Tender Projection Mapping -...

45
Page 1 of 45 Tender for Projection Mapping on Dandi Kutir at Mahatma Mandir, Gandhinagar Tender no. CRD/SBM/2018-19/Dandi Kutir/01 Commissionerate of Rural Development Block no. 16, 3 rd Floor, Dr. Jivraj Mehta Bhavan, Sector-10 B, Gandhinagar-382010

Transcript of Tender Projection Mapping -...

Page 1: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 1 of 45

Tender

for

Projection Mapping

on

Dandi Kutir

at

Mahatma Mandir, Gandhinagar

Tender no.

CRD/SBM/2018-19/Dandi Kutir/01

Commissionerate of Rural Development Block no. 16, 3rd Floor,

Dr. Jivraj Mehta Bhavan, Sector-10 B, Gandhinagar-382010

Page 2: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 2 of 45

Content

Sr. No. Particulars

1 Section 1: Notice inviting tender (NIT)

2 Section 2: Instructions to bidder

3 Section 3: General (commercial) terms and condition of tender

4 Section 4: Schedule of requirement

5 Section 5: Special instructions

6 Section 6: Annexure

Annexure 1: Bidder’s Profile

Annexure 2: Details of work carried out

Annexure 3: Financial Information summary

Annexure 4: Not black listed declaration

Annexure 5: BOQ Format

Annexure 6: Signatory authority format

Annexure 7: Declaration for term and conditions acceptance

Annexure 8: Proforma for BG for EMD

Annexure 9: Proforma of Agreement

Annexure 10: Query format

Page 3: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 3 of 45

Section I Notice inviting tender

CRD, a Government of Gujarat organization under Panchyat & Rural Housing department, intends to invite tender under Two Bid System viz. Technical Bid and Financial Bid from reputed, experienced and financially sound agencies having experience and expertise in Design, Supply, Installation, Testing, Commissioning & Post Warranty Annual Maintenance of Multi-Projector Projection Mapping setup at the Dandi kutir, Mahatma Mandir, Gandhinagar, Gujarat.

1. Schedule

Date of issue of bid documents : 15th September 2018

Date and time for pre-bid meeting : 24th September 2018 at 13:00 HRS

Site visit : On any working day before pre-bid Meeting (Must for all bidders)

Last date and time for receipt of : 11th October 2018 up to 17:00 HRS Tender

Physical submission of EMD and : 11th October 2018 up to 17:00 HRS tender fee

Online opening of tender bids ( : 12th October 2018 at 13:00 HRS Technical bid)

Date & time for opening of Financial : Will be intimated later Bid for Technically qualified bidders :

Bid validity period : 120 days from date of opening of tender

Product/Service delivery period : 45 days from date of award of work order

Estimated value of work : ₹ 7.00 Cr.

Place for pre-bid meeting, opening of : Commissionerate of Rural Development (CRD) technical bids and submission of EMD Committee room, Block no 16, 3rd floor, & Tender fee Dr. Jivraj Mehta Bhavan, Sector 10 B,

Gandhinagar-382 010, Gujarat Contact : [email protected] Ph : 9978405474

2. Accessibility of tender document Bidders can download document from website of Commissionerate of Rural Development http://www.ruraldev.gujarat.gov.in as well as from https://www.nprocure.com

3. Cost of tender document o Tender fee (non refundable): ₹ 15,000/- o Tender fee to be submitted offline via demand draft drawn in favor of “Commissioner of Rural

Development Gujarat” payable at Gandhinagar from nationalized/scheduled commercial bank

o Bidders are requested to write their name and full address at the back of the Bank Draft submitted for fee

4. Earnest Money Deposit ( EMD)

o Earnest Money Deposit (EMD): ₹ 21,00,000/-

Page 4: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 4 of 45

o Earnest Money Deposit to be submitted offline via demand draft drawn in favor of “Commissioner of Rural Development Gujarat” payable at Gandhinagar from nationalized/scheduled bank

o EMD can be submitted in form of bank guarantee also. Format for BG is in Annexure 8 of section VI o Bidders are requested to write their name and full address at the back of the Bank Draft submitted for EMD

5. Submission of Tender o The bid along with the necessary documents should be uploaded in the https://www.nprocure.com portal as

per guidelines mentioned in the portal. o Tender have to be submitted only online at https://www.nprocure.com in two bid systems i.e. (i) technical

bid and (ii) financial bid in the prescribed proforma. o Hard copy of all documents of technical bid are to be sent on or before last date of submission separately

in an envelope named as “Technical Bid”. Each paper of technical bid shall be duly signed and stamped by signatory authority, given page number at the bottom and bound properly.

o Financial bid to be submitted online only. No physical submission shall be considered. o EMD and tender fees demand draft/BG shall be placed in a separate envelope named as “ EMD and Tender

Fees”

o Both “Technical bid” envelope and “EMD & Tender Fee Envelope” are to be placed in a third envelope which is to be sent to following address on or before due date for submission of tender.

The Commissioner of Rural development, (CRD) Block no. 16, 3rd Floor, Dr. Jivraj Mehta Bhavan,

Sector-10 B, Gandhinagar-382 010 o The list of documents to be submitted along with technical bid and financial bid are detailed in clause

No.15 of Section- II of the Tender Document.

6. CRD reserves the right to amend or withdraw any of the terms and conditions contained in the Tender Document or to reject any or all tenders without assigning any reason. The decision of the Commissioner of Rural development in this regard shall be final and binding on all.

7. Bidders who wish to participate in this e-tender will have to register on https://www.nprocure.com. In case,

the bidders need any clarification or for training requirement for participating in e-tender, they may contact the following office:

(n)Code Solutions (A DIVISION OF GNFC LTD.)

403, GNFC Info Tower, S. G. Road, Bodakdev, Ahmedabad – 380 054 (Gujarat) Phone: 079-2685 7316 / 17 / 18 (Ext.: 515, 565, 525)

Commissioner

Commissionerate of rural development,

Block no. 16, 3rd Floor, Dr. Jivraj Mehta Bhavan, Sector-10 B, Gandhinagar-382 010

Page 5: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 5 of 45

Section II

Instruction to bidder

1. Definitions o The “Contract” means the agreement entered into between Owner and Contractor (Design Build firm)

as per the Contract Agreement signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

o “Bidder” shall mean the firms participating in the bidding process.

o “Owner‟ shall mean the CRD - Commissioner of rural development A Government of Gujarat Organization

Block No. 16, 3rd Floor, Dr. Jivraj Mehta Bhavan, Sector 10 B, Gandhinagar 382 010. (Guj.) India o “Contractor” or “Manufacturers” or “Design Build Agency” shall mean the Bidder whose bid will be accepted

by the Owner for the award of the Works and shall include such successful Bidders legal representatives, successors and permitted assigns.

o “Sub-Contractor” shall mean the person named in the Contract for any part of the Works or any person to whom

any part of the Contract has been sublet by the Contractor with the consent in writing of the Engineer and will include the legal representatives, successors and permitted assigns of such person.

o “Engineer-In-Charge/ Engineer‟ shall mean the officer / authorized representative appointed in writing by the

Owner to act as Engineer from time to time for the purpose of the Contract by the Owner. o “Consulting Engineer/ Consultant‟ shall mean any firm or person duly appointed as such from time to time by

the Owner. o The terms “Equipment”, “Stores‟, and “Materials‟ shall mean and include equipment, stores and materials

to be provided by the Contractor under the Contract. o “Specifications” shall mean the Specifications and Bidding Document forming a part of the Contract and such

other Schedules and drawings as may be mutually agreed upon. o “Site‟ shall mean and include the land, building and other places on, into or through which the Works and

the related facilities are to be erected or installed and any adjacent land, paths, street or reservoir which may be allocated or used by the Owner or Contractor in the performance of the Contract.

o The term “Contract Price‟ shall mean the price quoted by the Contractor in his bid with additions and/or

deletions as may be agreed and incorporated in the Letter of Award, for the entire scope of the works.

o “Manufacturer‘s Works‟ or “Contractor’s Works‟ shall mean the place of Works used by the manufacturer,

the Contractor, their collaborators/associates or Sub-Contractors for

Page 6: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 6 of 45

the performance of the Contract.

o “Inspector” shall mean the Owner or any person nominated by the Owner from time to time, to inspect the

equipment, stores or Works under the Contract and/or the duly authorized representative of the Owner. o “Notice of Award of the Contract‟ / “Letter of Award” shall mean the official notice issued by the Owner

notifying the Contractor that his bid has been accepted. o “Date of Contract‟ shall mean the date on which Notice of Award of Contract/Letter of award has been

issued. o “Month shall mean the calendar month. “Day‟ or “Days‟ unless herein otherwise expressly defined shall mean

calendar day or days of 24 hours each. A “Week‟ shall mean continuous period of 7 (seven) days.

o “Writing‟ shall include any manuscript, type written or printed statement, under or over signature and/or seal

as the case may be.

o When the words “Approved‟, “Subject to Approval‟, “Satisfactory‟, “Equal to‟, “Proper‟, ”Requested‟,

“As Directed‟, “Where Directed‟, “When Directed‟, “Determined by‟, “Accepted‟, “Permitted‟, or words and phrases of like importance are used for the approval, judgment, direction etc., is understood to be a function of the Owner/Engineer.

o “Warranty Period‟/ “Maintenance Period‟ shall mean the period during which the Contractor shall remain

liable for repair or replacement of any defective part of the Works performed under the Contract. o “Latent Defects‟ shall mean such defects caused by faulty material or workmanship which cannot be

detected during inspection, testing etc. based on the technology available for carrying out such tests.

2. Services to be provided/Scope of work

Details for services to be provided are mentioned in section IV of this document

3. Bid form

The bidder must complete the Bidder’s Detail as per Annexure 1 of section VI

Page 7: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 7 of 45

4. Eligibility criteria

Sr. No.

