The Managing Director

advertisement
TOURISM CORPORATION OF GUJARAT LTD.
(A Government of Gujarat Undertaking)
TECHNICAL BID
Expression Of Interest for Turnkey work of Design, Supply, Installation,
Testing and Commissioning of Laser Show with HD projection on Aqua
Screen, Sound System, Light effects, Pyro Color Flame & Musical Fountains
including related Civil, Mechanical, Structural & Electrical work at New GomtiGhat, Dwarka, Gujarat, India.
From 23/07/2014 to
13/08/2014 up to 3.00
pm27/08/2012
From
BID
to
DOWNLOADING
16/09/2012
30/07/2014
Till 10:00 AM
PRE-BID MEETING
at 3.00 PM
BID
DOWNLOADING
PRE-BID
MEETING
LAST DATE OF
6/09/2012
ONLINE
BID
SUBMISSION
at 3.00 PM
LAST
DATE
OF OF
LAST
DATE
PHYSICAL
DOCUMENT
ONLINE BID
SUBMISSION
SUBMISSION
13/08/2014
Up to 3:00 PM
13/08/2014
16/09/2012
Up to 3:00 PM
Till 6:00 PM
DATE OF
TECHNICAL BID
LAST DATE OF
OPENING
PHYSICAL
17/09/2012
DOCUMENT
Till 11:00 AM
DATE OF
SUBMISSION
FINANCIAL BID
DATE OF
OPENING
13/08/2014
at 4:00 PM
Date Place and time
shall be
intimated
separately
17/09/2012
12:00 PM
TECHNICAL BID
(Afternoon)
OPENING
TOURISM CORPORATION OF GUJARAT LTD.
21/09/2012
Nigam Bhavan, Sector 16 ,
place and time
Nr. GH 4 ½ Bus Stand,
PRESENTATION
shall be
Gandhinagar,
intimated
Ph. No. 079-23245119-20
separately
fax No. 079-23245121
EOI Document Document
for Supply, Installation, Operation &
Website: -www.gujarattourism.com
Maintenance of Laser, 2D/3D Video Mapping, Multimedia & Laser Show at
SarkhejRoza(Sarkhej ), Gujarat
1
TOURISM CORPORATION OF GUJARAT LTD.
(A Government of Gujarat Undertaking)
Volume-I
Pre- Qualification
&
Technical Bid
Turnkey work of Design, Supply, Installation, Testing and Commissioning of
Laser Show with HD projection on Aqua Screen, Sound System, Light
effects, Pyro Color Flame & Musical Fountains including related Civil,
Mechanical, Structural & Electrical work at New Gomti-Ghat, Dwarka,
Gujarat, India.
TOURISM CORPORATION OF GUJARAT LTD.
Nigam Bhavan, Sector 16 ,
Nr. GH 4 ½ Bus Stand, Gandhinagar- 382 016
Phone: 91-79-23222523, 23225447
Website: -www.gujarattourism.com
2
NAME OF WORK: Turnkey work of Design, Supply, Installation, Testing and
Commissioning of Laser Show with HD projection on Aqua Screen, Sound
System, Light effects, Pyro Color Flame & Musical Fountains including
related Civil, Mechanical, Structural & Electrical work at New Gomti-Ghat,
Dwarka, Gujarat, India
INDEX
Section
Description
1
Introduction
i
Preamble And Background
2
Scope of Work
i
EXPRESSION OF INTEREST of work in Brief
ii
Details Notice Inviting Online Tender
iii
Tender Dates
iv
Tender Terms & Conditions
3
Pre – Qualification (Eligibility) Criteria of Bidders &
Documents to upload
I
Annexure 1 to 20
ii
Annexure – B (Formats for submission of Details)
iii
Annexure –C (Case Studies)
iv
Special Conditions
4
Preparation Of Proposal
5
Guidelines For Submission Of EOI
6
Technical & Financial Bid Opening And Evaluation
7
Terms of Payment
8
Additional Information
9
Time Lines
10
Drawings of Proposed Site
Page No.
3
SECTION – 1
PREAMBLE:
Dwarka town, the headquarters of Okhamandal taluka is located in the extreme
west of the Saurashtra peninsula, on the Arabian Sea at a height of 6.7 m above
mean sea level. It is located at 22 22’ N latitude, 69 05’ E longitude.
Dwarka is one of the four divine abodes (dhams) by which the Hindus signify the
spiritual boundaries of India. Dwarka is one of the sacred sites of India as
Saptapuri. Dwarka is also the site of one of the 12 Jyotirlingas in India. Shri. Adi
Shankaracharya is believed to have visited Dwarka in 9th Century AD and
established a Shardapeeth.
Dwarka is bound on the south by the Gomti Creek, on the west by the Arabian
Sea and on the northern and eastern sides by a belt of sandstone formations.
The town is at 6.7 m above MSL altitude. Temple and the walled are located on
the highest mound, which is 14.00 m above the sea level. The area around
Ravla Lake (now dried) is a low-lying area. The soil is generally derived from
trap rock, as the geographic formation is of volcanic origin. The soils here are
classified as alluvial, black, light brown and alkaline.
BRIEF HISTORY
HISTORY AND EVOLUTION:
History of Dwarka dates back to 5200 years, when Lord Krishna fled from the
battle against Jarasandh and settled in Dwarka and earned the name “RanChhod”. There occurs a vivid description of the town of Dwarka in Skanda
Purana of Mahabharata. It was also called Dwaramati, Dwarawati, and
Kushsthali. Architectural style of main temple indicates that it was built
approximately 1200 years ago, during the Solanki Dynasty.
2nd century to 6th century: After the decline of the Yadav power, the Kalas or
Vaghers were in control of Okhamandal.
6th century AD: Conquest of Okhamandal by Chavdas.
8th century AD: Adi Shankaracharya visited Dwarka.
Middle of 13th century to beginning of 19th century: Okhamandal subsequently
passed into the hands of Hindu and Muslim rulers.
1804 AD: Okhamandal captured by British.
1817 AD: Okhamandal was handed over to the Gaekwad of Baroda.
1949 AD: Merger of Baroda State (Okhamandal a part) in Bombay State.
1959 AD: Inclusion of Okhamndal in Jamnagar district.
4
Geographical and topographical elements resulted in the settlement.
With temple and development of trade and port activity the settlement grew
within the fortified town. To describes Dwarka as an island in 19th century.
The island joined with the main land. The temple was well established and
prosperous to support the community. During 700-775 AD Adi Shankaracharya
visited Dwarka and established Sharada Peeth. The Ghats developed, with
various chatris and shrines built around them.
With the densification of the area within the fortified walls, the areas outside the
wall developed. The Sudras occupied area from East gate to Pathan Chowk.
Dharamshalas and temples came up in the west.
With railway line in 1910 AD, the Dwarka was directly connected with the other
major centers throughout the country and hence gained in importance.
The temple and the settlement, within the fortification form the focus of the Old
city. It is located on 14 m high mound above sea level. The town was fortified
primarily for protection. The pockets between the Ghats and the temple consist
primarily of religious, institutional buildings. Residential density is as high as
300- 350 persons/ ha. Four gates mark the limits of the old city, Eastern Gate,
Kharwa Gate, Market Gate, Bramha Kund Gate.
BACKGROUND:
Tourism Corporation Gujarat Limited. – A Govt. of Gujarat Undertaking is
engaged in creation and implementation of various Laser Show within the state.
The projects are mainly sanctioned from Department of Tourism, Govt. of
Gujarat. These projects are sanctioned to TCGL on turnkey basis and the
sanctioned funds are transferred directly to TCGL in advance for which the
expenditure is booked in the books of accounts of TCGL, Govt. of Gujarat and the
utilization certificate is submitted to the Ministry after completion of the projects.
TCGL, being Government of Gujarat Undertaking, is getting the projects
implemented as per the Government procedures and guidelines.
Tourism Corporation Gujarat Limited has been engaged to implementation of
Laser Show. TCGL requires the services of well established, experienced
agency/Creative Director for conceptualization, design and implementation of the
Laser Show on turnkey basis as per the scope enlisted in the EOI document and
as per the details given below:
Name of Work:
Turnkey work of Design, Supply, Installation, Testing and
Commissioning of Laser Show with HD projection on
Aqua Screen, Sound System, Light effects, Pyro Color
Flame & Musical Fountains at New Gomti-Ghat, Dwarka.
Pre-Qualification for EOI is invited for implementation of Laser Show on turnkey
basis from companies, p roprietors, based on the competitive and lowest based
rate offers in two envelopes system i.e.
5
DOCUMENTS COMPRISING THE BID (Two Bid System)
The bid prepared by the bidder shall comprise the following documents:
a) EMD and EOI Document Fee (physical as well as scanned copy online)
b) Pre qualification details
c) Technical Bid Folder (physical submission of forms only sufficing the requirement
and supporting documents)
d) Financial Bid folder (online only)
The single envelope containing documents (a), (b) & (c) as mentioned
above should reach TCGL office on or before 13/08/2014 up to 3:00 PM.
Total Project cost: Rs. 24,49,68,050/Completion time:
Six months from the 7thday of issuance of Letter of
Intent/award or from the date of handing over of the clear
site whichever is later.
Interested firms/individual should have experience in:
1. Mounting of Laser show equipment or similar works.
2. A mega permanent installation on heritage monuments, world heritage
sites projects involving aesthetic and creative light features with sound
and musical effects by various equipment & laser shows.
Interested firms/individuals willing to undertake the work including system
integration etc. should submit the offer in two-bid system.
6
4
5
MEMORENDAM
Title for Expression Of Interest
: Turnkey work of Design, Supply,
Installation, Testing and Commissioning of
Laser Show with HD projection on Aqua
Screen, Sound System, Light effects, Pyro
Color Flame & Musical Fountains
including related Civil, Mechanical,
Structural & Electrical work at New GomtiGhat, Dwarka, Gujarat, India.
Ref. No.
: TCGL/L&S/11/2014
EOI Type
: Pre-qualification cum EOI Document notice
on turnkey basis
Type of Bidding
: Online – Two bid system (e-tendering).
Project Cost
: Rs. 24,49,68,050/-
6
7
8
EMD Value
Tender fee
Last Date & time of submission
:
:
:
Rs 24,50,000/Rs 18,000/13/08/2014 up to 3.00 pm
9
Date & time of opening
:
13/08/2014 at 4pm (Technical Bid)
:
120 Days
12 Retention Money
:
13 Pre-Bid Meet– Date
:
: Equi. to 2.5% of contract value in Form of
Fixed Deposit in favor of Tourism
Corporation of Gujarat Limited
5% in form of Bank Guarantee and Equi.
To 2.5% of contract value will be deducted
from each running bill including final bill
30/07/2014 at 3 pm
14 Penalty For Delayed
:
15 Period Of Maintenance And General
Defects Liability Period
16 Project Consultant
:
15 Place Of Opening Of Bids
:
1
2
3
10 EOI Validity
11 Security Deposit
:
0.05% of contract value per day but
maximum up to 5% of contract value.
1 years from the date of completion of the
project.
Mr. N. J. Naidu
Managing Director
Rhino Engineers Pvt. Ltd.
Ahmedabad.
Mail ID:naidu.repl@gmail.com
Tourism Corporation of Gujarat Limited,
Nigam Bhavan, Sector 16 ,Nr. GH 4 ½ Bus
Stand, Gandhinagar-382016
Stages for release of Retention Money:
1. At the end of successful completion of 6 Month : 50% on production of certificate
from Architect/EIC/ PMC
2. At the end of successful completion of 1 Year : 50% on production of certificate from
Architect/EIC/PMC
7
SECTION – 2
SCOPE OF WORK
Overview of Project Scope
2.1The prime bidder is required to carry out the above project on turnkey basis for proper
integration and operation of the complete system including related civil, structural,
Mechanical, Structural and electrical works. Bidders have to submit system architecture
design data base presentation for proposed turnkey project.
2.2 The Scope of work would include: Designing, Supply, Testing, Installation and
Commissioning of all project deliverables. Any cutting/modification/removal/re-installation in
the existing structure, prior permission to be taken from the department. The OEM or
Authorized System Integrator shall have to provide details on size and fixing arrangement of
the equipment. The OEM or Authorized System Integrator would also have to liaise
/coordinate with other Govt., trust, authority, architect, PMC, contractor for getting the same
done as per site requirement.
2.3 The OEM or Authorized System Integrator will carry out Site Acceptance Test, Final
acceptance test for the entire solution, Training, Documentation, Warranty and after
completion of free maintenance period, maintenance for the period of minimum (5) Five
years and maximum (15) Fifteen years subject to extension.
2.4 The OEM or Authorized System Integrator shall act as single point of contact to organize
and manage the entire project - including design, supply, installation, testing and
commissioning of all required hardware, software, accessory items like cable, connector
including related civil, structural, Mechanical, Structural and electrical works etc. as per
project requirements and for the equipment supplied.
2.5 If the offers received are without OEM or Authorized System Integrator having carried out
site visit / survey, it would be considered that the OEM or Authorized System Integrator has
understood the requirement fully and shall comply with the functional requirements of the
offered system including the scope of work / services in totality at their own risk and cost.
2.6 The OEM or Authorized System Integrator shall provide warranty and maintenance support
of entire system for 5 years from the date of Final Acceptance Test (FAT).
Proposed Turnkey work of Design, Supply, Installation, Testing and Commissioning of Laser
Show with HD projection on Aqua Screen, Sound System, Light effects, Pyro Color Flame &
Musical Fountains including related Civil, Mechanical, Structural & Electrical work at New GomtiGhat, Dwarka Gujarat, India.
The listed components are the general guidelines for the solution. The turnkey project to be set up
must comprise of state of the art of hardware equipment and software with collectively offering
high uptime.
The budget for the project is Rs. 24,49,68,050.00 and is to be completed in six months time
from the date of issuance of work order/EOI or from the date of handing over of the clear site
whichever is later. The project includes the major components other than the basic
requirement as listed below:
8




