NATIONAL COUNCIL OF SCIENCE MUSEUMS

advertisement
NATIONAL COUNCIL OF SCIENCE MUSEUMS
SECTOR - V, BLOCK - GN, BIDHANNAGAR,
KOLKATA - 700 091
TENDER NO. I – 18016/1/15(36)
Sealed Tenders are invited from reputed Automobile Bus Body Builders for Fabrication and Supply of 04
Nos. Mobile Science Exhibition Bus on TATA LP-712/42 BS IV Chassis strictly as per Council’s drawing
and specification. Interested and reputed contractors having proven experience of minimum five years in this
field with strong financial background and having own Garage / Workshop may obtain
prescribed Tender
Documents for the above job from this office on any working day or download the same from Council’s
website www.ncsm.gov.in . Tender should be submitted in two parts i.e. Part – I (Technical & Commercial
Bid) and Part – II (Financial Bid). Sealed tender containing ‘Part – I’ and ‘Part – II’ both duly accompanied by
the Earnest Money of Rs. 1,00,000/- (Rupees One Lakh Only) will be received at this office up to 19.6.2015.
Sealed covers containing ‘Part I’ shall be opened at the first instance at 4.00 p.m. on 20.6.2015 for evaluation
of the tenders and at the second stage, the sealed covers containing ‘Part II’ of only the techno-commercially
acceptable offers shall be opened at 4.00 p.m. on 25.6.2015. Late tender/s shall not be acceptable. Tenderers
may be present on both the days during opening of Tenders. Decision of the Council, regarding selection of
eligible firms for opening of Financial Bid (Part-II), shall be final and binding on the tenderer.
NATIONAL COUNCIL OF SCIENCE MUSEUMS
SECTOR-V, BLOCK-GN, BIDHANNAGAR,
KOLKATA – 700 091.
TENDER NO. I-18016/1/15(36).
INSTRUCTION OF FILLING THE TENDER
Tender for Fabrication & Supply of Mobile Science Exhibition Bus on TATA LP 712/42 BS IV Diesel
Engine Chassis strictly as per Council’s Drawing & Specifications.
01. The “Instruction”, “Technical specifications”, “Drawings” and “General Terms & Conditions” given
herein will be strictly binding on the tenderers and deviation, if any, will make the tender or tenders liable
to be considered invalid. Tenders incorporating additional conditions by the tenderer are liable for
rejection.
02. Tenderer shall fill up the enclosed “Technical and Commercial Bid Document” and submit the same
along with the “General Terms & Conditions”, “Declaration”, “Technical specifications”, “Drawings”
and “Proforma of Agreement” duly signed on all pages with official stamp as a token of certification and
their acceptance.
03. Tenderer shall fill up the enclosed “Offer Form (Financial Bid)” and submit the same in the sealed
envelope duly filled in, signed with official seal on all pages.
04. Offer should be submitted in sealed cover along with the Earnest Money of Rs. 1,00,000/- (One Lakh
only) by way of Crossed Demand Draft / Pay Order on any nationalised bank of India payable in favour
of “NATIONAL COUNCIL OF SCIENCE MUSEUMS, KOLKATA”. Earnest Money Deposit in the
form of Bank Guarantee bond or any other bond shall not be accepted. Earnest Money deposits in respect
of such offers, which are not accepted, will be returned to the Tenderers within 30 working days from the
date on which the final decision is taken about the source from which the items under tender are to be
procured or within 2 months from the date of opening of the tenders whichever is earlier. Earnest Money
Deposit in respect of the successful tenderer will be retained with the National Council of Science
Museums, Kolkata until execution of the order as per terms of the tender. If the successful tenderer fails
to execute the order strictly as per the drawings and specification, provided by the National Council of
Science Museums, Kolkata, in full or in part within the stipulated delivery period of the purchase order,
the Earnest Money deposit retained with the National Council of Science Museums shall be forfeited
forthwith after cancellation of the concerned order. No interest will be paid on the Earnest Money
Deposited with National Council of Science Museums, Kolkata.
05 Incomplete offers i.e. offer received without “Earnest Money”, prescribed “TECHNICAL &
COMMERCIAL BID DOCUMENT”, “OFFER FORM”, “DECLARATION”, “GENERAL TERMS
AND CONDITIONS” and “PROFORMA OF AGREEMENT” duly filled in, signed with official seal on
all pages will be rejected straightway without any further reference to the Tenderers.
06. Telegraphic and conditional offer shall not be accepted.
07. Overwriting in the “Technical & Commercial Bid Document” and “Offer Form” are not permitted and
shall be rejected straightway without any further reference.
Contd….. P/2
-: 2 :08. Tender must be submitted in two separate sealed covers marked PART – I (Technical & Commercial Bid)
and Part-II (Financial Bid) superscribing “Tender for Fabrication of Mobile Science Exhibition Bus”.
Both these covers are to be put in a bigger cover which should also be sealed and duly superscribed. The
contents of PART – I and Part-II will be as follows:
PART-I:
This sealed cover shall contain: a)
‘Technical and Commercial Bid Document’, in prescribed format, duly filled in and
signed with official stamp by the tenderer.
b)
“General Terms and Conditions” and “Declaration”, in prescribed format, duly signed
with official stamp by the tenderer on all the pages as a token of their acceptance.
c)
Earnest Money for Rs. 1,00,000/- as listed in clause 4 above.
d)
“Drawings”, “Specifications” and “Proforma of Agreement” duly signed with official
stamp.
In case the tenderer fails to submit any of the documents as stated above, the sealed cover containing ‘PARTII’ of their tender shall not be considered for opening and shall be rejected straightway without any further
reference.
PART-II:
This sealed cover shall contain:
“Offer Form (Financial Bid)” in prescribed format duly filled in all the columns and signed with official stamp
by the tenderer.