Eligibility Criteria Required Supporting Document

1 The Bidder should have 3 years’ experience in the field of designing /building which includes museum/ Projection Mapping, content development and project execution/ Exhibition Interior design & execution of historic monument /Creative Siganges /Lighting . etc. with all services

a) Certificate of registration/partnership deed

b) Copy of work orders/work completion certificate letters for minimum 3 years in last 5 years

c) List and address of the sites where similar work executed

2 The bidder must have workorder for design /built of major experience design projects which includes museum/ Projection Mapping content development and project execution/ Exhibition Interior design & execution of historic monument /Creative Siganges /Lighting .

One project of cost INR 5.6 Cr .

Two project of cost INR. 3.5 Cr.

Three projects of cost INR 2.8 Cr.

a) Copy of work orders & completion certificates mentioning cost of project towards the support of the claim

b) List and address of the sites where work executed as per format in Annexure 2 of section VI

3 The bidder should have a minimum average annual turnover from related turnkey projects (consultancy / construction works) of at least Rs- 6 Crore in the last 3 financial years in same projects mentioned under (b).

a) Certificate from CA stating the average annual Turnover for FY 2015-16, FY 2016-17, FY 2017-18 as per format in Annexure 3 of section VI

b) Copy of balance sheet for FY 2015-16, FY 2016-17, FY 2017-18

4 The bidder should be an income tax assesse and should have filed IT returns for the last three assessment years i.e. 2015-16, 2016-17 and 2017-18

IT returns for the last three assessment years. i.e. 2015- 16, 2016-17 and 2017-18

5 The bidder must have worked PAN India and should have foreign collaborations and preferably with international experince in similar projects

Details to be enclosed at Annexure

6 The bidder must have worked with renowned personalities with international / national awards in relevant fields of voiceover/scriptwritting / music.

Details to be enclosed

7 The bidder should have a well qualified team with expertise in the relevant field as mentioned in Point 26 of this document who have executed same nature of project mentioned in (2). Projects should be handled by qualified technical team which includes project head from reputed institutions like IITs or equivalent.

Full Details to be enclosed along with CVs of the personnel as mentioned in point 26 of the tender document.

8 The bidder should not have been blacklisted by any State Government, Central Government or any other Public sector undertaking or a Corporation or any other Autonomous organization of Central or State Government

Declaration as per format in Annexure 4 of section VI

9 Bidder must have valid GST registration GST registration certificate

10 Bidder must have valid PAN no. PAN card

11 The bidder with ISO certification as per the government regulation is preferable.

Appropriate certificates from applicable authority

Page 8: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 8 of 45

5. Cost of bidding

The Bidder shall bear all costs associated with the preparation and submission of the bid. CRD in no case will be responsible for these costs regardless of the conduct or outcome of the bidding process.

6. Language All Proposals, correspondence and documents related to proposals, shall be written in the English language. Supporting documents and printed literature furnished by the Bidder may be in another language; provided they are issued by competent agencies and their English translation is provided

7. Bid documents

o This document consist following sections

Section I : Notice inviting tender Section II : Instructions to bidder Section III : General (commercial) teams and conditions Section IV : Schedule of work Section V : Special conditions Section VI : Annexure

o The bidder is required to examine all instructions, forms, terms and specifications in the Bid document. Failure to furnish all or any of the information required as per Bid document or submission of the bids not being substantive may result in rejection of the bid.

o A prospective bidder requiring any clarification on the Bid documents shall have to intimate this office in writing in prescribed format as per Annexure 11 of section VI. This office shall respond in writing to any such request which it receives not later than pre- bid meeting date.

8. Amendment to bid document o At any time, prior to the date of submission of Bids, CRD may, for any reason, whether on its own initiative

or in response to any clarification sought by a bidder, shall modify bid documents by amendments and the same will be uploaded on the portal and these amendments will be binding on bidders.

o In order to afford prospective bidders a reasonable time to take the amendment in to account in preparing their bids, CRD may, at its discretion, shall extend the deadline for the submission of bids suitably. Any amendment to the Bid document shall also be uploaded in the web site as and when it is made and no separate communication will be made.

o Bidders who download the Bid document through internet are to take care of these amendments while submitting their bids.

Page 9: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 9 of 45

9. Earnest Money Deposit (EMD)

o The Earnest Money Deposit is required to protect the Purchaser's interests against the risk of bidder's

conduct, which would warrant forfeiture of the bid security.

o Earnest Money Deposit to be submitted offline via demand draft drawn in favor of “Commissiner of Rural development” payable at Gandhinagar from nationalized/scheduled commercial bank

o EMD can also be submitted in the form of bank guarantee. Bank guarantee format for EMD is as per Annexure 8 of section VI

o Amount or amounts payable, if any, to the bidder or the bid security furnished by the bidder in respect of an earlier bid, shall not be adjustable against this bid.

o The amount deposited as bid security shall carry no interest during the entire period it remains with CRD.

o The Earnest Money Deposit of the unsuccessful owner will be refunded without interest within reasonable time after final decision of the tender

o The Earnest Money Deposit of the successful bidder will also be returned without interest within reasonable time after final decision of the tender

o The bid security (EMD) shall be forfeited:

a. If the bidder withdraws his bid during the period of bid validity; or

b. In the case of a successful bidder, if the bidder fails to sign the contract and/or fails to furnish performance guarantee in accordance to the relevant clauses of the documents(s).

o The envelope containing demand draft/Bank guarantee on a/c of EMD shall indicate the name and address of the Bidder to enable the envelope to be returned unopened in case it is declared “late” or “rejected”. The envelope should bear the name of Tender, the reference number, and the words “DO NOT OPEN BEFORE ----------------------“.

o If the outer envelope is not sealed and marked as per above, the Owner will assume no responsibility for the

EMD's misplacement or premature opening. 10. Late bids o Any envelopes containing demand draft/Bank guarantee of EMD received by the Owner after the time & date

fixed or extended for submission of bids prescribed by the Owner, will be rejected and/or returned unopened to the Bidder.

11. Local conditions

o Each Bidder is expected to get fully acquainted with the local conditions and factors, such as historical, geographical, social, political, legal, administrative, and/or infrastructure etc., which would have any effect on the performance of the contract and/or the cost.The Bidder is expected to know all conditions and factors, which may have any effect on the execution of the contract after issue of Letter of Award as described in the bidding documents.

o Owner shall not entertain any request for clarification from the Bidder regarding such local conditions. It is the Bidder’s responsibility that such factors have properly been investigated and considered while submitting the bid proposals and no claim whatsoever including those for financial adjustment to the contract awarded under the bidding documents will be entertained by the owner. Neither any change in the time schedule of the contract nor any financial adjustments arising thereof shall be permitted by the owner on account of failure of the Bidder to know the local laws / conditions.

o The Bidder is expected to visit and examine the location of work site and its surroundings and obtain all information that may be necessary for preparing the bid at their own interest and cost.

Page 10: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 10 of 45

12. Bid Price o The Commercial Bid should be submitted online on https://www.nprocure.com.

o The rates quoted by the bidder must be reasonable & logical. The tender can be rejected on the basis of unreasonable or illogical rates

o The Bidders are informed that discount, if any, should be merged with the quoted prices. Discount of any type, indicated separately, will not be taken into account for evaluation purposes.

o The price quoted should be inclusive of all taxes, levies, etc.

o The price quoted by the bidder shall remain fixed during entire period of contract and shall not be subject to variation. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected

o The Bidder shall quote price for Interior design work and execution as per design

o Bidder shall quote price on FOR basis

o The bidder shall provide detailed break up of subheads (Lumpsum).The Bidder shall further submit item wise breakup of Lumpsum cost for various subheads (as per Bidder's design) with detailed description/specifications of each items. It will be approved by Employer. Detailed BOQ shall be submitted within 7 days from issue of LOI (Refer BOQ format as Annexure 5 of section VI).

o Related payment shall be made on the basis of actual work executed and certified by Employer/Engineer-in-Charge. Additional/ Excess quantities for work mentioned and other related works shall not be paid extra. No claim shall be entertained for quantities of work executed being less than those entered in the bid by bidder. All measurements to be taken jointly with Employer/Engineer-in-Charge.

o The rate of items which are not covered in the price bid and required to be executed to complete the work as per Section IV of Technical Bid shall be considered deemed to have been covered in the rate of other items.

13. Taxes and Duties

o All the Bidders are requested to familiarize themselves with the laws, rules and regulations prevailing in India and consider the same while developing and submitting their Proposal.

o All Customs duties, GST, Cess and other levies payable by the bidder on design, execution, goods, equipments, components, Sub-assemblies, raw materials & any other items used for their consumption or dispatched directly to owner by the contractor or their sub- Contractors shall be included in the bid price & any such taxes, duties, levies additionally payable will be to bidder's account & no separate claim on this account will be entertained by the owner.

o If any rates of taxes / duties / levies (hereinafter called “Tax‟) are increased or decreased, a new

Tax is introduced, an existing Tax is abolished or any change in interpretation or application of any Tax occurs in the course of the performance of Contract, which was or will be assessed on the Contractor in connection with performance of the Contract, an equitable adjustment of the Contract Price shall be made to fully take in to account any such change by addition to the Contract Price or deduction there from, as the case may be. However, these adjustments would be restricted to direct transactions between the Owner and the Contractor and not on procurement of components/products/services etc. by the Contractor and shall also not be applicable on the bought out items dispatched directly from sub Contractor’s works to site.