Visualizing & making the script by TCGL Agency
Partially Voice over will be arranged by TCGL Agency
Mixing, Programming and Art Production by the Bidder
The duration of content should not be less than 30 minutes.
Basic Requirements:
(The bidder must visit the site. The design proposal will be approved by the employer.)
A. Project related required Civil, Structural, Mechanical, Structural and Electrical Work.
A.1. Related props installation for required technologies.
A.2. Required Water Storage & recycling arrangement.
A.3. Administrative & Ticketing Blocks.
A.4. Waiting Launch for visitors and tourists.
A.5. Entry & Exists arrangements for visitors and tourists.
A.6. System Control Room.
A.7. Operating & Technical staff residing arrangements.
A.8. Electric power permission, connection, distribution, lighting and cabling etc.
A.9. Acoustic Diesel Generating set as backup power for complete installation.
A.10. UPS power protection to hi-end sensitive products
A.11. Sound and Lights mounting arrangements.
A.12. All other project design base items.
B. Laser Show with HD projection on Aqua Screen
B.1. Digital Data Controller: Should accept & store encoded data of reqd. show.
B.2. 2 or more nos. of Aqua Screens (22 meter dia minimum), which should be able to
function satisfactorily in saline water.
B.3. 2 or more nos. of High powered projectors (20K ANSI Lumens minimum).
B.4. Laser Projection System: Solid state Green &RGB Multi colour beams.
B.5. Research and designing show concept.
B.6. Visualizing & Dramatization of the script in first language.
B.7. Content and art production.
B.8. Partially voice over will be arranged by TCGL Agency.
B.9. Mixing, Programming and Art Production.
B.10. Arranging music (original score), recording, mixing, re-mixing.
B.11. The duration of content should not be less than 30 minutes.
B.12. Final system integration &soft commissioning of the project.
C. Sound Reinforcement System:
C.1. Sufficient line array/speakers as out file accompanied by subs.
C.2. Power Amplifiers & processors, microphones.
C.3. Digital Fibber Optic Snake cable connections.
C.4. Required hi-end systems for best show sound performance.
D. RGB LED Light surface and underwater effects
D.1. Sufficient lights effects.
D.2. LED RGBW Wash/Par lights.
9
D.3.
D.4.
LED RGBW Underwater lights.
Required DMX controllers.
E. Pyro Color Flame System
E.1. Pyro devices should be fired over and over again.
E.2. Column of flame between 30 feet minimum.
E.3. The systems should shoot as high as 75 feet.
E.4. It should have license to shoot flames from regulations governing body.
E.5. The colors include: purple, blue, green, yellow, orange, and red.
E.6. Required DMX controllers.
F. Musical Fountains
F.1. 16 or more nos. with minimum 32 metre spanning
F.2. Minimum 2 meter pitch with swinging, fixed and brackish type.
F.3. Nozzle, pump & pipe material stainless steel 304.
F.4. Installation on the floating tanks stainless with anti-corrosion painting.
F.5. Digital control fountain swing water features
F.6. Digital nozzle should swing and go round in 360 degree
F.7. Able to operate Multimedia/Music/ Program Control / Classic Static etc.
G. Other Facilities:
G.1. Advance facilities for online booking.
G.2. Related websites and maintenance.
G.3. Display of promos/show clips etc. on site LED Screens/Video walls.
Note:
1. The above mentioned requirements for the show are indicative and bare minimum;
however bidder has liberty to offer the best of industry installation.
2. The cost comparison will be based on bare minimum requirement as mentioned in
EOI document; hence no extra payment will be made for additional technology,
equipment and the show content.
3. The price bid will be evaluated at par with other bidders offer, any argument or
submissions or claim of rights will not be entertained.
4. Complete system installation design should be full proof & protective against
corrosion, dust, rain water and electric leakage current.
Details Functionalities:
The project includes the following major components:
1.
Civil, Structural, Mechanical, Structural & Electrical Work:
a. Bidder to visit the site before submitting offer at their own expenses.
b. Required water storage arrangement by making a bund or check dam on the river.
c. Recycling of water, necessary arrangement to be designs & executed.
10
d.
e.
f.
g.
h.
i.
j.
k.
l.
Rigs, Truss, Structure, Props or any other required mounting arrangements for
Water Screen, Projectors, Fountains & piping, pumps, nozzles, lighting, sound
system and pyro flame system.
Administration Blocks, Ticketing Block, Waiting Launch, Entry/Exit arrangements,
Viewers gallery, Control room, Residence blocks for technical & operating staff to
be designs and executed.
Obtain required electrical power load from local state electricity company and
comply required norms.
Required setup for power distribution with relative cabling etc.
Supply and providing required UPS and Acoustic D.G. sets to be installed as back
power to the complete system.
For approval purpose, related complete layouts to be submitted.
Administration block, ticketing block, all other related design data including visitors
seating arrangement, control room design to get approval from TCGL and
ASI/Trust.
Seeking necessary approvals (what so ever) from the work related appropriate
authority will be in scope of work of bidder, however department will assist for the
approvals.
CRZ (Coastal Regulation Zone), Environment statutory requirements, ASI and
local govt. department approvals are must and will be obtained by the bidder
however department will extend assistance to sought required approval from
various govt. bodies.
2.
Content and Art Production:
a. Research and concept towards the Laser Show to be implemented in consultation
with TCGL’s agency.
b. Dramatization of the script in first language, seeking approval from the appropriate
authority & in consultation with TCGL’s agency.
c. Partially voice over will be arranged by TCGL’s agency.
d. Bidder should arrange music (original score), recording, mixing, re-mixing, etc. in
consultation with TCGL’s agency.
e. Bidder will do the final production of show in consultation of TCGL’s agency,
f. Visualizing the content as per the concept with consultation of TCGL’s agency.
g. Creating the content (Should not differ from History/ASI declarations)
h. The duration of content should not be less than 30 minutes.
i. All content must get approval from TCGL & ASI.
j. Submission of necessary documents in form of hard/softcopies.
k. The content need to be changed every six months of operation and it should be
made with minimum two versions so that same can be changed after given interval
of time splits as directed by TCGL.
3.
Research and concept towards the Laser show to be implemented in consultation with
TCGL’s agency.
Dramatization of the script in first language, seeking approval from the appropriate
authority & in consultation with TCGL’s agency.
Partially voice will be arranged by TCGL’s agency.
Bidder should arrange music (original score), recording, mixing, re-mixing, etc. in
consultation with TCGL’s agency.
4.
5.
6.
11
7.
The bidder, in consultation of TCGL’s agency, will do the final production of show.
8.
Content and Art Production: Visualizing the content as per the concept with
consultation of TCGL’s agency.
a. Creating the content (Should not differ from ASI declarations)
b. All content must get approval from TCGL& ASI.
c. Submission of necessary documents in form of hard/softcopies.
9.
The content need to be changed every six months of operation and it should be made
with minimum two versions so that same can be changed after given interval of time
splits as directed by TCGL.
10.
Viewers gallery, Control room:
l. Bidder to visit the site before submitting EOI Document offer at their own expenses.
m. Layout and plans of viewer’s gallery and control room should be submitted by
bidder for approval.
n. The cost of all the arrangement for viewer’s gallery and control room will be in
scope of the EOI Document work.
o. Viewer’s gallery & control room design should be approved by TCGL and
ASI/Trust.
p. Seeking necessary approvals (what so ever) from the appropriate authority will
being scope of work of bidder.
q. Execution of works for the viewer’s gallery and the control room as per the concept
perceived.
11.
Languages
a. Translation of dramatized show scripting Hindi & English language only.
b. Arrange music (original score), recording, mixing, re-mixing, and tracking in
consultation with TCGL/their agency by the bidder.
12.
Hardware
a. Location & installation of Hardware should be TCGL & ASI/Trust approval.
b. Procurement of Hardware as per the details submitted during presentation & as per
the concept conceived and designed BOQ.
c. Proper installation of the Hardware including all associated works to be completed in
schedule time.
d. Hardware shall be installed without damaging any structure, for which, prior approval
shall be taken from ASI/Trust.
13.
Production, Programming System, Integration
consultation with TCGL/their agency by the bidder.
soft
commissioning
in
a. Transferring the voice-over and content generated in the suitable format.
b. Programming and production of the content along with the voice-over, HD
projection on aqua screens, laser and lights effects along with musical fountains
12
and pyro color flame performance.
c. Final system integration for soft commissioning of the project as per presentation.
14.
Any other related work pertaining to laser show not specified/mentioned here in above.
15.
Modifications/ Alterations:
After the show is soft commissioned, the same will be reviewed by the TCGL& ASI.
Suggestion in the concept/integration etc. received from the TCGL or ASI or Trust, the
same need to be incorporated before the show is finally commissioned.
16.
OPERATION & MAINTENANCE:
A. This show to be arranged between 7 PM to 10 PM, with prior permission from
/TCGL/ASI/Local Trust.
B. The power requirement should be not more than 50 KW, which will be
Arranged & managed by bidder.
C. Ticketing, administration and security management will be designed & managed by
bidder.
D. As per site requirement, tourist seating arrangement is a part of EOI Document.
Entry, exit and waiting area design and execution are also in the scope of bidder.
E. Show Ticket charges will be collected by bidder for their routine Maintenance