The sealed cover containing ‘Part I’ (Technical and Commercial Bid) shall be opened by the Council at the
first instance and evaluated by the competent authority of the Council. At the second stage the sealed cover
containing ‘Part II’ (Financial Bid) of only techno-commercially acceptable offers shall be opened for further
evaluation and ranking before awarding the contract.
09. The authorities of National Council of Science Museums does not bind themselves to accept mere lowest
tender and reserves the right to reject or accept any or all tenderers wholly or partially without assigning
any reason whatsoever.
****************************
NATIONAL COUNCIL OF SCIENCE MUSEUMS
SECTOR-V, BLOCK-GN, BIDHANNAGAR,
KOLKATA – 700 091.
TENDER No.: I-18016/1/15(36)
Tender for Fabrication & Supply of Mobile Science Exhibition Bus on TATA LP 712/42 BS IV Diesel
Engine Chassis strictly as per Council’s Drawing & Specifications.
TECHNICAL & COMMERCIAL BID DOCUMENT
Notes: ALL PARTICULARS / INFORMATIONS SHOULD BE GIVEN IN THE
FOLLOWING FORMAT WITH COMPLETE DETAILS.
01.
Name of the firm
02.
Mailing Address:
(Registered Office address with name of the
Police Station may be mentioned)
03.
:
a)
Office
:
b)
Garage / Workshop
:
Telephone Number
:
Office
:
Garage / Workshop owned by the bidder
:
Mobile
:
Tele fax
:
e-mail
:
04.
i) Back ground details of the firm
:
05.
Whether possessing valid Trade License and
Factory License (mention ‘yes’ or ‘no’)
:
a) If it is mentioned ‘yes’ above, mention
License Number details and submit
documentary evidence.
:
06.
Whether registered with the Central Purchase :
Organisation / National Small Industries
Corporation (NSIC).
(mention Yes / No )
a) If it is mentioned ‘Yes’ above, submit
Valid documentary evidence.
:
Contd….P/2.
-: 2 :-
07.
Man Power set up of the firm and qualification :
of professionals engaged by the tenderer.
08.
Past experience in such business for last 5 years :
giving details of established clients especially
Government offices. Submit satisfactory
completion certificate issued by such clients and
Government offices.
09.
i) Whether capable to fabricate Mobile Science :
Exhibition Bus on TATA LP 712/42 BS IV
Chasis strictly as per Council’s drawings &
Specifications enclosed. (Please mention
‘YES’ or ‘NO’)
ii) If it is mentioned ‘NO’ above, submit
:
detailed deviation to be made from the
enclosed Technical Specification & Drawings.
10.
i) State whether the establishment is ISO
certified (mention ‘yes’ or ‘no’)
:
ii) If it is mentioned ‘YES’ above,
attach documentary evidence for the same.
:
11.
Submit the documentary evidence
regarding execution of latest contract of
similar nature and magnitude of minimum
single order value of Rs. 15 Lakh.
:
12.
Proof of financial status of the company/
audited Balance Sheet for last 3 years
indicating total turnover as well.
(Submit documentary evidence).
:
13.
Whether agreed to accept 30 days credit Payment :
Terms.(Please mention ‘YES’ or ‘NO’. ).
14.
Minimum time required to fabricate and deliver :
the tendered job at NCSM Hqrs. at Kolkata.
15.
Whether submitted Earnest Money Deposit
:
of 1,00,000/- by Demand Draft/ Pay Order along
with the tender/quotation, which shall bear no
interest for a minimum period of 60 days.
16.
Mention Sales Tax /VAT Registration Number :
and attach current valid S.T/VAT Clearance
Certificate.
Contd….P/3
-: 3 :17.
Mention Service Tax Registration Number, if any,
and attach current Service Tax Clearance Certificate
if applicable.
:
18.
Whether possessing valid Labour License issued
by the competent authority.(mention ‘yes’ or ‘no’)
:
a) If yes, please mention License Number details.
:
19.
Whether agreed to submit & deliver the tendered
:
job positively by eighty days and failing which ready to
absorb heavy penalty, if any order is placed on the
bidder after observing tender procedure .
(Please mention ‘YES’ or ‘NO’).
I/We hereby declare that the above statements are true. I/We also declare that the decision of
National Council of Science Museums regarding selection of eligible firms for opening of Financial
Bid (Part-II) shall be final and binding on me/us.
Dated
Official Seal
Signature of the Tenderer/Constituted
Attorney
National Council of Science Museums
Sector – V, Block – GN, Bidhannagar,
Kolkata – 700 001.
Tender No. I-18016/1/15(36)
Tender for Fabrication & Supply of Mobile Science Exhibition Bus on TATA LP 712/42 BS IV Diesel
Engine Chassis strictly as per Council’s Drawing & Specifications.
General Terms & Conditions (GTC).
1.
2
3.
4.
Tenderer shall have at least 05 years of working experience as bus body building contractor having
own large Garage space so as to take up and complete bus body building job with required manpower
and financial capability.
Price:
The prices / rates quoted shall be inclusive of cost of materials, fabrication, supply and all incidental
charges for collection of TATA LP 712/42 BS IV Diesel Engine Chassis from the Council’s premises
or as directed by the Council and deliver the same at Council’s premises after due construction /
fabrication of Mobile Science Exhibition Bus Body on the said Chassis strictly as per enclosed
technical specifications & drawings of National Council of Science Museums, Sector – V, Block –
GN, Bidhannagar, Kolkata – 700 091. The rate of Excise Duty (if any), Sales Tax and any other taxes
/ levies to be imposed on the rate shall be clearly mentioned. Prices and rate quoted shall be firm and
fixed for the entire period of execution of the order and no escalation of rate on any ground
whatsoever shall be applicable.
The successful Tenderer shall submit the following documents within 07(seven) days from the date of
placement of the order:i.
Duplicate copy of the order duly signed and stamped as a token of acceptance of the order.
ii.
Security Deposit as contained in Clause 08
iii.