14. Bid Currency

o Price shall be quoted in Indian Rupees ( ₹ )only

Page 11: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 11 of 45

15. Documents comprising the bid The submitted bid document shall comprise of the following components

1) Pre-Qualification: Part A

o Index with page no.

o Bidder’s Detail duly filled as per Annexure 1 of section VI

o EMD (Original DD/Bank guarantee to be submitted offline)

o Cost of the tender document i.e document fee original DD to be submitted offline)

o Documentary evidence established in accordance with clause 4 of this section that the bidder is eligible to bid and is qualified to perform the contract if his bid is accepted. The following documents are to be scanned and uploaded online

Self-attested copy of Certificate of Incorporation from Registrar of Companies / Partnership agreement

Copy of work order/work completion certificate letter for minimum 3 years in last 5 years

Copy of work order which gives details of work carried out in terms of value as asked in 2nd eligibility criteria in clause 4 of this section

List and address of the sites where similar work executed as per format in Annexure 2 of section VI

Certificate from CA stating the Annual Turnover for last three financial Years as per format in Annexure 3 of section VI

Copy of balance sheet for last three financial years.

Last three financial year details as per annexure 3 of section VINot black listed declaration as per format in Annexure 4 of section VI

Copy of GST registration certificate

Copy of PAN Card

Certificates of ISO if available

o Registered document authorizing the signatory to sign the tender on behalf of the company

o Declaration regarding acceptance of terms and condition of the tender as per format in Annexure 7 of section IV

2) Technical bid: Part B

o Index with page no.

o Proposal particulars

o 2D-3D design, auto cad drawings

o Detailed specifications of the items used in proposed work mentioning type of material and quantity

o The complete information shall be provided by the Bidder in the form of separate sheets, drawing, catalogues, etc.

o Presentation of the proposed plan of execution and about the content that the bidder will develop for the proposed projection mapping.

Page 12: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 12 of 45

Notes:

o Oral statements made by the Bidder at any time regarding quality, quantity or arrangement of the equipment or any other matter will not be considered.

o Standard catalogue pages and other documents of the Bidder may be used in the bid to provide additional information and data as deemed necessary by the Bidder.

o All documents shall be placed according to the sequence mentioned and with a page separator on which particulars of document to be written. A set of document then shall be bound. Part A and Part B to be bound separately.

3) Commercial Bid.: Part C

o Commercial bid online submission only. o Hardcopy of only Part A and Part B to be submitted in two different envelope mentioning Part A and Part B on

it. Both the envelope shall be placed in a single envelope.

o At any point of time original documents may be asked for verification. In case originals are not produced before due date bids may be rejected.

16. Filling of bid document o The Bidder’s Details, Declarations and Documents in support of Eligibility Criteria shall be either typed or printed or neatly hand written and should be signed and stamped by the person duly authorised by the Bidding Company. Violation of the above clause will lead to the rejection of the tender.

17. Submission of bid

o The bid along with the necessary documents should be uploaded in the https://nprocure.com portal as per guidelines mentioned in the portal

o Tender will have to be submitted online at https://nprocure.com in two bid systems o Hard copies of all documents of technical bid are to be sent on or before last date of bid submission in an

envelope named as “Technical Bid”. Each paper of technical bid shall be duly signed and stamped by signatory authority, given page number at the bottom and bound properly

o Financial bid to be submitted online only. No physical submission should be carried out and if submitted, will not

be considered. o EMD and tender fees demand draft/BG shall be placed in a separate envelope named as “ EMD and Tender

Fees” o Both “Technical bid” envelopes and “EMD & Tender Fee Envelope” are to be placed in a third envelope

which is to be sent to following address on or before due date for submission of tender.

o The list of documents to be submitted along with technical bid and financial bid are detailed in clause no. 15 of section II of the Tender Document.

18. Modification and withdrawal of bid o The Bidder is not allowed to modify its proposal subsequent to the final submission of proposals. o The Bidders cannot withdraw the proposal during the period between the last date for receipt of

proposals and the expiry of proposal validity period specified in the RFP. o A withdrawal of proposal during proposal validity period may result in the forfeiture of its EMD from the

Bidder.

19. Summary rejection of bid One or more of the following reasons will render a bid liable to be rejected summarily:-

o A bid not secured in accordance with EMD. o If DD/Bank guarantee towards the tender document fee is not submitted before the date and time as

mentioned in the NIT.

o A Conditional bid or a bid with conditions other than those specified in the tender documents

Page 13: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 13 of 45

o A bid received with validity for a shorter period than prescribed. o Documents establishing eligibility as per clause 4 not submitted. o Any attempt to negotiate directly or indirectly by bidder with the authority to whom the tender is submitted

or with the authority who is competent to accept the tender or endeavors to secure interest for actual or prospective tender or to influence by any means will disqualify the tender and same will be summarily rejected

20.Evaluation

o All bids will be examined for responsiveness with respect to terms & conditions in the bid document o Thereafter the evaluation will be done for substantively responsive bids only o A substantively responsive bid is one that conforms to all the terms and conditions of the Tender Documents

without any material deviations. The bid's responsiveness shall be based on the contents of the bid itself without recourse to any extrinsic material

o A bid determined as substantively non-responsive shall be rejected

o The bidder(s) shall not be permitted to make corrections after opening of bid to make such bid(s) substantively responsiveThe purchaser is not bound to accept the lowest or any tender and reserves the right to accept the whole or any part of the tender and of allotting the quantities offered. The bidders shall supply the quantities as decided by the purchaser at the approved rates

o The purchaser may waive minor non-conformance or irregularity(s) in a bid, which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of the bid(s)

21. Commercial evaluation of substantially responsive bids

o On bid opening day mentioned in the NIT only technical bids will be opened which will be evaluated for

responsiveness. o Technical presentation may be required to be made to the evaluation committee on any intended date at the

prior notice of 05 days o Financial bids of those bidders whose technical bids are found to be responsive only will be opened and

commercially evaluated, on a different date.

o Date of opening of financial bids will be intimated to all eligible bidders.

Page 14: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 14 of 45

22. Selection of bidder for award of contract

o An evaluation committee constituted will evaluate the proposals. o The proposals will be evaluated on QCBS (Quality & Cost Based Selection) basis. o The Proposals will be ranked according to their combined technical (St) and commercial (Sf) scores using the

weights (T = the weight given to the Technical Proposal = 7 0% and P = the weight given to the Financial Proposal = 30%; T + P = 100%) using the formula - S = St x T% + Sf x P%

o Pre-qualified agencies will be called for the presentation before the selection Committee. The date and time for the technical presentation will be intimated later to the qualified agencies through email.

o Technical valuation shall be done on following criteria and points will be allocated against each component as mentioned below

Sr. No.

Technical Evaluation Criteria Marking System

Max. points

1 The bidder must have workorder for design /built of major experience design projects which includes museum/ Projection Mapping content development and project execution/ Exhibition Interior design & execution of historic monument /Creative Siganges /Lighting .

One project of cost INR 5.6 Cr .

Two projects of cost INR. 3.5 Cr.

Three projects of cost INR. 2.8 Cr.

Single work of greater than 5.6

Crore/Two projects of more than 3.5 crores/Three projects of more than 2.8 crores = 10 points

Two projects of greater than 5.6

Crore/Three projects of more than 3.5 crores/Five projects of more than 2.8 crores = 15 points

More than Two projects of greater than 5.6 Crore/More than Three projects of more than 3.5 crores/ More than Five projects of more than 2.8 crores = 20 points

20

3 The bidder should have a minimum average annual turnover from related turnkey projects (consultancy / construction works) of at least Rs- 6 Crore in the last 3 financial years in same projects mentioned under (b).

Average turnover 0f ₹ 6 Crore = 8 points

Turnover Above 8 crores =9points

Turnover Above 10 crores = 10points

10

Page 15: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 15 of 45

4 The bidder must have worked PAN India and should have foreign collaborations with international experience in similar projects

If worked in Three states in one region = 10 points

If worked in Three states in different regions = 10 points

If worked in Three states and in one National level project = 15 points

Having worked in an International project of similar kind will add 5 points to the above.

20

5 The bidder must have worked with renowned personalities with international / national awards in relevant fields of voiceover/scriptwriting / music.

If worked with One renowned National award winning personality = 5 points.

If worked with More than one National award winning personality = 8 points

If worked with more than one National and International winning personalities = 10 points

10

6 The bidder should have a well qualified team with expertise in the relevant field as mentioned in Point 26 of this document who have executed same nature of project mentioned in (2). Projects should be handled by qualified technical team which includes project head from reputed institutions like IITs or equivalent.

All personnel matching the requirements = 8 points

All personnel exceeding the stated requirement plus having international exposure and recognition = 10 points

10

Page 16: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 16 of 45

7 The bidder with ISO certification as per the government regulation is preferable.

If possessing ISO valid certificate = 5 points

5

8 Technical presentation to understand the concept, quality of content, depth of research and requirement of various equipment for the final execution of work as per the requirement of the site.

25

o Agency has to score at-least of 60% marks (from 100 marks) from technical evaluation round to qualify for opening of commercial /financial bid.

o Each company will be given 15 minutes for presentation. Those parties who fail to remain present will automatically disqualify for further evaluation and their financial bid shall not be opened. Bidders who fail to secure 60 marks in presentation will be disqualified for financial bid opening. Presentation must include overall design philosophy, The Gandhian thoughts on Swachchata-Gram Swarajya-Khadi-Self regulation, self-dependence etc., planning, 3D views, and Technical specifications of the material alongwith make and quantity required.

o Financial proposal of only those Agencies shall be opened who will be declared qualified in technical presentation.

o This evaluation procedure reflects the high importance attached to quality, richness of the content and competence. Please note that the Client is not bound in any manner to select any of the firms submitting proposals or to select the firm offering the lower price.

o The firm achieving the highest combined technical and commercial score (S) will get the highest rank, followed by others.

o The firm obtaining the highest number of points will be invited for contract discussion, with a view to clarify any outstanding points, to finalize technical and financial arrangements and, in case of successful discussion, to sign a Contract Agreement.

o Bidders Submitting Proposals should clearly understand that any or all parts of their proposals are liable to be part of the negotiation procedure and that key personnel to be employed on the assignment may be called for interview.

o First, the technical evaluation of proposal will be done. Eligible bidder will also be called for technical presentation. The technical evaluation will be a total of 100 (One hundred) marks. The bidder will have to

score at least 60 (Sixty) marks (St >= 60 marks) to be declared as qualified.

o The owner may conduct clarification meetings with each or any bidder to discuss any matters, technical or otherwise.

o The commercial proposals of bidders who qualified based on above parameters will be opened. The lowest evaluated Commercial Bid (Fm) will be given the maximum commercial score (Sf) of 100 (one hundred) points. The commercial scores (Sf) of the other Commercial Proposals will be computed as per the formula – Sf = 100 x Fm/F, in which Sf is the commercial score, Fm is the lowest commercial quote and F is the commercial quote under consideration.