expenses. The O&M charges should be offered in separate sheet accordingly.
F. TCGL/Trust will decide cost of ticket and shall be reviewed as and when required
but not before six month of last changed of cost of tickets date.
G. First 12 month operation charge is considered free of cost from the date of
commissioning the project, bidder should not charge for this.
H. Operation and Maintenance (5 Years) of the show is par t of t he EO I
Docum ent and it should be m aint aine d for F i ve years after the
commissioning, including one year of the defect liability period from its operation.
Further more years could be extended if required.
I. The cost for O&M should be quoted separately over and above the final quote for
Design, supply and installation of Laser show.
17.
Standby Power: UPS, Invertors & Diesel Generator :
Bidder has to arrange for standby power facilities by way of installation of UPS,
invertors and diesel generators etc. for flawless running of the show, in case of power
failure. Bidder has to work out carefully the total electrification, cabling, change over
switch arrangement for the total Laser show equipment. Bidder should consider UPS
for all the hardware installation for receiving the fine power.
18.
Life of Components
The implementation of the project is of permanent nature & all the components are
expected to have life of not less than 10years except routine wear and tear.
19.
List of Hardware with minimum quantity and approved make:
Details of scope and broad specifications shall be as per price bid:
13
ID No.
1.
1.1
2.
2.1
3.
Brief Description of work
SHOW CONTROL
Digital Data Pumps & Media Servers
AQUA SCREENS
Aqua Screen System 22m Diameter (fixed, salt)
AUDIO SYSTEM
Unit
Approx. Qty.
3.1
3.2
3.3
3.4
4.
Amplifiers
Speakers
Subwoofers
Data Cabling
FOUNTAINS
No.
No.
No.
Qty.
2
4
4
Lot
4.1
Fountain System- (swinging, fixed brackish)
No.
16
5.
5.1
6.
6.1
LASER RAY SYSTEM
Stella ray
LED LIGHTING
Fittings - LED RGBW Wash – Underwater lights
No.
2
No.
1280+16
7.
7.1
8
8.1
9
9.1
9.2
PYRO FX
Color Flame Systems
SPECIAL FX
Bubble Machine/Foggers
VIDEO HIGH DEFINITION
Lenses
Projectors
No.
4
No.
18
No.
Access
No.
ories
2
2
No.
4
No.
2
TECHNICAL REQUIREMENT:
The manufacturers/OEM/system integrators are advice to consider latest & “state-of-the-art”
technologies.
Location of layout for proposed site should be attached with the document “Turnkey work of
Design, Supply, Installation, Testing and Commissioning of Laser Show with HD projection on
Aqua Screen, Sound System, Light effects, Pyro Color Flame & Musical Fountains including
related Civil, Mechanical, Structural & Electrical work at New Gomti-Ghat, Dwarka, Gujarat, India”,
however all the OEM’s or Authorized System Integrators are advice to visit the site and arrange to
prepare required new drawings for the design base concept presentation.
OEM’s or Authorized System Integrators have to check the tourists/visitors seating arrangement
along with entry & exit arrangements. The revenue generation from ticketing is in the scope of
bidder, hence required administrative block and tickets issue center with proper queue/waiting
space to be design and executed. Advance facilities for online booking, related websites, display
of promos/show clips etc. on site LED Screens/Video walls to be design and executed.
The proposed location is in the middle of Gomti River connected to Arabian Sea. The Gomti River
usually in dry state except monsoon season. The work also includes design & execution of
required civil, structure & Mechanical, Structural work to retain sufficient level of water for the
show requirement. The proposed location is near seashore; hence bidders need to take note wind
14
velocity for planning and operation of show. The required system control room & source of
electrical power to be considered as per site requirement.
Technical Specification of Table Content:
Electrical:
A. Digital Data Pump: (Make: Master Inc. Touch Screen Series I - Category: Sino dial
Series or equivalent) it should accept & store encoded data from multiplexers. The hard disk
recording & random access replay unit should repeat up to 99 synchronized shows in real
time. The package includes touch screen control. It should have capabilities encompass, the
simultaneous processing & controlled delivery of signals ranging from digital audio, laser
scanners, robotics, DMX-512 theatrical lighting control, projectors, fountains & aqua-screens,
serial computer & switched output control plus time code. Each data pump should hold up to 3
hours of show data & delivers simultaneous signals to dual decoders. Data pump output
should translated through decoders that in turn drive the real-time operation of whatever
presentation equipment is connected. Master data pumps unit with touch screen PC interface
& a ‘Slave’ unit should be reliant on it’s connect with ‘Master’. It should have - over 52 virtual
channels, touch screen interface (Master unit), employs parallel pipeline architecture, multiple
media capture & delivery system, minimum 2,048 channels of DMX lighting protocol processer,
samples, proprietary & standard protocols should be deliver, plastic & glass fiber outputs for up
to 4km transmission, up to 16 physical data channels, dual discrete decoder drivers or 2 fiber
signal redundancy & 12-channel proportional analogue control.
B. High Power Projector: Minimum 20000 ANSI Lumens Xenon illuminated
(CHRISTIE/BARCO) - min. 2 nos. (20,000 ANSI lumens 3 chip DLP technology SXGA+ 1400
x 1050 resolution1800:1 contrast ratio enabling highly enhanced image detail, with blacker
blacks and whites. All new 10-bit image processing providing broader color spectrum and
wider input signal compatibility Built-in stacking and rigging 3kW Xenon Bubble lamp system
providing photo-realistic color with the ability to edge-blend and tile images wide source
compatibility and built-in Ethernet networking for full compatibility with total projector monitoring
and control. It should be 3D upgradable.
C. Audio System: Amplifiers – 2 Nos., Front house sound system shall consist of two set of
sufficient line array system as out file accompanied by subs as prescribed by manufacturer.
The array tops shall consist of dual 8" Transducers of 1000 watts for low / low mid frequency.
Two 8" transducers of 300 watts for reproduction of mids and two compression drivers couples
to horns of 100 watts for reproduction of high frequency. (EV, Adamson's, Meyers, JBL) The
Mixing console should be capable of 5.1 Surround. Digital Fiber Optic Snake connecting
Console work surface to Stage Input Racks. (Midas/Digico/Yamaha)
D. LV Fountains System:16 Nos. with 32 metre spanning @2meter pitch with swinging, fixed
and brackish type. Which is installed on the floating tanks in iron steel or stainless with anticorrosion painting since its floating platform system could rise or drop with the water level
changes, the fountain operating schedule should not be affected by seasonal
water level difference, which should be widely applied in large natural or artificial
lake or river. It should be able to operate Multimedia Control / Music Control / Program Control
/ Classic Static etc. It’s should have nozzle material & pipe material stainless steel 304 with
pump material of stainless steel 304 or cast-iron as per the site requirement. It should be
digital control fountain swing water features can synchronously or solely swing and rotary in
two/three-dimensional directions, which should produce discretionary and tridimensional water
15
shape. Installed on the frame of inlet/outlet intersecting water pipes, powered by underwater
motors, the nozzle can swing and go round in 360 degree, to form many different water
shapes. It should have accurate machining process, highly advanced control technology;
digital nozzle to be used. It should easy to maintain after installation.
E. Lighting and Effect machines:
LED Par light
PAR20/PAR30/PAR38
Voltage: 220-240V
Number of LED: 15/36/60
Wattage: 0.8 to 4W
Colors: white/warm, white/red/yellow/blue/green/color changing
Lifetime: 50,000 hours life
Certifications: CE and RoHS
LED Par/Wash Lights
Power: 3W
Light source: LED red, green, blue
Function: It is max mix color, color change, flash, speed/luminance the adjustable
Control signal: Controller with DMX512 (4CH)
Shell
: Aluminum, iron and 2color: black, white
F. Stella Ray Laser System: It is having immense power requirement for large scale
outdoor special FX, The eye of the Stella ~ Ray should extremely powerful. It should generate
an emerald green beam of incredible brilliance to allow it to dominate the sky at night. The high
power YAG technology should be provided for highest visible special effects.
“ +15 Watts- solid state RGB Multi color LASER, producing 16.5 millions of colors capable of
production of graphic & 3 D abstracts projection through high speed scanning system,
controlled through Pangolin Animation Software, c/w beam show, synchronized to voice
/music, running on CAT-6 networking cable”
“+5 Watts- solid state Green single color LASER capable of producing graphics & 3 D
abstracts projected through high speed scanning system, controlled through Pangolin
Animation software, running on CAT-6 networking cable” Required for projecting laser
Graphics, Manual/Motorized.
G. Pyro color flame system: It should be safer than pyro devices and should be fired over
and over again. It should be a column of flame between minimum 30 feet. The systems should
shoot as high as 75 feet. It can refer to as flame cubes. There should line burners that should
produce a wall of flame between 30 feet long that can reach up to 70 feet high. It have license
to shoot flames from regulations governing body. The colors include: purple, blue, green,
yellow, orange, and red. The effect should dazzle and nothing screams haunted attraction
more than colored flames.
H. Inverter/UPS: It should be suitable to sensitive hardware equipment. The approved make
(SU-KAM, LUMINOUS, APS) the rating should be as per site requirement of installed
hardware equipment.
I. Acoustic DG Set: The DG Set should be required for complete system setup. The DG Set
must be silent with appropriate Acoustic Enclosure & canopy. Necessary Change over
16
switches must be required & Proper Earthing required for DG Neutral & Body. Approved make:
(Kirloskar, Sudhir, Gmmco)
CIVIL, Mechanical structural WORKS
EARTH WORKS:

