, compressive, shear or other reinforcement in a slab not less than 15 mm nor less than diameter of such reinforcement, and

e) For any other reinforcement not less than 15 mm not less than the diameter of such reinforcement.