23. Signing of tender

o The bid must contain the name and place of business of the person or persons making the bid and must be signed and sealed by the Bidder with his usual signature. The names of all persons signing should also be typed or printed below the signature.

Page 17: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 17 of 45

o Bid by a partnership must be furnished with full names of all partners and be signed with the partnership name,

followed by the signature(s) and designation(s) of the authorized partner(s) or other authorized representative(s).

o Bids by Corporation/Company must be signed with the legal name of the Corporation/Company by

the President, Managing Director or by the Company Secretary or other person or persons authorized to bid on behalf of such Corporation/Company in the matter.

o Satisfactory evidence of authority of the person signing on behalf of the Bidder shall be furnished

with the bid.

Page 18: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 18 of 45

Section III

General (Commercial) Conditions of contract

1. Application

Submission of bid against this offer shall bind the bidder for the acceptance of all the conditions specified herein or in NIT.

2. Proposal validity

o The proposals shall remain valid for a period of 180 (one hundred and eighty) days from the last date of submission of tender.

o If required, the owner may ask the bidders to extend the proposal validity in writing. Proposals of the bidders who do not agree to extend the validity of proposal will be rejected and EMD will be forfeited.

o A bidder granting the request for extension of proposal validity will not be allowed to modify its proposal or put any condition for extending the proposal validity.

3. Cancellation of bid

o CRD, Gandhinagar reserves the right to cancel the bid (Tender) partly or fully without assigning any reason at any point of time

4. Contacting the purchaser

No bidder shall try to influence the Purchaser on any matter relating to its bid, at any stage. Any effort by a bidder to influence the Purchaser in the Purchaser's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid.

5. Time Schedule

o Work shall be completed within 45 days from date of work order.

6. Correction of errors

o Bids determined to be sub-sequentially responsive will be checked by the Owner for any arithmetic errors in computation and summation, Errors will be corrected by the Owner as follows:

Where there is discrepancy between amounts in figures and in words, the amount in words will govern.

Where there is a discrepancy between the unit rate and the total amount derived from the

multiplication of the unit rate and the quantity, the unit rate as quoted will govern, unless in the opinion of the Owner there is an obviously gross misplacement of the decimal point in the unit rate, in which event the total amount as quoted will govern and the unit rate will be corrected.

o The amount stated in the Bid Form will be adjusted by the Owner in accordance with the above procedure for

the correction of errors and shall be considered as binding upon the bidder. If the bidder does not accept the corrected amount of Bid, his Bid will be rejected and the EMD forfeited.

7. Award of Contract

CRD, Gandhinagar shall consider placement of letter of intent to the bidder whose offer has been found technically, commercially and financially acceptable.

8. Acceptance of award

The bidder, within 7 days of issue of letter of intent, shall give his acceptance by executing the agreement as per the Annexure 9 of section VI on a non-judicial stamp paper of Rs. 100/- the cost of which will be borne by the bidder himself.

Page 19: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 19 of 45

9. Work order

o The final Work Order will be issued only after the execution of the agreement (Annexure 9 of section VI) on a

non-judicial stamp paper of Rs. 100/-(One hundred only) at his own cost and in the form annexed hereto to

the effect that the bidder and CRD are bound by the terms and conditions of agreement which in turn, will

be the same terms and conditions of tender document.

o The performance security in the form of bank guarantee of validity of 1 year should be submitted within 7 days of contract to process signing of work order.

10. Annulment of contract

Failure of the successful bidder to comply with the requirement of Clause 8 of this section shall constitute sufficient ground for the annulment of the award and forfeiture of the bid security in which event CRD, Gandhinagar may make the award to any other bidder at the discretion of CRD, Gandhinagar or call for new bids.

11. Performance security

o Earnest Money deposited at the time of submission of the tender will not be adjusted towards Security Deposit on the acceptance of the tender.

o The successful bidder will have to deposit a Performance Security Deposit of 10% of contract value within 7 days of the contract.

o The performance security will be furnished in the form of the Bank Guarantee drawn in favour of CRD, payable at Gandhinagar and of one of the banks as mentioned in the FD GR no. EMD/10/2018/18/DMO dated 16-04-2018.

o The Performance Guarantees shall cover additionally the following guarantee to the Owner: The successful bidder guarantees the successful and satisfactory operation and maintenance

of the equipments/ materials under the Contract as per specification and documents.

The successful bidder further guarantees that the equipments/ materials operated and maintained by him shall be free from all defects in workmanship and shall upon written notice from the Owner, fully remedy, free of expenses to the Owner such defects as developed under the normal use of the said equipments and materials within the period of Warranty/Guarantee in the relevant clauses.

o Performance Security Deposit shall not bear any interest for any period whatsoever, and therefore, Interest shall not be payable by the CRD on the Security Deposit or on amounts payable to the Contractor under the contract.

o Performance Security Deposit shall be liable for appropriation / adjustment against any liquidated damages for delayed execution. If the contractor fails or neglects to perform any of his obligations under the contract, it shall be lawful for the CRD to forfeit either whole or any part of the Security Deposit furnished by the contractor.

o The performance security shall be considered for adjustment against liquidated damages only at the time of final conclusion of the contract and final settlement of account.

o If the contractor duly performs and completes the contracts in all respects, CRD shall refund the performance security to the Contractor after deducting all costs and other expenses that the CRD may have incurred for making good any loss due to any action attributable to the contractor which the CRD is entitled to recover from the contractor.

o Performance security will be refundable only after full settlement of final bill for the works contracted/executed under the contract and on submission of NOC from the concerned.

o All compensation or any other sum payable by the Contractor under the terms of the contract may be deducted from his Performance Security Deposit or from any sums which may be due to or may become

Page 20: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 20 of 45

due to the Contractor by CRD on any account whatsoever and in the event of his Security Deposit amount being reduced by reason of any such deduction, the Contractor shall within 10 days make good the same in cash or demand draft of any scheduled bank in favour of CRD.

12. Mobilization/Demobilization charges

o No Mobilization/Demobilization shall be paid by CRD

13. Insurance

o The equipment/items and services supplied under the contract shall be fully insured by the bidder against loss or damage incidental to manufacture or acquisition, transportation, storage, delivery and installation.

o The period of insurance shall be for the entire project duration from the date of acceptance of supplies by CRD. The Insurance cover should take care of natural calamities like earth quake, floods, accidental fire and also manmade calamities like riots, insurgency attacks etc.

14. Right to vary quantity

CRD reserves the right at the time of award of contract or at any time during the contract period, to increase or decrease the number of quantity up to 30%.

15. Payment terms

o No payment shall accrue until the performance guarantee bond has been furnished. The selected bidder engaged shall be responsible to invest in the project to implement.

o During warranty period, the Service Provider shall have full responsibility for the delivery of the services, including all operational, maintenance, and management activities, etc.

o Payment Schedule will be

90% after completion of work

10% after defect liability period

o Payment shall be made in Indian Rupees (₹). While making payment, applicable tax deductions will be made.

16. Inspection, checking and Testing

o All materials/equipment manufactured/supplied by the Contractor himself and/or by his sub- Contractor against the purchase order shall be subject to inspection, check and/or test by the Owner or his authorized representative at all stages and places, before, during and after his manufacturing.

o Inspection by the Owner and/or his authorized representative or failure by the Owner and/or his authorized representative to inspect the material/equipment shall not relieve the Contractor of any responsibility or liability.

17. Removal of rejected goods and replacement

o If upon deliver, whether inspected and approved earlier or otherwise the material/equipment is not in conformity with the specifications the same shall be rejected by the Owner or his duly authorized representative and notification to this effect will be issued to the Contractor normally within 30 days from the date of receipt of the material at the work/site/office.

o The Contractor shall arrange removal of the rejected items within 15 days of the notice of rejection failing which the owner shall be at liberty to dispose of such rejected items in any manner as he may think fit. All expenses incurred by the Owner in disposing off the rejected items including money paid to the Contractor shall be recoverable from the Contractor.

Page 21: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 21 of 45

18. Source of supply

o The Contractor will ensure that the indigenous capacity is utilized to the fullest extent possible in execution of this order. Where imports are unavoidable, all such items shall be imported by the Contractor in good time against his own import license without affecting the contractual delivery date/delivery schedule.

19. Defect liability period/warranty

o The defect liability period is for a period of 12 months from the date of completion of work. During this period the contractor has to attend to the problems if any observed and take corrective action to resolve the same at his own cost.

20. Additions/alterations/modifications

o The Owner reserves the right to make the additions/ alterations /modifications to the quantity of the items in the Purchase Order to the extent of ± 30 % of the value of the Purchase Order.

o Such an option shall be exercised by the Owner before completion of supplies under purchase order. The Contractor shall supply such quantities also, at the same rate as originally agreed to and incorporated in the Purchase Order. If, however the additional work is at variance in design, size and specifications & is not already covered by the Purchase Order of the amendments therein, the rates for such additional work shall be negotiated & mutually agreed upon.

21. Sub Letting

o The Contractor shall not transfer or assign this order. However the Contractor may appoint any sub-consultant with intimation to the owner. The responsibility to execute the work shall solely vest with the Contractor.

o Copies of sub-contract order shall be forwarded to the Owner.