Clearing of the site and roughly dressing the same using operated devices, including
removal of the roots, vegetation, grass, brush wood, trees, sapling of girth, rubbish and
disposing and stacking all debris for all leads and lifts anywhere outside the plot boundary
at unobjectionable place, all as per direction of Engineer-in-charge/PMC.

Felling trees of the following girth (measured at a height of 1 M above ground level)
including cutting of trunks and branches removing the roots, filling the pit and depression,
stacking of the serviceable materials and disposal of unserviceable material etc., as
directed for: (the necessary permission for cutting the same should be obtained by the
contractor from relevant authority without claiming extra charges/cost).

Earth work in excavation by mechanical means / manual means in foundation trenches,
drains, manholes, soak wells, pits, rafts, mass excavation work like basement excavation,
etc. including necessary shoring & strutting / or sort of soil stabilization required to retain
earth, dewatering, getting out the excavated soil, sorting and stacking of useful material,
dressing of the sides, ramming of bottom and disposal of surplus excavated earth up to
any lead and lifts, excavated earth / stuff to be disposed at non objectionable place to be
found by the contractor all complete as per drawings, specification, instruction & directed
by engineer-in-charge/PMC. For all civil, structural/mechanical/electrical/ plumbing,
infrastructure works for all kinds of soil.

Filling/ Backfilling with available selected/approved excavated earth the quantity of earth
stacked any outside the campus (non-objectionable place to be found by the contractor)
excluding rock and black cotton soil) in foundation, trenches, plinth & plot etc, in layers not
exceeding 20 cm. in depth, including breaking the clods, watering to optimum moisture
content, ramming and compacting by mechanical means of suitable type of vibrator,
including freight, transportation, loading, unloading, screening, passes etc. all complete as
instruction & directions of the Engineer-in-charge/PMC. The offered rates shall include for
all leads and lifts including transporting using mechanical / manual means. Note: Using
excess available excavated earth from foundations and dressing of the plot area.

Filling in foundation trenches and plinths, with mudroom or selected soil obtained
from outside (Contractor's earth) in layers of 20 cm. thickness, including watering to
optimum moisture content, ramming and compacting using mechanical vibrator (3T
capacity), including royalty, freight, transportation, loading, unloading, screening, passes
etc. all complete as directed by the Engineer-in-charge/PMC.
17

Filling in foundation and plinth (under floors, general development) with good quality
coarse river sand obtained from outside, including watering, ramming well, consolidating
and dressing etc. complete all as per specification, drawing and directions of engineer-incharge/PMC.

Filling with good quality cement cinder 1:10 (1 Cement : 10 Cinder) as directed by the
Engineer-in-charge/PMC, in sunk in layers of 15 cm. thickness, including watering, placing,
ramming properly with wooden rammers (not exceeding 2 Kg in weight) etc. complete, as
directed by engineer-in-charge/PMC. Minimum required qty of water shall be added until
mixture becomes damp. If required curing shall be carried out at least for 7 days by
sprinkling required quantity of water so that surface remains damp and not to be done by
pounding or flooding.

Injecting Chemical emulsion for pre constructional anti-termite treatment for all types of
structure with / without basement with RCC foundation/RCC wall or with load bearing
walled foundation or developing areas tree pits, water body etc. The chemical used shall
be chloropyriphos (1:19) / Biflex TC / lindane or equivalent as per approved make as per
latest IS code no 6313 (Part II). Plinth area in plan at GF shall only be measured and paid.
A guarantee bond of 10 years shall be furnished.
a) Bottom surface and the sides of the excavation made for masonry foundations at the rate of
4 liters/ of surface area (wherever applicable).
b) At the rate of 7.5 liter/ Sq. meter of surface area to the backfill at the depth of 500mm below
the original
ground level. The soil in the immediate contact with the vertical surface of RCC
column shall be treated.
c) Top surface of the plinth filling at the rate of 5 liter/ Sq. meter of internal plinth area etc.
complete.
d) Internal vertical surface from original Ground level to top of the earth filled in the plinth at
the rate of 7.5 liter/ Sq. meter of surface area in contact.
e) at the rate of 7.5 liter/ Sq. meter to the external vertical surface below finished Ground
level to the full depth of the filling complete by injecting chemical after drilling the holes of 12
to 15mm dia, with depths of approx. 300 to 600 mm and at 150mm centre to centre and as
close to the wall as possible.
f) All holes for electrical data, water supply, drainage etc. shall be treated.
CONCRETE WORKS:
18
1. All concrete produced shall be with automatic concrete mixing batching plant and rates for
all type of concrete shall be inclusive of the same. No site mixing shall be permitted.
2. All formwork should be rigid & water tight using best quality of ordinary shuttering ply / steel
plates with supporting system of MS adjustable steel props / spans / frames for any shapes,
sizes, planes including strutting, propping, bracing, staging etc., complete to give smooth &
fair finish & including false staging work where height exceeds more than 4.5 meter.

Pain Cement Concrete M10 - using 40 / 20mm nominal size graded hard granite / black
trap stone aggregate obtained from approved quarry) including compaction, finishing top
surface to the required level curing including cost of formwork etc. complete as per
specifications and directions of Engineer - in - charge. of all size and shape in foundations,
plinth, sub base, wall caps/ copings of floors etc. for all civil, plumbing, electrical &
infrastructure works.

Precast exposed fair finish (rendering work) cement concrete block or jali or wall or
grill made in M20. Jali wall shall be constructed in cement mortar 1:2 (1 cement: 2 coarse
sand) by providing 2 no of 6 mm dia. mild steel at each layer vertically as well as
horizontally. MS wire/ rod shall be anchored in adjoining surface with quick fix chemical
Hilti HY 150 / Fischer / Mungo including roughening, cleaning, fixing and finishing in grey
and white cement sand mortar 1:1 and curing etc. complete as directed by
EIC/PMC/CONSULTANT. The thickness of the precast exposed finish CC jail or grill or
wall or blocks shall be exposed fair finish (rendering) with 10x10mm groove in between
the jali. Both side exposed fair finish (rendering) jali shall be placed back to back keeping
unfair side jointed with cementations adhesive as per drawing & sample approved at all
heights/ all places/ all floors etc complete.

Fabricating and placing / fixing in position TMT reinforcement bars FE-500D as per
approved make (Min. elongation 14.5% as per relevant latest IS standards for
manufacturing of reinforcement) confirming to IS-1786 reinforcement for RCC structures /
items as per design including transporting steel to the work site, handling, de-coiling,
cutting, bending, cranking, fabricating to required shape, placing in position and tying /
binding the system with MS 18 gauge wires, welding if necessary, keeping it in position
during concreting by means of stays, blocks, ties, spacers, chairs, hangars, etc. for all
floors / all levels / all heights complete as per drawings, specifications and direction of
Engineer in Charge.

Lying in position controlled reinforced cement concrete of following grades with
concrete batch mix plant of appropriate capacity to produce adequate quantity of concrete,
machined batched & machine vibrated design mix cement concrete using graded hard
(black trap) stone agg. of 20mm nominal size obtained from approved quarry incl. fine
aggregate confirming to latest IS 383, admixtures and cement all as per approved design
19
mix as per IS 10262 with minimum cement content as specified along with relevant grade
of concrete and according to Design mix whichever is higher to be followed, including
mixing, transporting, pumping, placing , vibrating, compaction, finishing to required levels,
curing, dewatering, roughening and / or hacking concrete at construction joints and
plastering etc complete all as per specifications at all elements, all locations, all heights,
all leads, all depths from FFL / GL., in any position & any shape for all structures, mass
concrete, and for any special structural members as per drawings / specifications & / or as
directed by Engineer in Charge.
NOTE: Client's engineer will supervise the concrete work at plant site. In case in failure of
batching plant, contractor has to obtain necessary permission from EIC/ PMC/ CONSULTANT
for further commencement of work.

All concrete produced at site shall be preferably with batching plant, however for
particular elements/work, where the contractor cannot produce concrete through
batching
plant,
contractor
has
to
obtain
necessary
permission
from
EIC/PMC/CONSULTANT
A-1) Above Ground Level for all elements, all locations, all heights, all leads, all depths
- M-20 grade with min. cement content 400 Kg/cum or as per mix design
whichever is higher.
Special Note: Design Mix should carry out only as per the cement content specified here in
the items. No deviation in cement content will be allowed.
B-1) Up to Ground Level - M-25 grade with min. cements content 450 Kg/CUM or as
per mix design whichever is higher.
B-2) Above Ground Level for all elements, all locations, all heights, all leads, all depths
- M-25 grade with min. cement content 450 Kg/CUM or as per mix design
whichever is higher.
C-1) Up to Ground Level - M-30 grade with min. cement content 475 Kg/CUM or as
per mix design whichever is higher.
C-2) Above Ground Level for all elements, all locations, all heights, all leads, all depths
- M-30 grade with min. cement content 475 Kg/CUM or as per mix design
whichever is higher.
D-1) Up to Ground Level - M-35 grade with min cements content 500 kg/CUM or as
per mix design whichever is higher.
20
D-2) Above Ground Level for all elements, all locations, all heights, all leads, all
depths - M-35 grade with min cement content 500 kg/CUM or as per mix design
whichever is higher.

Precast cement concrete work of exposed finish (rendering work) of required size and
shape for elements like copings, bed plates, anchor blocks, window sills, shelves, louvers,
steps, staircase, concrete tree pits, kerbs, edgings, solid concrete block, hollow concrete
block, entrance screen as per drawing etc. for 1:2:4 (1 Cement : 2 coarse sand :4 graded
stone aggregate 20 mm nominal size) mix including the cost of exposed centring,
shuttering, rendering, erecting and keeping in position with cement mortar 1:3 (1 cement :
3 coarse sand) and necessary scaffolding at all floors/ all height/ all level in any position
etc. complete as directed and approved by Consultant/ EIC/ PMC/ CONSULTANT.

Making holes in RCC walls, slabs or any other RCC member by core cutting machine of
Hilti / Fischer/ Mungo including disposing the debris. Measurement will be taken for the
depth of holes in running meter for specified diameter. For disposal of the debris
specification of relevant items shall be followed. For all floors / all heights.

PVC sleeves in RCC elements like walls, slabs, beams, etc., of 6kg/ cm2 UPVC pipes
of following make Supreme / Astral / Prince or equivalent as per approved make &
diameters for taking out service pipelines, cables, road, infrastructure works etc. upto 0.5
mtrs length. For all floors / all levels / all heights.