Original copy of the Agreement governing the terms & conditions of the contract on nonjudicial stamp paper as per Proforma enclosed.
Mode of Delivery of Chassis
The Chassis will be handed over to the successful tenderer immediately after receipt of the following:
i.
Duplicate copy of the Work Order duly signed and stamped as a token of acceptance of the
order.
ii.
Original copy of the Agreement governing the Terms & Conditions of the contract on NonJudicial Stamp Paper as per the Proforma enclosed.
iii.
A comprehensive All Risk Cover Insurance Policy from any Nationalised Insurance Co.
covering all risks like theft, fire, pilferage, damage etc. valid for the entire period of taking
delivery of the Chassis from National Council of Science Museums, Kolkata and deliver the
same after completion of fabrication job strictly as per the drawing / specifications enclosed at
the premises of National Council of Science Museums, Sector – V, Block – GN,
Bidhannagar, Kolkata – 700 091. Insurance premium for the said period shall be borne by the
successful tenderer.
Contd…/2
-: 2 :5.
Time of Completion:
Time is the essence of this work. The fabrication job / work shall be made / completed as per
following schedule:Stage : I
TATA LP 712/42 BS IV Diesel Engine Chasis should be collected from National Council of Science
Museums, Sector – V, Block – GN, Bidhannagar, Kolkata – 700 091 or from the place as will be
directed by the Council within 10 days from the date of acceptance of the order.
Stage – II
Frame work including Driver’s cabin, Maintenance cabin and Exhibition Area as laid down in the
approved drawing shall be completed within 18 days from the date of receipt of the chassises.
Stage – III
Entire paneling work as laid down in the approved drawing shall be completed within 36(Thirty Six)
days from the date of receipt of the chassises.
Stage – IV
Completion of entire interior work and all other details as laid down in the approved drawing shall be
completed within 60 (Sixty) days from the date of receipt of the chassises.
Stage – V
The Mobile Science Exhibition Bus complete in all respect strictly as per enclosed specifications and
drawings duly inspected and okayed by the competent authority of the Council should be delivered to
National Council of Science Museums, Sector – V, Block – GN, Bidhannagar, Kolkata – 700 091
within 80(Eighty Days) days from the date of receipt of the chassises.
For non-compliance of any of the above terms and non- delivery of the tendered items, complete in all
respect within the above stipulated delivery schedule, the Council shall have the right either to cancel
the order or impose penalty as detailed in Clause No.06. Decision in this regard taken by the Council
shall be final and binding on the successful tenderer.
6.
Penalty Clause:
The time allowed for carrying out the work as detailed in Clause No. 05 shall be strictly observed by
the successful tenderer. The work shall, throughout the stipulated period of the order, be proceeded
with all the diligence (time being deemed to be the essence of the order) and the successful tenderer
shall pay to the Council an amount equal to 1% of the amount of the contract value for every week
that the work may remain incomplete as per the delivery schedule as stipulated in Clause No. 05
subject to maximum compensation of 10% of the contract value after which period, action will be
taken by the Council as will deem fit.
The Council may extend the time of delivery of the tendered job at their discretion on the application
of the successful tenderer for such purpose provided that the Council considers the reasons for such
extension as good, sufficient and acceptable.
7.
Every effort should be made to complete the work/job by the successful tenderer within the specified
time schedule. In case the firm fails to comply with Clause No. 05 within the specified time schedule
as per the finialised and accepted terms & conditions, the Council shall have the right to either impose
Penalty Clause or cancel the order forthwith and the Earnest Money Deposit / Security deposit
retained with the Council shall be automatically forfeited. The decision of the Council in this regard
shall be final and binding on the successful tenderer.
Contd….p/3
-: 3 :8.
Security Deposit:
Total Security Deposit shall be 10% of the value of the order and the same shall be paid in the form of
Demand Draft in favour of ‘NATIONAL COUNCIL OF SCIENCE MUSEUMS, KOLKATA’. If the
successful tenderer fails to deposit the same at a time before taking up the job, deduction @ 10% shall
be made from every Invoice / Bill (supplies covered under stage V of Clause No. 05) duly supported
by receipted challan & satisfactory inspection/ work completion certificate from NCSM Authority and
the said amount shall be retained by the Council as Security Deposit. The Security Deposit shall be
released after expiry of the defect liability period (defect liability period shall be 12(twelve) months
from the date of final completion of work). In case the total value of work exceeds the assessed value
of the work order, security deposit for the excess amount will also be deducted, in the similar manner.
No interest shall be paid on the Security Deposit retained with the Council.
9.
Inspection:
The successful tenderer shall arrange for inspection of the raw materials and fabrication job including
other items at their premises on completion of every stage as detailed in Clause No. 05 and / or
whenever desired by the authorized officer of this Council. Any defect pointed out by the competent
authority of this Council during such inspections have to be promptly rectified to ensure desired
quality of work. It would be mandatory on the part of the successful tenderer to arrange inspection
and obtain necessary approval at every stage of work as detailed in Clause No. 05 failing which action
shall be taken as will deem fit by the Council. The decision of Council in this regard shall be final and
binding on the successful tenderer.
10
No Advance / Part Payment shall be made by this Council on any circumstances. Payment shall be
released within 30 (Thirty) working days from the date of receipt of Invoice / Bill (supplies covered
under stage V of Clause No. 5) duly supported by receipted challan and satisfactory inspection / work
completion certificate issued by the authorized representative of the Council. Part payment shall not
be released under any circumstances.
11.
Defect Liability Period:
The defect liability period shall be 12(Twelve) months from the date of virtual completion of the
work. The successful tenderer shall be responsible for all defects, loose parts, breakage, defective
workmanship, use of defective materials etc. for a period of 12 (Twelve) months from the date of
acceptance of the job. The successful tenderer shall rectify the defects / defective parts within a
reasonable time up to the satisfaction of the competent authority of the Council or otherwise the
Council shall have the right to rectify the defect at the successful tnederer’s own risk and the cost of
which will be adjusted from the Security / Earnest Money Deposit. Decision of the Council in this
regard shall be final and binding on the successful tenderer.