22. Delay in the supplier’s performance

o Services under the contract shall be provided strictly in accordance with the schedule specified in the purchase/work order.

o Delay(s) in the performance of service obligations shall render the supplier liable to any or all; of the following sanctions i.e. forfeiture of performance security (S/D), imposition of liquidated damages and/or termination of the contract for default, and/or barring the supplier for 3 years.

o If at any time during performance of the contract, the supplier should encounter conditions impending timely delivery of the services, the supplier shall promptly notify the purchaser in writing of the full fact about the delay, its likely duration & cause(s). As soon as practicable after receipt of the supplier's notice, the discretion to extend the period for performance of the contract after mutual discussions, lies with the purchaser i.e. CRD

23. Liquidated damage charges

o In case of any delay in execution of the order beyond stipulated date of delivery work schedule, including any extension permitted in writing, the Owner reserves the right to recover from the Contractor a sum equivalent to 2 % (two percent) of the value of delayed material/equipment or unperformed services for each week of the delay and part thereof subject to a maximum of 10% of the total value of the order.

o Alternatively, the Owner reserves the right to purchase the materials/equipment from

elsewhere at the risk and cost of the Contractor and recover all such extra cost incurred by the Owner in procuring the material by the above procedure.

o Alternatively, the Owner may cancel the order completely without prejudice to his right under the alternatives mentioned above.

Page 22: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 22 of 45

24. Change in the scope

o The contractor is bound to execute all supplemental works that are found essential, incidental and inevitable during execution of main work.

25. Change in Quantities

o Being a lump sum contract on Turnkey basis, the contractor is bound to complete the entire work under the contract on a firm lump sum price quoted and on a single source responsibility basis.

o The Contractor shall be deemed to have satisfied himself as to the correctness and sufficiency of the contract price. Therefore the contractor is bound to execute all supplemental works that are found essential, incidental and inevitable during execution of main work at no extra cost to the employer.

o The cost due to such supplemental items of work shall be deemed to have included in the Contract price by the contractor.

26. Human Technological Resources:

Details of total professional staff by discipline, and any resources that are significant for this project.. The selected design firm should ensure that it includes individuals and sub-consultants to complete the works as detailed in this document. All individuals/sub-consultants shall be managed and paid by the lead designer. The design team selected to complete this work must have the following expertise:

Sno. Designation Qualification Year of Experience Nature of Project Handled

1 Architect B.arch , M.Arch 8 years and above

Museums Design , Projection Mapping space design, Space design, Interior designs, Building designs

2

Graphic designer /Computer Animation Designer

Bachelors of fine arts/visual arts , Masters of fine arts/visual arts

5 years and above

Visual content designs, graphics design, content design, Animations videos

3

Electrical and Mechanical Engineers B.tech in electrical , M.tech

8 years and above

Electrical services, MEP services

4 Civil Engineers B.tech in civil engineering , M.tech in civil engineering

8 years and above

Building Structure, Steel structures

5 Lighting Designer B.tech,M.tech in Electrical engineering

8 years and above

Monuments Lighting, Building electrification

6 Multi Media/ Video designer

Bachelors of fine arts/visual arts , Masters of fine arts/visual arts

5 years and above

Visual content designs, graphics design, content design, Animations videos

Page 23: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 23 of 45

7 Historian Bachelors of Arts, Matersof Art , Reserch scholar with history background

5 years above

Museums content Design , Projection Mapping content development content development

8 Project Managers Masters in Project Management 8 years and above

Museums , Projection Mapping space design, Space design, Interior designs, Building infrastructure

27. Termination of contract

o In case of any default by the contractor in any of the terms and conditions, CRD may without prejudice to any other right/remedy which shall have accrued or shall accrue thereafter, terminate the contract, in whole or in part, by giving one week’s notice in writing to contractor/ bidder.

o Notwithstanding anything contained herein, CRD also reserves the right to terminate the contract at any time or stage during the period of contract, by giving one week’s notice in writing without assigning any reason and without incurring any financial liability whatsoever to the contractor.

o The Owner shall, as soon as possible after such termination, certify the value of the works and all sums then due to the Contractor as on the date of termination.

28. Termination for insolvency

CRD may also by giving written notice and without compensation to the contractor terminate the contract if the contractor becomes unwilling, bankrupt or otherwise insolvent without affecting its right of action or remedy as hirer.

29. Force Majeure

o Neither party shall be responsible to the other for any delay or failure in performance of its obligations due to any occurrence commonly known as Force Majeure which is beyond the control of any of the parties, including, but not limited to, fire, flood, explosion, acts of GoG or any Governmental body, public disorder, riots, embargoes, or strikes, acts of military authority, epidemics, strikes, lockouts or other labour disputes, insurrections, civil commotion, war, enemy actions.

o If a Force Majeure arises, the Bidder shall promptly notify Owner in writing of such condition and the cause thereof.

o Unless otherwise directed by Owner, the successful bidder shall continue to perform his obligations under the contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

o The successful bidder shall be excused from performance of his obligations in whole or part as long as such causes, circumstances or events shall continue to prevent or delay such performance.

30. Disputes and arbitrations

o No case shall be filed on the terms and conditions of the TENDER DOCUMENT. No case shall be filed on the rights and prerogatives reserved by the GoG or CRD.

o State and the selected bidder(s) shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.

o If, after 30 (thirty) days from the commencement of such informal negotiations, CRD, GoG and the selected Bidder have been unable to amicably resolve dispute, either party may require that the dispute be

Page 24: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 24 of 45

referred for resolution to the formal mechanisms, which may include, but are not restricted to, conciliation mediated by a third party acceptable to both, or in accordance with the Arbitration and Conciliation Act, 1996.

o All Arbitration proceedings shall be held at Gandhinagar and the language of the arbitration proceedings and that of all documents and communications between the parties shall be in English.

31. Set off

Any sum of money due and payable to the contractor (including security deposit refundable to him) under the contract may be appropriated by CRD and set off the same against any claim of CRD for payment of a sum of money arising out of this contract or under any other contract made by contractor with CRD

32. Breach of tender condition

o In case of breach of any tender condition, delay or non-performance purchaser may take all or any of the following actions:

Forfeiture of EMD

Forfeiture of SD

Cancellation of contract

Forfeiture of retention money

Barring participation of bidder in all future tenders of CRD for a period of 3 years or more

33. Right to cancel the contract

CRD have the right to cancel the contract wholly or in part in the event he is obliged to do so on account of

any decline, diminution, curtailment or stoppage of the work(s), by giving one month notice.

Page 25: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 25 of 45

Section IV

Scope of work, Technical Specification and Bill of Quantity

A. Scope of Work:

This is a tender for Design, Development, Supply, Installation, Integration, Testing and Commissioning of “MULTI-

PROJECTOR BASED PROJECTION MAPPED SHOW” at the Dandi Kutir, Mahatma mandir, Gandhinagar. The scope

of work includes design of a multimedia show of about 15-20 minutes (which depicts Life of Mahatma Gandhi

and his thoughts on cleanliness & hygiene, Gram-swaraj, self regulation and self

depencence) supply, installation, integration, testing, commissioning and training of all the equipment

along with the especially developed software (content) with onsite warranty support and maintenance.

1. The outer surface of the building of the Dandi Kutir (Salt Mount) shall be used for the show. Necessary

seating arrangement will be done by the Purchaser. The entire work related to creating the desired projection

mapped show includes supply of equipment (such as projectors, media servers, sound systems, show control

system, accessories, cables, software and content) and the allied works such as placement and installation of

equipment, creation of control room (in specified area), integrating the entire equipment as well as creation

of content as per the storyline are in the scope of the work.

2. The projection should be designed within the available area as per the site and there is no scope for any

alteration of floor, ceiling, wall etc. of the site. Any installation is required to be done with utmost sensitivity

and care, without damaging the parts and the floor of the building.

3. Supply and installation of projectors and mapping of projectors on the given area should be done in

accordance with the directive of the OEM, for best results. This shall be in the scope of work.

4. Supply and installation of high performance multi-channel media server and playback system to playback

digital content and static imagery shall be in the scope of work. The vendor shall provide a user friendly

Graphical User Interface to control entire system, including audio system, etc. from the same interface.

5. Supply and installation of Data cabling to carry lossless video signals from amongst the sources viz. Media

Servers and playback system to projectors and/or video players and high speed data path network (if any)

among computing and storage elements through fibre optic cables are also in the scope of the work. Any

other cable/connector/adapter/repeater/audio/video cable etc. if any required shall be in the scope of work

6. Proper dressing up of power and data cabling for all systems and devices so as not to cause interference with

video signals and data networks shall be ensured by the successful vendor and shall be in the scope of work.

7. A multi-channel audio system which gives the best audio experience to the viewers and which provides

proper listening at the sight considering the open environment and area of the site complete with amplifier,

mixer and high quality speakers etc. shall be in the scope of work.

8. Detailed design, material specifications, supply and installation for lighting and general illumination of the

sitting area with DMX controller, to be controlled through show control system as given shall be under the

scope of the agency.

9. The agency shall provide site plan document with plan, elevation and mounting details for placement of

Page 26: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 26 of 45

Projectors, speakers in the visitors’ area, Rack Mounted assemblies for Media Servers and Playback system,

audio amplifier, mixer, mic and other allied system.

10. Panel based show control systems shall be provided for controlling general audio, projectors, video server etc.

Panel based show control system shall be located in the control room for operation of the show. The system

should be designed keeping in view that it must be manageable from a single control system (the show

controller)

11. All metallic structures for mounting of projectors, speakers, Media server etc shall be coated with anti-

corrosive treatment and painted such that they are made inconspicuous. All safety measures shall be

considered while designing for safety of people and equipment.

12. The detailed specification of all the equipment and content is provided in Annexure 5

Bidders Must Note the Following :

The project is time bound and the timelines are in no way negotiable.