False staging with MS props or MS H-frames for each additional height of propping and
centring where the height of propping and centring exceeds 4.5 meter between supporting
floor to ceiling, including temporary masonry work or stone pillars for supporting as
required with adequate bracing/ propping with steel props/ H Frames etc as directed by
EIC/PMC/CONSULTANT including cost of de-shuttering and centring at all levels / all
floors for plumbing, electrical and civil works.
BRICK WORK:

Brick work using common burnt clay conventional building bricks conforming to IS
1077-1992 having compressive strength not less than 35 Kg/ cm2 in any width, any shape
and all depth including curing, scaffolding, racking / flush jointing etc. as per drawing,
specification and approved by consultant and as directed by engineer-in-charge/PMC for
all
civil,
plumbing,
electrical
&
Infrastructure
works.
CM 1:5 in foundation, plinth, super structure above plinth for all levels/ all heights/ all
floors

Autoclave aerated concrete blocks / bats as per drawing (Thickness up to100 to 350
mm) in single or multiple layers with Fixo bond mortar of ultratech make or any other
21
equivalent. Crushing strength of aerated concrete block/ bats shall not be less than 35
KG/sq.cm, minimum dry density of 550-650 KG/CUM, thermal conductivity 0.16 w/mk, fire
resistant 4 hours, in true line level and plumb and cleaning the surface with necessary tool
tackles etc. at all floors, all heights, all depths, all levels (in foundation and superstructure)
and all places including curing, scaffolding, racking / flush jointing etc complete, as per
drawing / specification and approved by consultant and as directed by Engineer Incharge/PMC for all civil, plumbing, electrical & infrastructure works.

190mm x 190 mm x 80 mm glass bricks of linelite of Indonesian make or equivalent
as per approved make and design with white CM 1:2 ( 1 white cement : 2 sand). Two
numbers of 5 mm thick GI wires to be passed through PVC spacers in each joint
horizontal as well as vertical by drilling holes in surrounding surface (brick or RCC) and
filling the same with Hilti / Fischer/ Mungo chemical (re-barring). The PVC concealed
spacer (with provision for passing the 2 no. GI wires in horizontal and vertical direction)
shall be provided to maintain grooves/spaces for GI wire and white cement mortar at the
junction of two glass bricks. The sample of the glass brick shall be got approved by
Consultant. The glass bricks shall be fixed with placing GI wires vertically as well as
horizontally after passing through the spacer and having minimum lap length of + 200 mm
as per the site conditions at all the places, heights and shapes, etc. complete, as per the
details and drawing to the satisfaction of Engineer-in-charge/PMC. Joints along the
periphery of glass bricks to be filled with and color weather silicone sealant of make DOW
corning / Wacker / Sika or equivalent as per approved make.

In expansion joint 100mm thick SIL FLEX (Capcell HD100) of Supreme make
expansion board (Polyurethane foam filler) of the best quality including cutting, jointing
to required sizes in all locations/all shapes/ all levels/ all height/ all floor etc. complete as
directed by engineer-in-charge/PMC.

PVC Water Stops conforming to IS:12200 for construction between two RCC members
and fixed to the reinforcement with binding wire before pouring of concrete to keep in
position during concreting etc. complete as per specification and as per the direction of
EIC/PMC/CONSULTANT. PVC Water Stop - Dumb bell type with central bulb 180mm X
8mm.

100 mm expansion joint system of 3R MSDSZJ (Horizontal Surface) make flush
mounted metal floor expansion /seismic joint system with +/‐ 25mm joint movement design
for system requiring heavy load and exposed metal centre plate with heavy duty traffic and
passenger car movement over the joint profile, cleaning of joint, profile correction as
required on site and as per the joint manufacturer specification and the joint design and
drawing,
complete
as
per
sample
approved
by
Consultant
&
direction
of
22
EIC/PMC/CONSULTANT. if required, GP-2 conbexta Grouting shall be paid extra as per
separate item as per manufacturer specification.

100 mm expansion joint system of 3R MSNSK (Vertical Surface) make system
designed for interior wall and ceiling finishes with expansion movement +/‐ 25mm design
for internal application on wall to wall/ceiling /wall to corner where concealed /flush metal
plate desired as per the joint design and design width over the joint profile, cleaning of
joint, profile correction as per the joint manufacturer specification and the joint design and
drawing,
complete
as
per
sample
approved
by
Consultant
&
direction
of
EIC/PMC/CONSULTANT. if required, GP-2 conbexta Grouting shall be paid extra as per
separate item as per manufacturer specification.
PLASTER WORKS

Average 15 mm thick single coat mala finish (finished smooth with steel trowel) plaster
in CM 1:3, on internal and external surfaces and all types of surfaces RCC / AAC Blocks /
Brick Works etc., etc., at all floors, all shapes, all levels and all heights with necessary
scaffolding, curing, making grooves, forming pattas, hacking properly to existing & newly
constructed RCC surface (144 nos. of hacks per sq. ft) etc. complete as directed by
Engineer-in-charge/PMC.

Average 20 mm. thick sand faced cement plaster on masonry work / RCC wall upto
any height above ground level and for all shapes consisting of first coat (backing coat)
average 12mm. thick with CM 1:4 (1 cement: 4 coarse sand) rough wired finish and
second coat of average 6-8mm. mm. thick uniform grained textured by using wooden
Gutka, in CM 1:1 (1 cement: 1 sand), including scaffolding, hacking to RCC surface,
forming grooves, drip moulds, pattas, curing etc. complete as directed by engineer-incharge/PMC.

External finish of average 2 to 2.5mm thick acrylic polymer based texture of "Ruff &
Tuff" finish paint of Sherwin Williams / Asian / NITCO / ICI / Berger or equivalent as
per approved make with standard tool and applicator as specified by company on
exterior surfaces at all heights including scaffolding to give even shades including
thoroughly brushing the surfaces free from mortar dropping and other foreign matter and
sand paper smoothed etc. complete as per the manufacture specifications and up to the
satisfaction of Engineer in-charge/PMC/ Consultant.

Hexagonal chicken mesh: 20mm x 20mm size (22 gauges) at junction of concrete &
brick work or between different materials etc. as directed by engineer in charge.
WATER PROOFING WORKS:
23

Hydrophilic crystalline based waterproofing with Krystol T2 system In two coat
application. The application to be done from +ve (positive) side on a wet open pore green
concrete surface at coverage of 1 kg/sq. m as per manufacturer specification. It should be
hydrophilic in nature, should be able to grow crystals year after year to seal micro cracks.
The product should confirm to DIN 1048 part 5 and should provide in depth crystallization.
The material and application warranty to be given by manufacturer’s authorized distributor
/ applicator on prescribed format for 10 years. Note: - Application should be strictly done
on wet surface after 3-6 hours of casting of concrete. (For terrace, toilet, utilities, sunks,
wet applications, etc. etc.,)

Crystalline based waterproofing with Krystol T2 system In two coat application. The
application to be done from +ve (positive) side on a wet open pore green concrete surface
at coverage of 0.8 to 1 kg/sq. m as per manufacturer specification. It should be hydrophilic
in nature, should be able to grow crystals year after year to seal micro cracks. The product
should confirm to DIN 1048 part 5 and should provide in depth crystallization. The material
and application warranty to be given by manufacturer’s authorized distributor / applicator
on prescribed format for 10 years. Note :- Treated area should be screened with IPS (IPS
will be measured and paid in relevant tender item) using hydrophilic crystalline
admixture KIM (Krstol Internal Membrane) @ 2% for best results:- Application of
crystalline coating to be done within 7 days of casting of concrete (for basement floor)

Average 20mm thick double coat water proof smooth/ wired finish cement plaster
on sides of masonry work/ block wall/ RCC wall, 12 to 15mm thick first coat in CM 1:3 (1
cement : 3 coarse sand) by spraying , second coat of 6mm of CM 1:3 (1 cement : 3 fine
sand) and mixing water proofing compound Hydro-shield powder & liquid of ConTech
Chemicals / Fosroc / Cico or equivalent as per approved make in recommended
proportions in both coats, finishing the surface wired finish to receive the tiles / smooth
finish with a floating coat of neat cement slurry at 2.75 Kg / Sqm at all floors, all shapes
and all height including hacking to RCC surface, scaffolding, curing etc. complete as
directed by engineer-in-charge/PMC including furnishing a guarantee bond for 10 years.
Cement slurry admixed with Hydro-shield powder & liquid of ConTech Chemicals, Fosroc,
and Cico in recommended proportions is to be applied before each coat and final finishing
coat. (Item shall be operated for water retaining structures, sunk, basement walls and
other places specified by Consultant/ EIC/PMC/CONSULTANT).

Average 65 mm thick IPS water proof cement concrete flooring in 1:2:4 (1 Cement : 2
Sand : 4 Graded Aggregate 20mm nominal size) including finishing with coat of neat
cement at RCC swimming pool floor, underground tanks, sunk, general development
areas, any other areas and other places at all heights in line, level and gradient including
mixing water proofing compound of ConTech Chemicals / Fosroc / Cico or equivalent
24
as per approved make in recommended proportions as approved by the Consultant and
Engineer-in-charge/PMC and leaving the surface rough wired finish to receive any type of
flooring / smooth finish etc complete including furnishing a guarantee bond for 10 years.
IPS shall be laid in one layer finished with floating coat of neat cement slurry to achieve
proper 0-0 leveled surface, slope as shown in drawing at any type of areas, rooms,
places, at all surface, all floors, all levels upto satisfaction of consultant & engineer in
charge.

Chemical water proofing treatment on walls, sunken portion with cement polymer modified
based waterproof compound three coat of Tapcrete P151 of CICO or fosroc without net
in three coats in wet areas and depressed portions including treatment up to 300 mm on
side with (CC 1:2:4) 100X100 mm vata at corners and Fiber Glass Cloth with complete
treatment as per manufacturers specifications and direction of engineer-in-charge/PMC
and furnishing a guarantee bond of 10 years. (Only plan area shall be measured, vata &
treatment on side up to 300 mm high shall not be measured separately and paid for.
Contractor to execute the work by special waterproofing authorized agency.