12
The materials used by the successful tenderer shall conform to the description and / or specification
given by the Council. Sub-standard quality of materials will not be accepted. The samples must be got
approved well in advance from the competent authority of the Council.
13.
Work Contract Tax , Income Tax etc. shall be deducted at source from the invoice as per
Govt. rules.
14.
Bad workmanship will not be accepted and if carried out is liable to be rejected and should be rectified
by the successful tenderer at his cost as per specifications and directions given by the authorized
representative of the Council. The decision of National Council of Science Museums, as to items of
bad workmanship and proper replacement/rectification will be final and binding on the tenderer.
15.
Drawing and Technical Specifications of the items under tender are enclosed for guidance. However,
if any ambiguity in the drawings / specification is detected it shall be promptly brought to the notice
of the Council for clarifications. No deviation from the approved drawings and specification shall be
made by the successful tenderer without written approval of this Council.
Contd….P/4
-: 4 :16.
The successful tenderer shall not under any circumstances whatsoever transfer wholly or partially the
contract/agreement/work order to any other person(s)/firm/company or assign the agreement or
benefits of this agreement to any other party for any reason whatsoever. Otherwise this agreement will
automatically stand cancelled.
17.
The Successful tenderer shall furnish a copy of the license that they obtained from the competent
authority for carrying out the contract work. The Contractor shall also required to obtain license etc.,
from the competent authority under the Contract Labour (Regulation & Abolition) Act for deployment
of contract labour for the work, if necessary, and a copy of the same should be sent to NCSM. In case
the Contractor feel that such a license is not necessary, the Contractor shall, before taking up the
work, intimate to this office the reasons thereof quoting relevant provisions of the Act under which
they are exempted.
18.
The successful tenderer shall be liable to pay minimum wages etc., as prescribed by the competent
authority for the personnel to be deployed by them for the work, and shall keep proper records of all
such payments so that the same can be produced for inspection any time on demand by any officer
duly authorized by the NCSM. If at any time it is found that minimum wages are not paid to the
workers deployed by the Contractor, they will be directed by NCSM to pay the lawful wages and such
directions shall be binding on the contractor.
19.
The Council shall not be liable for injury of any employee who are deployed by the successful
tenderer within / outside the Council premises at the time of execution of the work.
20.
In case the successful tenderer refuse to accept the offer after finalisation or does not comply with the
Clause No. 03 above within 15(fifteen) days from the date of placement of the order as per the
finalized and accepted terms & conditions, earnest money deposit would be automatically forfeited
and the order shall be cancelled forthwith.
21.
The authorities of National Council of Science Museums reserves the right to amend, alter or modify
the terms & condition mentioned above if necessary from time to time.
22.
The authorities of National Council of Science Museums, who does not bind themselves to accept the
lowest tender, reserves the right to reject or accept any or all tenders wholly or partially without
assigning any reason whatsoever.
23.
The Contractor shall obtain necessary trade and other licenses as may be required to carry out
the tendered job and shall also be responsible for compliance of all rules and regulations,
which may be in force from time to time by the appropriate authority and shall keep the
Council (NCSM) indemnified from all his/their acts/or omissions.
24.
The successful tenderer shall obtain necessary trade and other licenses as may be required to carry out
the business of fabrication of Bus as per Council’s drawing & specifications and shall also be
responsible for compliance of all rules and regulations and all the statutory obligations which may be
in force from time to time by the appropriate authority and will keep the Council indemnified for and
in respect of all his / their acts and / or omission.
25.
All disputes and differences between the successful tenderer and the Council of any kind, except
quality of workmanship and materials, whatever arising out of or in connection with the order on the
carrying out of the work (whether during the progress of the work or after their completion and
whether before or after the determination, abandonment or breach of the terms and conditions of the
order) shall be referred to the sole arbitration of a person nominated by the Director General, National
Council of Science Museums, whose decision in this regard will be final and binding on both the
successful Tenderers and the Council.
The provisions of the Arbitration and Reconciliation Act 1996 or any statutory modification or reenactment
thereof and of the rules made there under for the time being in force shall apply to arbitration’s proceedings
under this Clause.
National Council of Science Museums
Block GN, Sector V, Bidhan Nagar.
Kolkata-91
Specification for the construction of ‘Mobile Science Exhibition’ Bus
1.
General Description:
A specially designed bus body for holding Mobile Science Exhibition with necessary inside
paneling works to be built in a standard TATA LP- 712/42 Ex BS-IV, diesel engine chassis.
It should have provision to accommodate twenty exhibits in four rows - two on inside and
two on outside of the vehicle mounted on a special structure.
2.
Chassis:
i) Ladder type heavy-duty frame with riveted and bolted cross members.
Side member dimension =223mm x 60mm x 7mm
ii) Make –Tata Engineering and locomotive Company Limited.
iii) Type-LP-712/42 Ex BS-IV (54%ROH)
iv) Wheel base –4200 mm
3.
The bus body: (Ref.Drawing.no MECH-07/70/14A)
Overall dimension: The bus body after construction should measure as follows.
i) Overall Length: 8150 mm
ii) Overall Breadth: 2434 mm
iii) Height: 3380 mm
iv) Floor height above ground: 1180 mm
4.
Structural materials: (Ref.Drawing.no MECH-07/70/14A)
5.
i) Built up channel 100mm x 50mm x 16 SWG for body frame and 40mm x 40mm x 14SWG
square tube for roof frame.
ii) Aluminum sheet 16 SWG to be used for inside and outside covering.
iii) Angles & Tubes: a) Vertical inside member are 50mm x 25mm Heavy duty Square tubes
b) Exhibit supporting members 25mm x25mm x3mm MS Angle & 25mm x 6mm M.S. Flat.
iv) Both sides of the body should be provided with rubber guard and aluminum housing just
below the outside window lid, throughout its length.