Weekly execution schedule has to be submitted by the bidder

The bidder is also required to mention and highlight the unique feature of their work across their projects in their presentation before the committee when called for the presentation.

Main theme of the content in the projection shall be cleanliness & hygiene, Gram-swaraj, self regulation and self depencence.

The projection will be on the outer surface of the Salt Mount, Dandi kutir. So, Bidders are required to familiarize themselves with the location and the requirements of the project for the location before attending the pre-bid meeting.

Scope includes

o Prepare preliminary design concept studies of types, quality of materials, finishes of proposed layouts. o Recommendations for special design treatments and lighting

o Services layout drawings

o Incorporate the Owner team comments into possible changes in terms of design, layout and specification.

1. Tender and Administration of implementation Phase

o The Bidder will be responsible for the management of the overall project budget and cost plans.

o Conduct field inspection of all work and review for compliance with construction, equipment installation documents, drawings and other relevant documents. The Bidder must be available as needed to clarify contract documents and to resolve any design, technical or specification issues and/or problems that arise at meetings or on the Site.

2. Post Handover / Completion o Provide two sets of operations and maintenance manuals (O&M Manual), including but not limited

to all as-built drawings, specifications, names, addressed and contract details of all Contractors and sub-contractors for the project. All parts number, reference codes and the like must be included in the O&M manual.

o Assist, if required, on periodic maintenance inspections and initial warranty reviews. o Undertake a final inspection and rectify all defective works during and at the end of the Defects

Liability Period.

Page 27: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 27 of 45

3. Generally

o Implement document control systems. o Prepare design and quality reports for the Owner and attend all meetings as required.

o Provide commitment to the cost plan. o Provide commitment to the overall design program; work with the project team to meet the

dates set.

o Prepare weekly progress reports on design co-ordination, procurement and construction.

Section V

Special Conditions

1. Submission of drawings and specifications generally

o The Bidders Detailed Proposal shall be understood to indicate the form, dimensions, class and description of

materials and standard of workmanship to be used but shall not be taken to embody each and every detail or process or refinement of form or construction proper to the standard of product required under this Contract.

o All disparities, incompatibilities or conflict between dimensions or between dimensions and scale shall be referred

to the Bidder. The Owner will not be responsible for the cost of any unapproved work constructed in error through the Bidder or his staff not having observed this condition.

2. Variation to work

o The Owner shall have the power to vary the Work in any way deemed necessary (only through written

confirmation). o Upon request by the Owner to vary the Work, the Bidder shall, within a reasonable time (which shall in all events

be not more than three (3) working days from the date of such request), inform the Owner about its reasonable assessment as to whether the requested change would involve additional work or time or other resources as to render such request as being one that will cause the Bidder to perform work that falls outside the scope of the scope of Work (“Additional Work”).

o In the event the Bidder reasonably assessed that no Additional Work is required, the Bidder shall notify the

Owner in writing and upon written confirmation by the Owner, agree to the request by the Owner at no additional charge.

o In the event the Bidder reasonably assessed that Additional Work is required and subject to the Owners prior

written approval:

the Bidder shall perform the Additional Work on the terms of the Contract as may be applicable to it, at the rates approved by the Owner in writing; and

the Contract Period shall be extended as a result of the Additional Work, by a period of time to be

agreed between the parties in writing, such agreement not to be unreasonably delayed and withheld. o In the event the parties fail to agree on any issues that require the agreement of the parties, or the Owner fails

to give such approval as may be required, under this Clause, the Bidder shall continue to perform the Work as if no change request was made by the Owner.

o Save as expressly provided for in these Conditions of Contract, no variation in the terms of the Contract shall

Page 28: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 28 of 45

apply thereto unless such variation has first been accepted in writing between Bidder and the Owner.

o In no case will the Bidder be entitled to extra payment or an extension of any Deadline if the variation is ordered as a reasonable consequence of defective work or materials supplied, or from any other breach of this Contract by the Bidder.

3. Variation to working method o If the Owner gives specific instruction because the Bidder has used an unsafe working methods or the Works

are unsafe or which may adversely affect the quality or durability of the Works, or as a result of defective work or any other breach of Contract by the Bidder, the Bidder shall not be entitled to additional payment.

4. Statutory Obligations

o The Bidder shall comply with all statutory and government requirements, including acquiring all necessary permits and approvals necessary. The Bidder ensure that all staff, employees and sub-contractors have the required qualifications to carry out the Works as assigned to them and meet all statutory requirements, permits and approvals, as maybe required by law. The Bidder ensure that all staff & labors are covered under labor compliances.

o Should there be any legal requirement which requires varying the Bidders methods of work or the Works as set out in the Bid, the Bidder shall do so at no additional cost to the Owner.

5. Defective work

o In cases where the Bidder has carried out defective work or used defective materials, Owner shall be entitled

to: Where reasonable to do so, order a suspension of work and further inspect the work to determine the

exact nature of the defect

To order the removal or replacement of defective work or material without any additional payment, or

Withhold a payment until the defective work has been rectified.

6. Completion o On completion of the Works and before handing over the Works, the floors, glass, fittings, tiling,

ironmongery, paintwork, etc. are to be professionally cleaned using approved detergents, scrapers, scrubbing brushes, etc., all windows, drawers, doors and hardware eased and tested exposed metalwork shall be polished as necessary and the premises left clean and fit for occupation.

o The Bidder shall prepare/co-ordinate the production of all as built drawings and maintenance manuals as required by the Conditions of Tender which shall be issued to the Owner within 2 weeks of the Practical Completion Date.

7. Defects after completion

o The Bidder shall remedy and make good at no cost to the Owner all goods, defects, other faults which shall appear within the Defects Liability Period in accordance with the Bidders Detailed Proposal or the Bidder may have the defects made good at his expense by a local contractor approved by the Owner.

o Acceptance of any improper delivery does not prejudice the Owners right to demand adequate assurance of future

performance. o For the avoidance of doubt, the provisions of this Clause shall in no way affect the rights and remedies expressly

reserved herein to the Owner or bar the Owner from claiming all expenses, loss and/or damage incurred or sustained by the Owner in the event of any breach by the Bidder of the Contract.

8. Bidders control of site

Page 29: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 29 of 45

o The Bidder shall constantly keep a competent supervisor in charge on the Site and shall notify the Owner

or the name of the supervisor.

o The Owner shall be entitled to prohibit from the Site any person who can be reasonable regarded

as prejudicial to the quality, safety or speedy completion of the works. o The Bidder shall exercise all reasonable care in his control of the Site and shall be responsible to

ensure that the use of any temporary works, and methods of working are appropriate to safeguard the Works themselves, all other unfixed materials and goods together with any adjoining property.

o The Bidder is to protect in all ways building and other property of things that may be disturbed or

damaged during the execution of the works. o The Bidder shall be entirely responsible for ensuring that no damage is caused by his work people

including Sub-contractors and specialist contractors (whether nominated or not) and if any such damage is caused he shall be entirely responsible for the entire cost of reinstatements whether carried out by himself or others.

o The Bidder shall not allow any unauthorized visitors on the Site and it to keep a visitors book.

o The Bidder is to employ protect all finished works including electrical fittings, built-in-fixtures, metal

work, glass, tiles and all other wall and floor finishing‟s, and will be responsible for any damage caused by carelessness and negligence in this respect.

o The Bidder must keep the Site clean, tidy and dry at all times and free from rodent or other infestation.

Rubbish & debris shall be removed by the Bidder on a daily basis and will not be permitted to accumulate either on Site or in any other area within the base building except areas as agreed with the base building management / Landlord.

o Electricity and water for the Work shall be supplied by the Owner to the bidder working on Site. The cost of all electricity and water consumed by the Bidder shall be refunded to the Owner according charges made by the Landlord or related Authorities.

9. Safe custody of materials

o The Bidder will be responsible for the safe custody of any materials delivered on to the Site and will be required to reinstate at his own expense any such materials that may be lost or stolen.

o The Bidder will also be required to reinstate at his own expense any materials or article damaged by

careless handling or storage or interior workmanship by his workmen either in the original fixing or in the subsequent taking down and re- fixing thereof.

10. Technical Examination/Audit

o In case of Technical Examination/ Audit any time during execution or even after 12 months of completion

of work, the Contractor shall be liable for defects/quality of the work and financial consequences as a result of deficiencies observed/recorded in Technical Examination /Audit report.

o Necessary documents/supporting vouchers (In Original) store registers/records, materials, test certificates

and any other details as asked for during Technical Examination/Audit by the concerned authority shall be provided by the Contractor to the full satisfaction of Technical Examiner during technical Examination/Audit of the work.

Page 30: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 30 of 45

o If as a result of such audit and/or technical Examination any sum is found to have been overpaid, the Contractor shall be liable to refund the amount of over-payment and it shall be lawful for Engineer-In-Charge to recover the same from him in any manner permissible under the contract or legally.

11. Other conditions o The work shall generally be carried out, in accordance with the description of items, Special conditions,

Additional specifications & Technical details, General conditions of contract for design and instructions of Engineer-in-Charge.

o The order of preference in case of any discrepancy between various documents as referred to in this tender shall be as under:

Nomenclature of items as per Bill of Quantities.

Special conditions Additional specifications & Technical details. General conditions of contract Indian Standard Specifications (latest version up to the last date of receipt of Tender including

revision/amendments issued by BIS)

Sound Engineering practice as directed by engineer-in-charge.

o The Contractor shall give performance tests of the entire installations(s) as per specifications and

drawings before the work is finally accepted and nothing extra whatsoever shall be payable to the contactor for these performance tests.

o On completion of work the Contractor shall submit at no extra payment four prints of “as built” drawings to

Engineer-In-Charge. These drawings shall have the relevant information o The Contractor shall comply with all laws and statutory regulations dealing with employment of labour.

o No payment shall be made to the Contractor for any damage caused by rain, floods or any other natural cause, whatsoever during the execution of work. The damage to work shall be made good by the Contractor at his own cost and no claim in the matter shall be entertained.

o Security Watch and Ward: The Contractor shall employ necessary establishment for security and shall be

fully responsible for the watch and ward of all equipments, materials, pipes, fitting, fixtures etc provided by him against pilferage and including breakage during the period of installation and thereafter till the building is handed over to PFC by the Contractor.