115mm over deck insulation over terrace water proofing of ex-foliated vermiculite of
Porosile / BASF/ MYK or equivalent as per approved make for roof insulation in the
ratio of 1 :6 (1 cement : 6 Ex foliated vermiculite (by volume)). Density of Ex foliated
vermiculite shall be 212 kg/cum. The cement shall be mixed with the ex foliated
vermiculate in dry stage & then minimum qty of water shall be added. After screeding the
ready mixed material in specified thickness, curing shall be carried out at least for 7 days
by sprinkling of required quantity of water so that surface remains damp and not to be
done by pending or flooding. The work includes cleaning of the surface with wire brush
thoroughly necessary scaffolding finishing the top surface as best workmanship like
manner as per the manufacturers specifications and as directed by Engineer In charge.
FLOORING WORKS

8 to 10mm thick, Vitrified tiles (full body) of size upto 600 mm of required finish as
approved by Consultant/ EIC/PMC/CONSULTANT (Antiskid, Matt & Glossy finish) for all
floors/ all height/ all levels etc. with on floors, residue, steps of approved make and
brand as per make list of tender of any approved shade as per design drawings over 20
mm (average) base of cement mortar 1:6 (1 cement : 6 coarse sand) or LM 1:1.5 laid on
new surface or fixing on existing flooring by adhesive material including dismantling of
existing flooring and jointed with colour cement slurry including finishing shall be done with
flush pointing with white cement and matching pigment, including curing, cleaning with
mild oxalic acid, maintaining till handling over by covering the joints with abrotaps, plastic
25
sheet & plaster of paris, groove, curing, etc complete as directed by Engineer-incharge/PMC. For Light Shade, Antiskid, Dark Shade

8 to 10mm thick, Vitrified tiles (full body) of size upto 600 mm of required finish as
approved by Consultant/ EIC/PMC/CONSULTANT (Glossy) for all floors/ all height/ all
levels etc. in skirting, dado, residue, risers of steps, jambs of approved make and brand
as per make list of tender of any approved shade as per design drawings. Wall tile is to
be fixed over 10 to 12 mm thick wired finish plaster in cement mortar 1:3 ( 1 cement : 3
coarse sand) and average 6mm thick 1:1 cement sand mortar/ approved chemical of Bal,
Laticrite, Kerakoll behind the tiles including pointing in white cement mixed with pigment
of matching shade etc. complete as approved by consultant and directed by engineer-incharge/PMC. Finishing shall be done with flush pointing with white cement slurry and
matching pigment, including curing, cleaning with mild oxalic acid, maintaining till handling
over by covering the joints with abrotaps, plastic sheet & plaster of paris, groove, curing,
etc complete as directed by Engineer-in-charge/PMC. For Light Shade, Dark Shade (in
Combination of Lighter & Darker shade)

Wired finish screed (1 cement: 2 coarse sand: 4 graded stone aggregate 20mm down
size) in required thick as per drawing / instruction by the Consultant / Engineer-incharge/PMC as bedding for flooring, laid to achieve proper slope or 0-0 leveled surface
and curing complete excluding cost of formwork at any type of surface, all floors, all levels,
all heights etc., etc., complete.

Filling epoxy based grout in grooves of size up to 6mm x 6mm in flooring or dado with
PVC spacer of BAL Endura / Kerakoll / BASF or equivalent as per approved make of
approved shade and color.

Laying PVC (Poly Vinyl Chloride) flexible and conductive single layer homogeneous
antistatic flooring roll/ tile/ plank of Armstrong Pastel LG2 / Gerflor Mipolam Ambiance
HD or equivalent as per approved make of approved shade, pattern as per design with
veined surface pattern and non directional chip texture as per EN649, protect surface
treatment of approved color & shade of wearing resistance 0.15mm as per EN 660.1 and
EN-649 and sample approved by Consultant. The sheet would have thickness of average
2 mm, width of 1.5 to 2 meter. & length between 15 to 25mtrs & newly improved
Continuous Graphite Backing for better flow of charges till the earthling points. Thermal
Welding: The joints must be welds by the heat fusion process to get a seamless floor. The
joints in the flooring should be sealed by using a PVC welding bar of matching colour to be
supplied by the manufacturer, using a hot air gun for fusion of welding bar with flooring.
The sheet should have residual indentation of 0.06mm as per EN 433, the color fastness >
6 as per ISO105-B02, vertical resistance < 1X106 Ohm as per EN1081 and the static
electric charge < 2 kV as per EN1815. The product should also confirm to class B fl - s1 in
26
flammability test as per EN 13501-1, slip resistance of R10 as per BGR 181, dynamic
coefficient of friction with class DS as per EN13893. The wear group of sheet is P as per
EN 649. The application should also include coving, capping & welding wherever required.
Adhesive shall be used as per manufacturer’s specification of pidilite/ colorbond. Flooring
rolls/ sheets are to be fusion welded of matching color and should not appear visually.
Contractor has to submit 5 years guarantee bond to client.

Requisite at least 3 mm thick self leveling compound manufactured by Ardex / BASF /
Cico / Sika / cemex or equivalent as per approved make to be provided to achieve 0-0
leveled surface for vinyle as per manufacturer specification which is suitable to PVC
flooring in all manner. Adhesive to be used as per subjected to manufacturers
recommendation. The item shall be operated if required. Consultant and Engineer-incharge/PMC’s decision is final to operate this item. Contractor has to submit 5 years
guarantee bond to client.

First quality 6mm thick white glazed tiles of approved make and brand as per make
list
of
tender
and
size
as
per
drawing
and
approved
by
Consultant/
EIC/PMC/CONSULTANT in flooring, steps, dado etc. The tiles shall be fixed after applying
cement slurry (3.3 kg/ Sqm) of 1 cement : 1 fine sand mortar (butter to tiles) on minimum
12 mm thick wired plaster in CM 1:3 in line level, as per drawings/ specification, directed
by Engineer in Charge and approved by Consultant/ EIC/PMC/CONSULTANT. Joints
shall be filled with flush pointing in white cement including curing and cleaning with mild
oxalic acid at all floors / all levels / all height etc. complete.

Average 25mm thick hand dressed green polished kotah stone of approved quality,
selected and sorted for uniform colour in floor, otta, dado, platform, racks and skirting etc.
of required sizes upto 600 mm as per design in normal pattern (straight or staggered joint
with square or rectangular shaped stone) and residue as per drawing including 1:6 (1
cement : 6 sand) cement mortar bedding of average 35 to 50mm thickness jointed with
grey cement and colour pigment in proportion to match the shade of kota stone. Rubbing
and polishing to be done with 2 coats of 60, 120 grades of emery, balckchapadi and gutka
for special polish after it polishing to be done with 220, 320, 400, 600 grades of emery till
mirror/ semi mirror finish is achieved. Curing, daily moping with water & kerosene as
directed for at least 15 days after final polishing etc. complete upto the satisfaction of the
Consultant or Engineer-in-charge/PMC. (NO WAXING WILL BE PERMITTED).

Average 25mm thick hand dressed single side green polished kotah stone of approved
quality, selected and sorted for uniform colour in floor, otta, dado, steps, jambs, platform,
racks and skirting etc. of required sizes above 600 mm and upto 2000 mm as per design
in normal pattern (straight or staggered joint with square or rectangular shaped stone) and
residue as per drawing including 1:6 (1 cement : 6 sand) cement mortar bedding of
27
average 20mm thickness jointed with grey cement and color pigment as specified.
Rubbing and polishing to be done with 2 coats of 60, 120 grades of emery, balckchapadi
and gutka for special polish after it polishing to be done with 220, 320, 400, 600 grades of
emery till mirror/ semi mirror finish is achieved. Curing, daily moping with water &
kerosene as directed for at least 15 days after final polishing or upto the satisfaction of the
Consultant or Engineer-in-charge/PMC etc. complete. Pre-polishing to be done as
specified and instructed by Consultant/ EIC/PMC/CONSULTANT. (NO WAXING WILL BE
PERMITTED).

Roughened strip 2.5 cm wide to form antiskid surface on floors & steps as per design
including forming straight deep curved gishi (groove) 6 mm wide & 4 mm deep on two
sides of the roughened area, chiseling, polishing the edges, sides and bottom of gishis
etc. complete as per sample approved by Consultant/ EIC/PMC/CONSULTANT.

18mm thick Coloured Stone like Jesalmer to break monotony of floor (in form of patta
and making pattern) of approved size, shade and quality, selected and sorted for uniform
color in floor, steps etc. and other areas as required sizes and shapes given in design.
Average 45 mm thick 1:6 cement mortar bedding for flooring with grey cement slurry for
joints.

China mosaic flooring for plain and curved surfaces at floor, dado, otta etc. comprising
of 20 to 25 mm size broken pieces of ceramic/ glazed tiles (only white colour) laid over 1:6
cement mortar bedding including applying cement slurry at the rate of 2.75 kg per sqm on
plain or sloped surfaces and filling joints with white cement. The flooring/ dado shall be
tampered with wooden rammer not exceeding 2 Kg in weight to bring the mortar up to the
surface including rounding of the junctions and extending them upto 15 cm along the
parapet wall. The rate shall include any type of bands, vata, any colour, any pattern or
design as per drawing, curing, cleaning with water and oxalic acid etc. complete as
sample approved by Consultant/ EIC/PMC/CONSULTANT. (Only plan area shall be
measured including vata upto 150mm height. inclusive of acid washing and vata.
CIVIL WORKS - IRON WORKS:

Fabricating, assembling, hoisting/ erecting and fixing in position at all heights/ all levels/ all
floors/ all shapes & sizes with all leads & lifts using MS Rolled Steel Sections, Hollow
sections, Tubular Sections, MS Plates, Chequered Plates, MS Pipes, Perforated Sheet,
Flats, Bright Bars, Angles, MS Sheet, Girder, Beam, threaded J bolts, insert plate, support
plate etc as per drawing. all confirming to latest relevant IS codes for the work of steel
structures like staircases, railings, handrail, jali, gates, grills, bracings, platforms, brackets,
monkey ladder, cattle trap, windows, pipe rack, rungs, false ceiling frame work, Roof
canopy, fencing posts, M.S. Screen & fencing jali frame work etc. including straightening,
28
cutting, bending, bolting and welding the members all as per structural drawings and as
per detailed specifications (for materials & workmanship) including necessary scaffolding/
staging etc. complete in the situations described hereinafter and comprising of :
i) Profile Cutting of components to required length/ width and shape/profile;
ii) Smooth grinding/ machining of edges/ faces/ all welding joints;
iii) Necessary welding (electric arc welding) for required weld lengths and sizes.
Note: The contractor shall be submit fabrication drawings based on construction drawings
(that may be issued during construction period) for approval by the Consultant/ Engineer. The
fabrication work shall start only after approval of the fabrication drawings submitted by
contractor. Any change required in the fabrication drawings shall be carried out at no extra
cost. Fabrication shall be in a perfect consultant workmanship manner and as provided in
section V & VI of IS 800 & IS 7215. Welding shall be carried out by qualified welders/
fabricators. The procedure, selection, test and inspection shall confirm to provisions in IS 816,
IS 818, IS 822, & IS 823. Erection/ hoisting shall commence only after passing of fabricated
parts by Consultant/ Engineer.
Item shall be inclusive of cutting, wastage, welding, bending (shop at site), bolting wherever
necessary, in position welding of required length, grinding, finishing edges, filling & finishing
the welded spots & gaps with "Bombay Masala" & "Steel Putty" etc. complete. It should also
include the cost of necessary scaffolding/ staging, zinc coated nut-bolt as required for safety,
structural stability of all works at site.