Floor: (Ref. Drg No. MECH-07/70/14A)
6.
Floor covered with 25mm Marine plywood (IS 710) supported on MS channel frame work
over which 3mm thick aluminum chequered sheet to be fixed.
Ladder: (Ref. Drawing. No. MECH-07/70/14 D)
7.
25 mm diameter heavy duty SS (IS 304) pipe ladder to be fitted to the left hand side of the
rear end of the bus body for climbing up to the roof of the vehicle.
Rear Stair: (Ref. Drawing. No. MECH-07/70/14 D)
A rolled steel angle stair, covered with 3mm thick aluminum chequered plate shall be
provided at the rear end of the bus i.e. at the visitor’s entrance inside the exhibition. Suitable
roller guide or sliding mechanism with locking arrangement of the rear staircase on the floor
at the rear end shall be provided.
8.
Rear Door: (Ref. Drg No. MECH-07/70/14 A & B)
The sliding Rear door should be provided with ball bearing for free sliding. Both door shall
have toughened glass window. The outer side of the door is covered with 16 SWG Aluminum
sheet and inside with Aluminum composite panel. The door should be provided with proper
good quality locking arrangement.
9.
Driver’s Cabin: (Ref. Drawing. No. MECH-07/70/14A)
i)
Adjustable type Driver’s seat (for height, back, forward movement), one seat on left side
for co-driver, another just behind of driver seat with provision of tools box with locking
arrangement should be provided. The portion behind the co-driver seat should be
facilitated with two numbers of Fire extinguisher and water filter. All the seats should
have 100mm foam covered with foam-rexine (leatherite).
ii)
Fire extinguishers (Minimax) – Two numbers to be fixed in Driver’s Cabin.
1. One suitable for electric fire-1 pint capacity CTC type.
2. One number of foam types –2 gallons capacity.
iii)
Two numbers of rear view mirror (450mm x 250mm) shall be provided at the both sides
of the bus.
iv)
Two doors (one for the driver & one for the co-driver and others at left side) to be
provided with good locks and chromium plated sunken handle. The doors should be
provided with toughened glass auto windshield in aluminum frame with suitable rubber &
felt channel.
v)
A door 1800mm x 740mm single flap should be provided in between the driver cabin and
exhibition space with proper locking arrangement & sliding toughened glass window
including aluminum frame with suitable rubber /felt channel.
vi)
There should be Volvo type single glass for the front windshield.
vii)
A pair of heavy-duty standard wiper blades with motors to be provided on the front
windshield.
viii)
Two wall mounted fans should be provided inside the driver’s cabin.
ix)
Driver’s cabin interior should be full PVC cladded aluminum including dashboard with
proper insulation on all sides & ceiling.
x)
One suitable size of ventilation with gas spring arrangement should be provided in the
Driver’s cabin.
xi)
A branded car audio (stereo) system with USB drive and FM Radio, speakers and one set
of public address system should be provided for announcement purpose.
xii)
Front show and bumper should be of Volvo type.
xiii)
Cloth Sun visor screen should be provided in the drivers cabin.
xiv)
A foot step to be provided on the front bumper of the bus for climbing up to clean the
windscreen/windshield.
xv)
Two numbers of seat belt to be provided for driver and co- driver seats.
xvi)
A viewing window with toughened glass in suitable frame and rubber seal shall be
provided on the left hand side of the vehicle to keep eye on road from driver seat (as per
Drawing No.: MECH-07/70/14A).
xvii)
Provision to check engine number from driver cabin, a hinge panel to be provided just
behind the engine.
10.
Backside of Driver Cabin :( Ref. Drawing No. MECH-07/70/14A)
Remaining portion of the back wall of driver’s cabin should be made of paneling with 1.5
mm thick PVC cladded aluminum sheet over structural work.
11.
Paneling Material (Ref. Drawing No. MECH-07/70/14A)
Doors
i)
Doors inside the bus for exhibits should be made of 19mm Commercial Block
Board (IS 1659/1979) with piano hinge mounting and locks.
ii)
Door panels shall be covered with 1mm thick decorative laminated sheet of
approved color on both sides. Proper locking arrangement at the top and bottom of
the total 10 nos. of doors for exhibits should be provided. Each door should have
opening cut out with leaping as per drawing no. MECH-07/70/14 E for exhibits
setup on upper half.
iii)
A heavy duty panel board lock to be provided for each outer exhibit window and
the lock should be SS body as per attached photograph of lock. (Make: Alkon or
equivalent).
iv)
Rubber beading should be provided with doors of both inside and outside exhibits
for shock absorbing.
12.
Exhibit window lid: (Ref. Drawing No MECH-07/70/14A)
Total 10 nos. of window lids (5 on each side)
should be provided with 25mm x25mm x 3mm
(MS Angle) frame. It should stand erect at the
time of the exhibition by proper gas spring
arrangement. Each lid should be provided with
lock (as shown) and all locks should be
operated by single key for its hassle free use.
Lock:
13.
Body Painting:
i)
Exterior surface of the body should be painted with two coats of standard super
acrylic automotive paint (metal finish MRF paint Suzuki silver Batch no-0957 and
Saffire Blue Batch no - 0953) coating over proper surface finish & primer.
Interior surface of the body should be finished with 1mm thick PVC cladded sheet.
ii)
14.
Ventilation: (Ref. Drawing No. MECH-07/70/14A)


15.
Two forced fan and one exhaust fan on the
ceiling should be fitted as per scheme (300 mm
sweep dia., 220 V, single phase 50 Hz)
All fans should have provision of lid on top to
prevent rain water entry and to be operated
from inside as well and to be protected by grill
from inside and power supply switch to be
fitted on main switch board.
Insulation: (Ref. Drawing No. MECH-07/70/14A)
Thermocol of 25mm thick should be provided on the ceiling and side wall for insulation.