Page 31: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 31 of 45

Section VI Annexure

Annexure 1

BIDDER’s DETAIL

For providing Design, supply, Installation, Testing, Commissioning & Post Warranty annual maintenance of Multy

projector Projection mapping Setup at the Dandi Kutir at Mahatma Mandir, Gandhinagar.

1. Name of the tendering company :

2. Name of authorized signatory :

3 Full address of reg. office :

4 Correspondence address :

5 Contact person details

Name :

Telephone no. :

Fax no. :

E-mail address :

6 Type of firm

a. Government/ Public Sector Undertaking

b. Proprietary Firm c. Partnership firm

d. Limited company or Limited Corporation

e. Member of a group of companies

f. Subsidiary of a large corporation

7 Year, date and place of incorporation of company

:

8 Former name of the company, if any :

9 GST registration no. :

10 PAN no. :

11 Profile of the firm : To be attached

Registered document as per format in annexure 6 of section VI authorizing the signatory to sign the tender on

behalf of the company should be attached with this

Signature of bidder with seal

Page 32: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 32 of 45

Annexure 2

Detail of work carried out

Sr. No.

Name & address of organization where

work executed

Type of work Order Value

₹ in crore

Year of execution

Signature of bidder with seal

Page 33: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 33 of 45

Annexure 3

Financial Information Summary

Sr. No.

Description FY 2014-15 FY 2015-16 FY 2016-17 Average turnover

1 Turnover (₹. In Lacs)

2 Net profit (₹. In Lacs)

3 Net worth (₹. In Lacs)

Signature of bidder with seal Signature of chartered accountant with seal

Date : Date. :

Name : Name :

Address : Address :

Contact No. : Contact No. :

E-mail: : E-Mail :

Membership : no.

Page 34: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 34 of 45

Annexure 4

DECLARATION REGARDING BLACKLISTING/ NON-BLACKLISTING FROM TAKING PART IN GOVT. TENDER BY GOVT. DEPT

(To be executed on Rs.20/- Stamp paper &attested by Public Notary/Executive Magistrate by the bidder)

I/We Director(s)/Authorized Signatory of of M/S ____________________________ hereby declare that the firm/Company has not been blacklisted or debarred in the past by CRD or any other Government Department/Organization/Undertaking from taking part in Government tenders.

In case the above information found false, I/We are fully aware that the tender/ contract will be rejected/cancelled by

CRD and EMD/SD shall be forfeited. In addition to the above, CRD will not be responsible to pay the bills for any

completed / partially completed work.

SIGNATURE OF THE BIDDER WITH SEAL

Page 35: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 35 of 45

ANNEXURE - 5 DETAILED BOQ - DANDI KUTIR Projection Mapping

Item No. Description Of Item UNIT QTY Make & Model Remarks

A Audio System

1 Multi Driver Full Range Loudspeaker, Frequency Bandwidth (-10 dB): 50 Hz to 16kHz or better, Nominal horizontal Dispersion: Shall be between 90-100 degrees, Nominal Vertical Dispersion: Shall be between 70-90 degrees, Long Term Power Handling: 200W or better, Impedence : 8 Ohms, Free Field Sensitivity(SPL / W @ 1 Mtr) Passive mode: 91 dB or better, Max SPL @ 1 Mtr (Cont.) Free Field: 116 dB or better, Outdoor Operation: IPX5 or better, Installation: four M8-M10 threaded inserts for suspension.

No.

2 12" Bass module with Dual 12" High excursion drivers or better, Construction: Exterior grade Birch plywood with Weather protection, Mode of Operation: Parallel or Discrete connection per woofer, Voice Coil rating: 4" Voice coil or better, Frequency Response (+/-3dB): 40 Hz to 260Hz or better, Frequency Bandwidth (-10 dB): 36 Hz to 280Hz or better, Nominal Dispersion: Omnidirectional below 200Hz, Long Term Power Handling: 2x400 Watts or 800W, Impedence : Discrete Mode: 2x8 Ohms, Parallel Mode: 1x4 Ohms, Free Field Sensitivity(SPL / W @ 1 Mtr) : 94 dB or better, Max SPL @ 1 Mtr (Cont.) Free Field: 123 dB or better, Outdoor Operation: IPX5 or better, Installation: Sixteen M8-M10 threaded inserts for suspension.

No.

3 Hardware for Bass unit No.

4 Audio DSP -8x8 Digital Signal Processor with Number of Min Channels: Analog Inputs : Min 8 Mic/Line configurable, Outputs : 8 Analog Line outputs or better, A/D and D/A Convertor: 24 bit or better, Sampling Rate: 48kHz or better, THD: <0.01% or better, Dyanmic Range: > 108 Db or better, Communication Port: Ethernet or equivalent, Others: Additional Digital Outputs, low Latency Dante Network Audio connectivity minimum 32x32 ch.

No.

5 Controller - Audio DSP - Master Controller with Power Supply with Controller: Programmable network controller manages gain settings or scene selections, Controls: Programmable functions over encoders / touch screen, Connectivity: Ethernet - 10 base 100 or better, Display: Multi character backlit LCD

No.

Page 36: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 36 of 45

6 Multichannel Amplifier - Upto 4000W - Class-D Configurable Power Amplifier with Number of Min Channel: 8 Channels or better, Cont. Power Per Channel : 500W @ 4Ohm or better, Power bridge Mode: min 1000W @ 8 ohms (bridged 2 channel) or better, Voltage Gain: 32 db or better, THD (at 1 W, 20 Hz to 20 kHz): <0.4% or better, Signal-to-Noise Ratio, Analog Input: > 102 dBA (1 dB below Max rated power, A-weighted), Damping factor (10-1000 Hz, 4 ohms): >1000 , A-D / D-A processing: 24 Bit, 48kHz sampling with a total Analog in- amp out latency of 1ms or lower, Signal Routing: 8x8 built-in, Input EQ: 5 Band PEQ, Filters: Bandpass BW or LR with upto 48dB/Octave rolloffs, Loudspeaker PEQ: Speaker presets / 9 Band Programmable PEQs, Output Delay: Configurable - upto 3s across outputs, Limiters: Peak and RMS voltage limiters, Protection: High temperature, DC, HF, short, voltage limiter, current limiter, inrush current etc, Cooling: Variable speed fans, Connectivity: Analog inputs with option for popular Digital / Network audio formats.

No.

B System Integration, Media Server& Control System

1

Designing , Supplying, Installation , Testing and commissioning of 3D Projection mapping software (Dataton/Coolux/ D3 or Equivalent) . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

2

Designing , Supplying, Installation , Testing and commissioning of Display server as per approved make with peripheral devices. 19 inch 4 U Chassis media server with minimum 4 HD outputs, synced together. It should be capable of capturing content. Original windows 7 embedded with i7 six core CPU. Rugged cooling system. 2 nos 512 GB SSD drives raid 0 drives for media playback and 1 no. 256 GB SSD for operating. It should also have genlock and framelock capability. Should also have Art-net Ethernet in/out. . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

3

Designing , Supplying, Installation , Testing and commissioning of Production Server of approved make with peripheral devices. 19 inch 4 U chassis media server with minimum 4 HD outputs, synced together. It should be capable of capturing content. Original windows 7 embedded with i7 six core CPU. Rugged cooling system. 2 nos 512 GB SSD drives raid 0 drives for media playback and 1 no. 256 GB SSD for operating. It should also have genlock and framelock capability. Should also have Art-net Ethernet in/out. . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

4

Designing , Supplying, Installation , Testing and commissioning of Video Transmitters & Receiver - Fibre Optic compatible (Extron/Kramer/ Lightware or Equivalent) . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

Page 37: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 37 of 45

5

Designing , Supplying, Installation , Testing and commissioning of Professional unmanaged Network Switch 8 port with Rack mount gigabit network switch which should be plug and play and support upto 1000 mbps of data transfer. It should support IEEE 802.3az standard for reduced power consumption. Should be capable of 24/7 operation (Cisco/ Netgear / Dlink or Equivalent) . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

6

Designing , Supplying, Installation , Testing and commissioning of Playback control System which can manage, schedule and control the media severs. It should have direct control on inputs and media timelines. It should have an option of being controlled by an external unit integrated with the software. It should have pre-configured actions of drag and drop. (Medialon/ Dataton/ Alcorn McBride or Equivalent) . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

7

Designing , Supplying, Installation , Testing and commissioning of Show Control Master programming server as per approved make with with peripheral devices & programmable interface. 19 inch 4 U Chassis server to control and monitor the projectors, media servers and other auxiliary functions. Should have original windows 7 embedded with 16GB RAM, 1TB SSD, and rugged cooling system. It should have Art net Ethernet (in/out) facility. Should have preloaded control softwares of all the hardware installed on site. . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

8

Designing , Supplying, Installation , Testing and commissioning of Equipment Rack – 19 inch standard 36 U rack with all required accessories (Valrack / Rittal / APW President or Equivalent) . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

9

Designing , Supplying, Installation , Testing and commissioning of Cable & connectors (OFC & Cat 6 STP. Military grade fibre optic) & accessories. (Kramer/ Extron/ Beldon or Equivalent) . The cost shall include the carriage of materials in all lead , lifts and heights.

No.

10

Designing , Supplying, Installation , Testing and commissioning of Porta Cabin for housing projector and servers and connections to (A) Audio System, (B) Media Server and Control System and (C) Video Projection Technology including air conditioning

No.