Including applying minimum two coats of enamel paint having VOC (Volatile Organic
Compound) content less than 150 gm/ltr (2 coats of zinc chromate yellow primer and 2
coats of enamel paint) of approved make on all type of MS sections, new steel and other
metal surfaces & including preparing the surface to give an even shade & finish as Glossy,
flat, pearl luster and Matt finish, at all heights, all levels to give an even shade, including
thoroughly brushing free from mortar droppings and other foreign matter and sand
papering smooth etc. complete., including priming coat, thoroughly cleaning oil, grease the
surface of all dirt, dust and other foreign matter etc. complete as per satisfaction of
engineer-in-charge/PMC. (Only standard measurements will be paid for as actual cut
length used at site)

laying G.I. Barbed wire consisting of 2 ply line wire having nominal diameter of 2.5mm
(Tolerance + OR - 0.8mm), point wire (Barbs_ of nominal diameter 2mm (Tolerance + OR
- 0.8mm) with the barbs having four points, including tying in between fencing posts,
stretching wires and providing diagonals, including tying to posts with G.I. wire of dia
29
1.6mm (16g) and fixing the wires to nib in the posts, etc complete all as per drawing and
specifications. Note: 1. The G.I. barbed wire shall weigh minimum 10.8kg / 100mtr and
maximum 12.5 kg/100mtr with barbs placed at 75mm c/c (Tolerance + OR - 12mm) and
the barbed wire shall conform to IS 278 - 1978. 2.The length of each row and each
diagonal row of barbed wire will be measured in running meter for payment. G.I. binding
wire will not be measured for payment.

Fabricating jail (mesh) including cutting and welding / bolting with frame (frame work will
be measured and paid in relevant tender item) to main post as per detailed drawing and
as approved by Consultant and engineer-in-charge/PMC. The material shall include
application of required coats of metal putty to make the surface smooth, 1 coat of
Rustocap primer and 2 coat of Hi-Gloss Metal PU Paint of Asian paint or equivalent over
all the surfaces or specified by engineer-in-charge/PMC. Frame work for jali and post for
fencing & jail will be paid in relevant item. GI Chain Link Jali (50mm x 50mm size of 10
gauge (3.15mm) )

Rolling shutters of approved make of 80 mm wide M.S. laths inter locked together
through their entire length and jointed together at the ends by end locks mounted on
specially assigned pipe shaft with bracket plates, guide channels & arrangements for
inside & outside locking with push pull operation including the cost of hood cover, spring, 2
coat of zinc chromate yellow oxide primer and 2 coat of synthetic enamel paint etc.
complete as shown in drawing & directed by EIC/PMC/CONSULTANT / Consultant.
Shutters having width 3.5m and above

Fabricating and fixing SS 304 grade railing, bump rail, pendant, ladder, guard rail,
grating, corner guard etc as specified in drawing made out any type of round pipes, plates,
sheets, angles, clamps, square or rectangle sections etc in satin/ brush finish including
supporting fittings made out of SS316 grade, anchor fastener of stainless steel, SS base
plate, argon arc welding, grinding etc. on any surfaces including necessary bends as per
the drawing with best (high) quality finish as per the approval and direction of Consultant/
Engineer-in-charge/PMC.

GP-2 Conbexta grout or equivalent as per approved make in between MS Plate &
concrete/ brick surfaces at all positions / all floors / all levels / all heights etc. as suggested
by Consultant/ EIC/PMC/CONSULTANT, complete.
PAINTING WORKS:

White wash with lime on any surfaces (3 coats with brush) to give an even shade at all
heights/ all levels/ all floors including thoroughly brooming the surface to remove all dirt,
dust mortar drops and other foreign matter etc. complete.
30

(Synthetic)
Oil
bound washable distemper
having
VOC
(Volatile Organic
Compound) content less than 50 gm/ltr. (minimum 3 coats) of approved colour, shade
of Asian / Berger / ICI or equivalent as per approved make list of tender on newly dry
interior plastered surface including ceiling, roof etc. at all heights/ all levels/ all surfaces to
give an even shade including applying required coats (min two coats) of white cement
based putty of Birla white after toughly brushing the surfaces free from mortar dropping
and other foreign matter. Preparing the surface even and sand papered smooth, after
applying every coat of putty complete. Priming coat of alkali resistant cement primer
(water or solvent based) is to be applied over prepared smooth surface (undulation free)
etc. complete as directed by engineer-in-charge/PMC. Sample to be approved before
starting of the work by Consultant/ EIC/PMC/CONSULTANT.

Weather Shield External Acrylic Paint having VOC (Volatile Organic Compound)
content less than 50 gm/ltr. from following of desired shade from ICI / Burger / Asian or
equivalent as per approved make in minimum three coats (1 coat of exterior grade primer
and 3 coats of paint) to give an even shade with brush on exterior sand faced plastered
surfaces/ mala plastered surfaces/ textured surface or any other surfaces including ceiling,
roof at all heights including scaffolding thoroughly brushing the surfaces with sand paper
to make it free from mortar dropping and other foreign matter etc. complete as per the
manufacture's specification and up to the satisfaction of Engineer in charge.
MISCELLANEOUS WORKS:

Gypsum board-MR of 12.5mm thick (plain) using all the farming and fixing members,
accessories of Gypsteel Ultra supplied by the manufacturers IGL (Saint- Gobain Gyproc
India) or Approved Make and installation is to be done as per manufacturers specification
excluding painting inclusive for providing cut outs for all ceiling light fixtures, gadgets,
gizmo, pelmets, grooves, beads and also provide support/ template where ever required.
etc as per drawing and approved by consultant. The contractor has to give company's
(IGL) certification for performance of the product and installation

False ceiling - Installation of ceiling should be as per manufacturer’s specifications.

TRAP DOOR FALSE CEILING (open able false ceiling): Open able false ceiling in line
with fix false ceiling of 12.5mm thick MR Gysum board of Saint Gobain /India Gypsum or
Armstrong or Anutone or Aerolite equivalent as per approved make finished as per the
consultantural drawings. Board shall be fixed with MS box section framing of required
sizes and shall be both side finished with paint including beads molding, curving, lipping,
two L&key locking system, fittings, hardware (heavy duty - Tower bolt, pivot, offset hinges)
etc. as per drawing & design. Gypsum board shall be fixed with required size
s.s.countersunk sheet metal screws to the MS framework approximately at 300 mm C/C.
31
The frameworks shall be fabricated and erected from having grid given as per drawing.
M.S. section and fabrication shall be paid in separate item as per working drawing. Two
back to back angle/ flat/ plate shall be provided at the joint of as per requirement. All the
members of the frame work shall be painted with two coat of zinc chromate yellow oxide &
two coat of enamel paint of approved make which is paid in separate item. The shop
drawing, specification and sample mock of minimum 10 SQM with framework shall be
approved from Consultant/ EIC/PMC/CONSULTANT. Groove shall be provided at the
junction of the false ceiling & the wall as per drawing shall be in SQ. M for all floors/ all
heights/ all levels complete all. The contractor has to give company's (IGL) certification for
performance of the product and installation. Ceiling installation should be as per
manufacturer’s specifications.

Modular Ceiling with concealed grid system: False ceiling with complete framework
using Dune Tiles 600 X 600 x 15 mm - micro look edge with suprafine Armstrong OR
Equivalent GRIHA Approved Make 15 MM grid with using required suspension system
like, anchor fastener, g.i. wire, with all material & Labour etc. complete at all heights,
levels and in all floors & with all leads. Note: (i) for providing necessary openings and
additional framework required for light and A/c fittings. Installation of Ceiling should be as
per manufacturer’s specifications.

Modular Exposed False Ceiling: Suspended False ceiling of frame work with Gyproc
suspended grid system of Armstrong OR Equivalent GRIHA Approved Make boards using
phenolic foam (Phenotherm or equivalent) with Heritage coated granules, at all heights,
levels and in all floors & with all leads.

Framing: Frame work with Gyproc suspended grid system with galvanized steel precoated (exposed portion only), which includes flush fitting 1200mm long cross tees to be
interlocked between main runners at 600mm centers to form 1200 x 600mm modules.
Cut cross tees longer than 600mm to be supported independently. 600 x 600mm modules
to be formed by fitting 600mm long flush fitting cross tees centrally between the 1200mm
cross tees using necessary Gyproc accessories of approved Quality for fixing or as per GI
suspenders and manufacturer's specifications to match the Phenotherm foam Tile sizes
and this work will be carried out as per the instruction of Engineer-in-charge/PMC.
Framework design shall be submit as per consultant drawings & take approval from
consultant for offset in false ceiling levels, difference in level throughout length or width as
per services location/design and shall provide enough stability of framing work to provide
required accessories to fix the board.

Suspension System: The Gyproc suspension system shall be of hot dipped a pre-coated
galvanized steel section which includes the following members:
32

Main Runner: "T" Section of size 24 x 38 x 0.30mm thick hot dipped galvanized steel
body and caped with pre-coated (having pollster coating on face side) of dipped
galvanized steel and 3.6mtr long.

Cross Runner of 1.2 meter length: "T" section of size 24 x 25 x 0.30mm thick hot dipped
galvanized steel body and capped with percolated (having pollster coating on face side)
hot dipped galvanized steel and 1.2 meter. Long having integral splices at both the ends
for straight entry to the main "T" section for interlocking and joggles to ensure minimum
flatting effect of tiles.

Cross Runner of 0.6mtr length: "T" section of size 24 x 25 x 0.30mm thick hot dipped
galvanized steel body and capped with percolated (having pollster coating on face side)
hot dipped galvanized steel and 0.6 meter Long having integral splices at both the ends
for straight entry to the main "T" section for interlocking and joggles to ensure minimum
floating effect of tiles. Wall Angle: Perimeter wall angle of Gyproc which includes 0.4mm
thick hot dipped galvanized steel angle body (having pollster coating on face side) of size
24 x 24mm thick and 3.05 meter long.

The "T" section of size mentioned above shall be suspended from the soffit with the help
of soffit cleat, 8mm dia anchor fasteners and GI wire rod of 4mm dia galvanized heat
tempered spring level clips / 0.55 mm thick ceiling angle at 1200mm centers.