16.
Roof: (Ref. Drawing No. MECH-07/70/14A)
Roof should be covered with Shalimar tar felt (2mm thick) leaving space for 3 exhaust
fans and corners of tar felt should be screwed to the roof with aluminum flats all round.
Roof should be made completely leak proof.
17.
Electrical Fittings:
i)
Outside corner lights: 4 nos. connected to battery with separate single switch.
( Brand- Lumax)
ii) LED tube lights with grill to be fitted inside the bus - 3 nos.
(Make: Havells)
Ordering Code
Lamp Type Nominal Voltage (V) Mains Current (A)
LHEXBHP7PN1W020 20W LED 6K
Lamp Type
Length(L)
20W
1156±1
iii)
iv)
18.
230
Width(W)
25±1
0.100
Height(H)
35±1
Power
Lumen
Factor
Output (lm))
>0.95
1800
Cable Entry
At Centre
Driver’s and maintenance cabin ceiling light, back light, brake and turning light to be
provided. (Brand-Lumax or equivalent)
All electrical wirings should be made of good brand quality wires and should be
concealed using electrical conduits.
(Brand-Havells / Finolex)
Storage space: (Ref. Drawing No. MECH-07/70/14A)
Storage space should be provided inside the vehicle along its length above the exhibit and
outside the vehicle under the chassis. Each lid of the storing space should be provided
with two universal locks & square key at the bottom.
19.
Sand ladder: One pair of sand ladder (material:
stainless steel & size: 4ft. x 1ft.) should be provided
and should have provision to be kept under the chassis
of vehicle.
20.
All joints should be waterproof.
21.
All raw materials are required to be inspected by the
authorized officers of the council in every stage of fabrication before starting the work.
22.
The inspection shall be preferably in 6 stages.
______________________________________
National Council of Science Museums,
Sector – V, Block GN, Bidhan Nagar,
Kolkata – 700 091.
Assembly Drawing (A)
National Council of Science Museums,
Sector – V, Block GN, Bidhan Nagar,
Kolkata – 700 091.
Assembly Drawing (B)
National Council of Science Museums,
Sector – V, Block GN, Bidhan Nagar,
Kolkata – 700 091.
Assembly Drawing (C)
National Council of Science Museums,
Sector – V, Block GN, Bidhan Nagar,
Kolkata – 700 091.
Assembly Drawing (D)
National Council of Science Museums,
Sector – V, Block GN, Bidhan Nagar,
Kolkata – 700 091.
Assembly Drawing (E)
National Council of Science Museums,
Sector – V, Block GN, Bidhannagar,
Kolkata – 700 091.
Tender No. I-18016/1/15(36)
DECLARATION
We do hereby accept the ‘General Terms & Conditions’ as provided by the National Council of Science
Museums along with the Tender documents for fabrication and supply of Mobile Science Exhibition Bus on
TATA LP 712/42 BS IV Chassis and also undertake the said work / job strictly as per the drawings and
specifications of National Council of Science Museums provided along with the Tender documents, in the
event of placement of any order on us. The Council shall be at liberty to cancel the order in full or in part and
also forfeits the Earnest Money Deposit / Security Deposit in the event of failure of any of the above
Declaration made by us and / or non compliance of any of the Clause of the said ‘General Terms &
Conditions’
Signature of the Tenderer /
Constituted Attorney.
National Council of Science Museums,
Sector – V, Block GN, Bidhannagar,
Kolkata – 700 091.
TENDER NO. I-18016/1/15(36)
Tender for fabrication and supply of Mobile Science Exhibition Bus on TATA LP 712/42 BS IV Diesel Engine
Chassis as per Council’s Drawing & Specifications.
OFFER FORM
I/We have read, understood and accepted all the General Terms and Conditions for fabrication and supply of Mobile
Science Exhibition Bus as per Council’s drawing & specifications laid down by National Council of Science Museums
with the tender papers.
I / We hereby offer my / our rates for the said tender.
01.
Name of the Tenderer (if the offer is made in
:
case of firm / company, registered office address
including jurisdiction of the Police Station.).
02.
Permanent Address(Incase of firm / company,
:
Registered office address including jurisdiction
of the Police Station.).
a) Office
:
b) Workshop / Garage
03.
04.
05.
Telephone Nos. a) Office
b) Workshop/Garage
Name of the Bankers and their address
:
:
:
:
Description of Job
Fabrication and supply of Mobile Science Exhibition Bus on
TATA LP 712/42 BS IV Diesel Engine Chassis strictly as per
enclosed Council’s Drawings & Specifications (including
collection and delivery at National Council of Science Museums,
Sector-V, Block – GN, Bidhannagar, Kolkata – 700 091
Quantity
04
(four nos.)
Unit Rate
Rs.____________each
(Rupees
each)
06.
Percentage of Excise Duty (if any) (present rate of Excise
Duty applicable may please be indicated.)
07.. Percentage of Sales Tax/ VAT if any. Present rate of S.T.
/ VAT applicable may please be indicated. No Sales Tax
Declaration Form either ‘C’ nor ‘D’ shall be provided by
NCSM.
08.
Percentage of Service Tax (if any)
(Present rate of Service Tax applicable may be mentioned)
:
:
:
09.
Any other Taxes/Duties/charges if any (indicate clearly)
(Indicate clearly percentage of taxes to be imposed)
:
10
Warranty Period of the Job
:
The above rate quoted by us for fabrication and supply of Mobile Science Exhibition Bus is strictly in accordance with the drawings
and specification of the National Council of Science Museums, Kolkata. Deviation, if any, will make the tender/offer liable to be
considered invalid.
Date
Office Seal
Signature of the Tenderer /
Constituted Attorney.