C VIDEO PROJECTION TECHNOLOGY

1

Supply , installation, testing and commissioningVideo-Projector Resolution: 1920X1200 Technology: 3 DLP native 4k projector or better solution,min. 20000 lumen, Xenon lamp technology , Contrast ratio: up to 2000:1 Lamp life to 3,000 hours (Eco max. 3,000 hrs) long-life AC lamps Support for multi-screen (multiple projectors for projection - edge blending, color matching, multi- screen processor)

No.

Page 38: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 38 of 45

2

Moving Head Spot with Optics: Light Source: High power RGBY LED Light source, LEDs expected lifetime: 50,000 hours*, Zoom range, 16 bit: 8° to 43° + pseudo zoom 1° to 43°, Focus: Auto focus, Prism: 4-facet rotating prism, Frost:Variable 0% - 100%, Photometric: Total Output: 17,000 lumen, Color temperature range: 2000K - 10000K, CRI at White 9000 Kelvin: ≥85, CRI at White 5000 Kelvin: ≥80, Efficacy: 15.5 lm/W, Gobos: Outside diameter: 37,5 mm, Maximum image diameter: 32 mm, Maximum thickness:1.1 mm black&white or 3.5 mm colored glass, Glass gobo: Borosilicate high temperature glass, Metal gobo: Not recommended, Features: Iris: 1-100%, Pulse effects, Dimming: Electronic, Strobe: Ultra-high-speed strobe effect (1-50Hz), Pan/Tilt: 540° / 270°, Gobo wheels: 2 independent rotatable gobo wheels: Gobo wheel 1: 5 indexable gobos + open, Gobo wheel 2: 5 indexable gobos + open, Effect wheels: 2 independent effect wheels with Semi-continuos effect, Electrical: AC Power,nominal: 200 - 240V 50/60 Hz, AC Power, max. Rating: 190 - 264V 50/60 Hz, Power supply unit: Auto-ranging electronic switch-mode, Main fuse: T12A-250V, Max. power consumption: 1100 W, Standby power: 75 W, Programming and Control:

No.

Protocol: USITT DMX512A, Setting and addressing: Control panel, RDM or RFID, Wireless DMX: LumenRadio with RDM, 16-bit control: Dimmer, Tilt and Pan, Color temperature control: Linear CTO/CTB, DMX channels: 24/30,Physical: Material: Aluminium, Steel, Plastic PA6.6, IP class: IP65, Thermal: Temperature range: -10°C - 40°C (14°F - 104°F), Humidity: 98%, Cooling: Active, Connections: AC power input: Neutrik true1 power input connector, DMX data in/out: IP65 Neutrik HD locking XLR 5-pin cable, 0.2m (7.8 in).Type: G-Spot, Make: SGM/ DTS/ROBE

D SERVICES- Content development

1

Script writing: Writing 15-20 minutes script for projection mapping in 3 languages- Gujrati, Hindi and English. The script will be based on the inspiration of Gandhi ji , The story of struggle and country formation, associated history .. This includes the over all research on the subject from various sources like books, internet and user interviews. The scriptwriter will be present during development of animation. Script writing should be done by nationally recognised writer with past expereince in similar works .

3

2

Creative direction:Designing and drafting of visual storyboard, storytelling, testing and finalization of script, animation, graphics, voiceover and music. Drafting the video timeline with frames. 20 minute film (1200 seconds)

1200 sec.

3 Creative Production: Over all project time line. Integration of all Technical Installation of Projectors with 3D modeling of 3d wall screen . Integration of video content with 3d surface.

1

4 Shooting/Archival video editing /shooting of greens to create content for projection in HD quality or equivalent.

2

Page 39: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 39 of 45

5

Music Direction and creation, Conceptualization and finalization of music design for VO, making of music, recordist for music,musician for flute, sitar, tabla, dholak, tanpura, jhanjh, sarod, santoor etc and foley sounds.Back ground sound. Sound engineering, studio voice over recording, archival sound and post editing of VO music and visuals. 20 minute film (1200 seconds)

1200 sec.

6

Narration : Narration of 20 minutes by recognised personalities for gujrati, Hindi and English . This will include recording , editing and modulation of voiceover . Suggested Artists Amitabh Bachchan, Nana Patekar, Anu Kapoor, Kabir Bedi,Paresh Rawal,Abhishek Bachchan or equivalent.

3

7 Development of 3D Projection Mapping graphics. Designing of 3d + 2d animations. Over all Rendering. (1200 seconds)

1200 sec.

E Operations and Maintenace

1 Maintenance of Complete Video Projection and Audio System, including Servers for a period of 3 years

LS

2 Operating of Complete Video Projection and Audio System for a period of 5 years

per month

Page 40: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 40 of 45

Annexure 6

AUTHORISATION LETTER

(ON THE LETTER HEAD OF THE ORGNISATION /FIRM)

We authorize [Name of the person], who is employed and holding the position

of ...................................[Designation] in our Company, to submit bid on our behalf and do all such acts,

deeds and things necessary in connection with or incidental to submission of Bids for

.................................................... [Name of the Bid].

The Signature of the Authorized Person is also attested herewith.

Signature of Authorized Person: Full Name:

Designation:

Signature: Full

Name:

Designation:

Address:

41

Page 41: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 41 of 45

Annexure 7

DECLARATION REGARDING ACCEPTANCE TO TERMS & CONDITIONS OF THE TENDER

1. I/We, Director/authorized signatory of the Company M/s ,

is competent to sign this declaration and execute this tender document.

2. I have carefully read, understood and accept all the terms and conditions of the tender and undertake to abide

by them.

3. The information / documents furnished along with the above application are true and authentic to the best

of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information /

fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution

under appropriate law.

SIGNATURE OF THE BIDDER WITH SEAL

Page 42: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 42 of 45

Annexure 8

PROFORMA FOR BANK GUARANTEE FOR EMD

(To be stamped in accordance with Stamp Act)

To,

The Commissioner of Rural Development Gandhinagar

Dear Sir,

In accordance with your Tender Specification No .................. M/s. ..........................................

Having its Registered/ Head Office at ...........................................................(Hereinafter

called the “Bidder”) wish to participate in the said bid for .............................................

.................................................................................................... valid for ...........................

months from the date of bid opening is required to be submitted by the Bidder as a condition precedent

for participation in the said bid which amount is liable to be forfeited on the happening of any contingencies

mentioned in the Bid Documents.

We, the ................................... Bank at .................... Having our Head Office at .....................

Guarantee and under to pay immediately on demand by client, the amount..................................................................................... (In Figures & Words) without any

reservation, protest, demur and recourse. Any such demand made by said Owner shall be

conclusive and binding on us irrespective of any dispute or difference raised by the Bidder. This

guarantee shall be irrevocable and shall remain valid up to ................................ If any further extension of

this guarantee is required the same shall be extended to such required period (not exceeding one year)

on receiving instructions from M/s.......................................on whose

behalf the guarantee is issued. In witness whereof the Bank, through its authorized officer has set its hand

stamped on this ...................... day of........20.....at..............

WITNESS:

(Signature)

Name

(Signature)

Name

Attorney as per Power of

Attorney No.

Date...........................

(Official Address)

* The amount should be as indicated by the Owner.

** This date should be 30 days after the date for which bid is valid.

Note: The non-judicial stamp papers for this EMD should be purchased in the name of the issuing Bank. ii) This bank

guarantee must be issued by a nationalized Indian Bank/Commercial bank as indicated in Clause

Page 43: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 43 of 45

Annexure 9

Contract Agreement

THIS CONTRACT AGREEMENT is made on the [ insert: number ] day of [ insert: month ], [ insert:

year ]. BETWEEN

(1) The Commissioner of Rural Development, 3r d floor, block no. 16 Dr. Jivraj Mehta Bhavan,

Sector 10 B, Gandhinagar- 382010

and

(2) [insert name of the Contractor, a corporation incorporated under the laws of [insert: country of Contractor] and having its principal place of business at [insert: address of Contractor] (hereinafter called “the Contractor”).

WHEREAS the Employer invited tenders for the execution of the Works, described as Design, Supply, Installation, Testing, Commissioning & Post Warranty Annual Maintenance of Multi-Projector Projection Mapping setup at the Dandi kutir, Mahatma Mandir, Gandhinagar, Gujarat.

and has accepted a Tender by the Contractor for the execution and completion of these Works and the

remedying of any defects therein, and the Employer agrees to pay the Contractor the Contract Price or such

other sum as may become payable under the provisions of the Contract at the times and in the manner

prescribed by the Contract.

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Contract documents referred to. _

2. In consideration of the payments to be made by the Employer to the Contractor as indicated in this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy defects therein in conformity in all respects with the provisions of the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Agreement to be executed in accordance with the laws of . . . . . [name of the borrowing country] . . . . . on the day,

month and year indicated above.

Signed by: _ _ Signed by: _ _

For and on behalf of the Employer in the

presence of

for and on behalf the Contractor in the presence of _

Witness: _ Witness: _

Name: Name:

Address:_ _ Address:_ _

Date: Date:

Page 44: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 44 of 45

Annexure 10

Query Form

Tender to Design, Supply, Installation, Testing, Commissioning & Post Warranty

Annual Maintenance of Multi-Projector Projection Mapping setup at the Dandi kutir,

Mahatma Mandir, Gandhinagar, Gujarat.carry out Interior designing & execution work for Restaurant /Cafeteria/Food Kiosk at Mahatma Mandir, Gandhinagar, Gujarat.

The queries in the below format should be sent to [email protected] .

Name of organization Address Phone no. E-Mail

Sr. No.

Section no. and clause no. of tender

document

Query Remarks

Bidders Sign with Seal

Page 45: Tender Projection Mapping - ruraldev.gujarat.gov.inruraldev.gujarat.gov.in/writereaddata/Portal/Tender/18_2/1_Tender-for-projection... · phrases of like importance are used for the

Page 45 of 45