PROFORMA OF AGREEMENT
(total 08 pages)
ARTICLES
OF
AGREEMENT
made
at
Calcutta
the
___
day
of
____________________________________________ between National Council of Science Museums
functioning directly under the aeiges of Department of Culture, Ministry of Tourism & Culture, Govt. of India
having its headquarters at Sector – V, Block – GN, Bidhannagar, Kolkata – 700 091 under the jurisdiction of
Salt Lake Police Station (hereinafter referred to as ‘The Council’ which expression shall unless repugnant to
the context or meaning thereof include its successors in interest and assigns of the Council) on the ONE
PART and M/s. _________________________________________ under the jurisdiction of _________
Police Station (hereinafter referred to as ‘Contractor’ which expression shall unless repugnant to the context
to the context or meaning thereof include his / their heirs, executors, administrators, successors, in interest,
legal representatives and / or assigns) on the OTHER PART.
WHEREAS the Council is desirous of getting the work of fabrication and supply of
Mobile Science Exhibition Bus on TATA LP–712/42 BS-IV Diesel Engine Chassis (Chassis No. ______ and
Engine No. ___________) strictly as per Council’s specifications and drawings at the total cost of Rs.
_________ (Rupees______________________________________).
NOW THIS ARTICLES OF AGREEMENT WITNESSETH AND IT IS HEREBY AGREED, DECLARED,
RECORDED AND CONFIRMED BY BOTH THE PARTIES HERETO AS FOLLOWS: 1.
The contractor shall submit the following documents within 7(seven) days from the date of
placement of the order:i) Duplicate copy of the order duly signed with official stamp on all pages as a token of
acceptance of the order.
ii) Original copy of the Agreement governing the terms & conditions of the contract on nonjudicial stamp paper as per the Proforma enclosed.
02.
Mode of Delivery of Chassis:
The Chassis will be handed over to the Contractor immediately after receipt of the following:
i)
Duplicate copy of the Work order duly signed by the Contractor with official stamp on
all pages as a token of acceptance of the order.
ii)
Original copy of the Agreement Governing the Terms & Conditions of the contract on
non-judicial stamp paper as per the Proforma enclosed.
iii)
Security Deposit contained in Clause 06.
iv)
Bank Guarantee from a Nationalised Bank (in approved form) for 20% value of the
entire cost of the Chassis.
OR
A comprehensive All Risk Cover Insurance Policy from any Nationalised Insurance Co.
covering all risks like theft, fire, pilferage, damage etc. valid for the entire period of taking
delivery of the Chassis from National Council of Science Museums, Kolkata and deliver the
same after completion of fabrication job strictly as per the drawing / specifications enclosed at
the premises of National Council of Science Museums, Sector – V, Block – GN,
Bidhannagar, Kolkata – 700 091. Insurance premium for the said period shall be borne by the
successful tenderer.
03.
Time of Completion:
Time is the essence of this contract. The fabrication job/work shall be made/completed as per
following schedule:
Stage : I
TATA LP–712/42 BS-IV Diesel Engine Chassis should be collected from National Council of
Science Museums, Sector – V, Block – GN, Bidhannagar, Kolkata – 700 091 or from the place as will
be directed by the Council, within 10 working days from the date of receipt of the chassis.
Stage – II
Structural work including Driver’s cabin, Maintenance cabin and exhibition area as laid down in the
approved drawing shall be completed within 18 working days from the date of receipt of the Chassis.
Stage – III
Entire paneling work as laid down in the approved drawing shall be completed within 36(Thirty Six)
working days from the date of receipt of the chassis.
Stage – IV
Entire interior work and all other details as laid down in the approved drawing shall be completed
within 60 (Sixty) working days from the date of receipt of the chassis.
Stage – V
The Mobile Science Exhibition Bus complete in all respect strictly as per enclosed specifications and
drawings duly inspected and okayed by the competent authority of the Council should be delivered to
National Council of Science Museums, Sector – V, Block – GN, Bidhannagar, Kolkata – 700 091
within 80(eighty) working days (working day means all the days excluding Sun day and Listed
National & State Holiday) from the date of receipt of the chassises.
For non-compliance of any of the above terms and non-delivery of the ordered items, complete in all
respects within the above stipulated delivery period, the Council shall have the right either to cancel the
order or impose penalty as detailed in Clause No. 04. Decision in this regard taken by the Council shall be
final and binding on the contractor.
04 Penalty Clause:
The time allowed for carrying out the work as detailed in Clause No. 03 shall be strictly observed by the
contractor. The work shall throughout the stipulated period of the order, be proceeded with all the
diligence (time being deemed to be the essence of the order) and the contractor shall pay to the Council,
an amount equal to 1% of the amount of the contract value for every week that the work may remain
complete as per delivery schedule as stipulated in Clause No. 03 subject to maximum compensation of
10% of the contract value after which period, action will be taken by the Council as will deem fit. The
Council may extend the time of delivery of the ordered job at their discretion on the application of the
contractor for such purpose provided that the Council considers the reasons for such extension as good,
sufficient and acceptable.
05
Every effort shall be made to complete the work / job by the contractor within the specified time
schedule. Incase the contractors fails to comply with Clause No. 03 within the specified time schedule as
per the finalized and accepted terms conditions, the Council shall have the right to either impose penalty
Clause or cancel the order forthwith and the Earnest Money Deposit / Security Deposit retained with the
Council shall be automatically forfeited. The decision of the Council in this regard shall be final and
binding on the contractor.
06 Security Deposit:
Total Security Deposit shall be 10% of the value of the order and the same shall be paid in the
form of Demand Draft in favour of ‘NATIONAL COUNCIL OF SCIENCE MUSEUMS,
KOLKATA’. If the successful tenderer fails to deposit the same at a time before taking up the
job, deduction @ 10% shall be made from every Invoice / Bill (supplies covered under stage V of
Clause No. 03) duly supported by receipted challan & satisfactory inspection / work completion
certificate from NCSM Authority and the said amount shall be retained by the Council as
Security Deposit. The Security Deposit shall be released after expiry of the defect liability period
(defect liability period shall be twelve months from the date of final completion of work) In case
the total value of work exceeds the assessed value of the work order, security deposit for the
excess amount will also be deducted, in the similar manner. No interest shall be paid on the
Security Deposit retained with the Council.
Inspection:
The successful tenderer shall arrange for inspection of the raw materials and fabrication job including
other items at their premises on completion of every stage as detailed in Clause No. 03 and / or whenever
desired by the authorized officer of this Council. Any defect pointed out by the competent representative
of this Council during such inspections have to be promptly rectified to ensure desired quality or work. It
would be mandatory on the part of the successful tenderer to arrange inspection and obtain approval of
every stage of work as detailed in Clause No. 03 failing which action shall
be taken as will deem fit by
the Council. The decision of Council in this regard shall be final and binding on the tenderer.
07.
No Advance / part payment shall be made by the Council on any circumstances,
payment shall be released within 30 (Thirty) days from the date of receipt of Invoice /
Bill (supplies covered under stage V of Clause No. 03 duly supported by receipted
challan and satisfactory inspection / work completion certificate issued by the Council.
Part payment shall not be released under any circumstances.
08.
Defect Liability Period:
The defect liability period shall be 12 (Twelve) months from the date of virtual
completion of the work. The successful tenderer shall be responsible for all defects
loose parts, breakage, defective workmanship, use of defective materials etc. for a
period of 12(twelve) months from the date of acceptance of the job. The successful
tenderer shall rectify the defects / defective parts within a reasonable time upto the
satisfaction of the competent authority of the Council or otherwise the Council shall
have the right to rectify the defect at the contractor’s own risk and the cost of which
will be adjusted from the security / earnest money deposit. Decision of the Council in
this regard shall be final and binding on the successful tenderer.
09.
The materials used by the Successful tenderer shall conform to the description and / or
specification given by the Council. Sub-standard quality of materials will not be
accepted. The samples must be got approved well in advance from the competent
authority of the Council.
10.
Bad workmanship will not be accepted and if carried out is liable to be rejected and
should be rectified by the Successful tenderer at his cost as per specifications and
directions given by the authorized representative of the Council. The decision of the
Council, as to items of bad workmanship and proper replacement / rectification will be
final and binding on the successful tenderer.
11.
Drawing and specifications of the items under tender are enclosed for guidance.
However, if any ambiguity in drawing / specification is detected, it shall be promptly
brought to the notice of the Council for clarifications. No deviation from the approved
drawings and specification shall be made by the successful tenderer without written
approval of the Council.
12.
The Council shall not be liable for injury of any employee who are deployed by the
successful tenderer within / outside the Council premises at the time of execution of the
work.
13.
In case the successful tenderer refuse to accept the offer after finalization or does not
comply with the Clause No. 01 & 02 within 15(fifteen) days from the date of placement
of the order as per finalized and accepted terms & conditions, earnest money deposit
would be automatically forfeited and the order shall be cancelled forthwith.
14.
The Council reserves the right to amend, alter or modify the Terms and Conditions
mentioned above if necessary from time to time.
15.
The contractor shall obtain necessary trade and other licenses as may be required to
carry out the business of fabrication of MSE Bus as per Council’s drawings &
specifications and shall also be responsible for compliance of all rules and regulations
and all the statutory obligations which may be in force from time to time by the
appropriate authority and will keep the Council indemnified for and in respect of all his
/ their acts and / or omission.
16.
The Successful tenderer shall not under any circumstances whatsoever transfer wholly
or partially the contract / agreement / work order to any other person(s) / firm /
company or assign the agreement or benefits of this agreement to any other party for
any reason whatsoever. Otherwise this agreement will automatically stand cancelled.
17.
The successful tenderer shall obtain necessary trade and other licenses as may be
required to carry out the tendered job and shall also be responsible for compliance of all
rules and regulations, which may be in force from time to time by the appropriate
authority and shall keep the Council (NCSM) indemnified from all his/their acts / or
omissions.
18.
The Successful tenderer shall furnish a copy of the license that they obtained from the
competent authority for carrying out the contract work. The Contractor shall also
required to obtain license etc., from the competent authority under the Contractor
Labour (Regulation & Abolition) Act for deployment of contract labour for the work, if
necessary, and a copy of the same should be sent to NCSM. IN case the contractor feel
that such a license is not necessary, the Contractor shall, before taking up the work,
intimate to this office the reasons thereof quoting relevant provisions of the Act under
which they are exempted.
19.
The successful tenderer shall be liable to pay minimum wages etc., as prescribed by the
competent authority for the personnel to be deployed by them for the work, and shall
keep proper records of all such payments so that the same can be produced for
inspection any time on demand by any officer duly authorized by the NCSM. If at any
time it is found that minimum wages are not paid to the workers deployed by the
successful tenderer, they will be directed by NCSM to pay the lawful wages and such
direction shall be binding on the successful tenderer.
20
All disputes and difference between the contractor and the Council of any kind except
quality of workmanship and materials whatever arising out of or in connection with the
order on the carrying out the work (whether during the progress of the work or after their
completion and whether before or after the determination, abandonment or breach of the
Terms & Conditions of the order) shall be referred to the sole arbitration of a person
nominated by the Director General , National Council of Science Museums, whose
decision in this regard will be final and binding on both the contractor and the Council.
The provisions of the Arbitration Act 1996 or any statutory modification or reenactment thereof and of the rules made there under for the time being in force shall
apply to arbitrations proceedings under this clause. IN WITNESS HEREOF The Parties
hereto have set their respective hands and executed these presents the day and the year
first above written
For Official Use Only
Signed by
The Council
Signature.
WITNESSES
1.
Name
:
Address
:
Signature.
2.
Name
:
Address
:
Signature :
Signed by
The Contractor
The Contractor above named in presence of
Witness:
1.
2.
Name
:
Address
:
Signature
:
Name
:
Address
:
Signature
:
Signature.
Download