Boarding: with rigid phenolic foam (phenotherm of M/s. Bakelite Hylum or equivalent)
with Heritage coated granules of density 40kgs/cum, 30 mm thick over the formed grid
including providing necessary opening and additional frame work required for light fittings
& AC fittings / grills etc. and finished with a coat of protective paint over the formed grid
complete all as per the manufacturers specification and as per the direction of Engineerin-charge/PMC. Board in vertical & horizontal position as per consultanture drawing for
offset in false ceiling, difference in levels throughout length & width as per services
locations/ design with necessary openings and additional framework required for light and
A/c fittings, phenolic foam board and Gyproc ceiling system, offset/ level difference in false
ceiling complete all. (ii) This work will be carried out as per the instruction of Engineer-incharge/PMC. Installation of ceiling should be as per manufacturer’s specifications.

12mm thick Bison Board of NCL Industries OR Equivalent GRIHA Approved Make and
quality, painted in desired shade as per consultant / EIC/PMC/CONSULTANT (paint will
be measured and paid in separate relevant tender item) including accessories like hinges,
concealed stopper, etc., to make trap door / open able ceiling with appropriate MS
framework as per drawing / directed by Engineer-In-charge/PMC. MS framework &
fabrication shall be paid in separate item. The shop drawing, specification and sample
mock of minimum 10 SQM with framework shall be approved from Consultant/
EIC/PMC/CONSULTANT.
33

12mm thick SHERA Flexy Board over MS Structure to form a parapet/ Railing including
providing, cutting boards, fixing boards to MS Structure with SDST countersunk screws or
company manufactured screws with spacing not more than 20cms, finishing of joints and
both side painting of boards with external "Apex" paint suitable paint with minimum three
coats etc., complete as per drawing.

Skylight domes polycarbonate sheets: Polycarbonate domes / skylights of shape
600mm x 750mm and size of 2 mm thick, embossed / transparent / milky white with side
step including fixing/ fitting with brass screws / neoprene / EPDM gaskets / neutral grade
silicon sealant etc complete as per the instructions of Consultant / Engineer-incharge/PMC.

Erecting & fixing double coated sintex or equivalent PVC (ISI) water tank of required
capacity each with all necessary fittings & connection etc. complete on terrace or as
specified in the drawings.

Wall Mounted Railing System: Supply, installation of readymade wall mounted railing of
approved make like Arch / Magnum/ Kich make of 304 Grade Stainless Steel comprising
Ø 38mm Handrail mounted on the wall through Wall Brackets & anchor fasteners to be
fixed / installed at maximum 1200mm c/c distance and suit to site condition for any
deviation than this. Joints to be filled with bushings for extra strength. Contractor to
approve shop drawings, sample from consultant before material procurement and one
installed sample before mass installation of work.

Top Mounted Baluster With Horizontal Members Railing System: Supply, installation
and finishing of Arch /Magnum/ Kich make 304 Grade Stainless Steel Knock Down railing
system complete comprising Ø 38mm Handrail fixed on Ø 38mm S.S. Round baluster
placed at maximum 1200mm c/c along with 3 Nos. Ø 16 mm mid rails connected at the
side of baluster with fixtures. The balustrade would be fixed onto floor with casted base
plate of minimum 6mm thickness. Base plate shall be concealed with suitable S.S. 304
grade cover Cap so that the mounting anchor fasteners are not visible after installation.
Wall thickness of Handrail & Baluster Pipes shall be taken as 1.5mm & Mid Rail Shall 1.2
mm along with all visible components developed in High Grade S.S. and whenever
required, joints to be filled with bushings for extra strength. Railing height to be taken @
1000mm from floor level. Contractor to approve shop drawings, sample from consultant
before material procurement and starting of any work on site.

Installing side pole jumbo umbrella with standalone pole-multivola and canopies should
be made from PVC coated 100% polyester fabric, Teflon coated of 100% water‐resistant,
operating mechanism simple handle operated 'winch' which opens the canopy. The
umbrella can also rotate 360 degrees of approved make like loom craft of size 10ft
34
including fixing the umbrella over precast foundation/ table etc complete all instruction by
Consultant or Engineer-In-charge/PMC.

Hermetically sealed, radiation shield sliding door with complete Automation of sizes
1500mm(W) x 2100mm(H) of make metaflex or equivalent make, with a 2mm Lead(purity
99.97% minimum) inlay with vision panel/window, with all Heavy duty accessories of make
Dorma or equivalent make hinges, door closer, both side handles/lever handles with
following.

Door thickness - 60mm - Door Panel has 48mm thick Pressure Injected Polyurethane
Core of 45±2 Kg/m6 density. On both the sides is High Pressure Laminates confirming to
EN 438-3:2005 of 4 mm thickness, with both side 2mm lead inlay. Noise Insulation = 28
dB,

Hermitic opener -Lever Opener for effortless opening, made from Solid AISI 304 grade
stainless steel and fitted with innovative rubber spring system from Rosta AG,
Vision Panel - Insulated Glass Unit Flushed with door surfaces. 2mm equivalent at
150kVp.

Rail System - Natural Anodized Heavy Duty Extruded Aluminium,

Wall Frame - Aluminium Alloy, Grade 6063, Temper T6, and Natural Anodized 20 μm.
Planks - 9mm thick high density particle Board finished with 1mm thick compact laminate
in door colour.

Canopy - Joint less Single length canopy of PCGI,

Top Rollers - Electro Galvanized / Powder Coated high quality roller system fitted with
special grade (PA6G 210) self lubricating rollers with double ball bearings ensuring
noiseless, frictionless and trouble free operation for long life, locks and all required
accessories complete all as per direction of Engineer-In-charge/PMC, AERB norms & as
per approved manufacturer specifications.
ALUMINIUM WORKS:

Frames/ shutter for any type of aluminium work like aluminium door, composite doorwindow, window (sliding, open able, side hung, top hung, fixed etc.),casement window,
aluminium partition, cabinet, aluminium fixed louvers as per approved shop drawings and
aluminium sections of make Jindal/ Indal/ Hindalco or equivalent as per approved
make having minimum 60 micron powder coating of Join finish of any approved shade &
colour sections for all floors/ all levels/ all heights/ all shapes/ all sizes as per the drawing,
specification
and
as
directed
by
Consultant
or
Engineer-in-charge/PMC.
1) Sheet metal screws, wool pile and aluminium angle corner cleat of required thickness
and of full width, etc. for assembling the frame and shutter; 2) Glazing clips for receiving
infill panel for Double Glazed Unit (DGU), any type of Glass, Compact Sheet, Louvers; 3)
35
Best quality wool pile where ever shutter touches the frame; 4) Anchor fasteners of Hilty/
Mungo/ Fischer for fixing the frame assembly to the RCC or masonry surfaces. Minimum 1
anchor fastener shall be used for every 750mm length of section for stability of frame, But
excluding
1)
Rough
ground
to
fix
a
frame
with
wall
or
any
surface.
Work shall be carried out as per the shop drawings submitted by contractor and approved by
Consultant. Actual weight of installed aluminum sections which shall only be measured and
considered for the payment. Infill panels and hardware shall be paid as per relevant tender
items.
Note: Contractor to provide water jet test after complete installation of job for water tightness /
leakages of external openings. The openings will be checked for water leakages / tightness
from junction point of frame with structure work.

Rough ground (packing) as per approved shop drawing in the gap between wall and
door-window frame, to fix Partition (if required).

Average 6-8mm thick BWP water proof ply (IS-710) of width as per aluminum section /
frame / shutter member.

Filling the gap between wall and frame on both sides (outside and inside) with
polyethylene backer rod of average 10 mm thickness of make Supreme and color and
then sealing the remaining gap with neutral grade G/M (Glazed & Metal) weather silicon
sealant / structural sealant of make Wacker/ Dowcorning/ GE/ Soudal/ Bostik or
equivalent as per approved make of approved color. Work shall be carried out as per
approved shop drawings and approved sample at all floors/ all levels/ all heights/ all
shapes. Contractor shall provide guarantee for water tightness for 12 months after defects
liability period. Installed measurements shall be considered for payment.

Clear Float Glass of make Modi guard / Saint Gobain / Asahi / HNG or equivalent as
per approved make of any size, any shape and specified thickness in frame and shutter
work with necessary cutting of glass as per drawing & specifications including EPDM
quality rubber/ silicon sealant/ structural sealant of make Wacker / Dowcorning / GE /
Soudal / Bostik or equivalent as per approved make of 3M tape on the periphery of the
glass as per the required thickness etc. complete at all floors/ all levels/ all heights as per
the directions of Consultant. Actual installed quantity shall be measured and paid.6 mm
thick

SS 304 1"series of Ball Bearing of make Ankit / Magnum or equivalent as per approved
make for sliding door/ window with necessary screws and as per drawing, complete as
approved by Consultant.
36

Wired Glass including 1 mm thick ss wire @ every 1 cm horizontal & vertical of make
Modi guard / Saint Gobain / Asahi / HNG / Gopal Glass Works Ltd or equivalent as per
approved make of any size, any shape and specified thickness in frame and shutter work
with necessary cutting of glass as per drawing & specifications including EPDM quality
rubber/ silicon sealant/ structural sealant on the periphery of the glass as per the required
thickness etc. complete at all floors/ all levels/ all heights as per the directions of
Consultant.

Compact Sheet of any size, any shape, any color of make Sundek/ Vir/ Bloom/
Formica/ merinoany or equivalent as per approved make (approved by consultant)
and specified thickness in aluminium frame and shutter work with necessary cutting of
sheet, single side, double side colored as per drawing & specifications including EPDM
quality rubber/ silicon sealant/ 3M tape/ screwing on the periphery of the sheet as per the
required thickness etc. complete at all floors/ all levels/ all heights as per the drawing &
directed by EIC/PMC/CONSULTANT / Consultant. Cut edges of the compact sheet shall
be provided with masking tape.

Sun louvers of TRAC, SL-4 or equivalent of steel pure pollster powder coated sun
louvers including galvanized pre-coated steel panels and standard black coated stringers
for the erecting the sun louver system. Panel shall be coated with Pure Polyester powder
coating. Powder coating of 50-60 micron. to complete the job. MS box section 25mm X 50
X 2.6 mm thickness framing required necessary to be also considered in rates.

Extra over bending charges of circular windows (measurement will be take for entire
window frame considered as 1 no. of each window made of any size of frame member or
any no.) of any diameter as per drawing or as suggested and directed by Consultant /
EIC/PMC/CONSULTANT.

General Notes for Hardware: Supplying and fixing heavy quality fixtures and fittings for
doors, windows, ventilators, partition wall, cabinets with necessary screws, nails, machine
pins etc. at all floor/ all levels/ all heights complete. The fittings and fixtures hardware of
make Kich/ Godrej/ Dorma/ Yale/ Megnum/ Alualpha/ EPPW and Sterling or
equivalent as per approved make as approved by Consultant. The fixture & fastenings
shall be provided as under

Heavy duty "Europrofile Mortise Deadlock" (12.6cm 1CK brass) with minimum 6 keys
of make Godrej / Kich / Dorma / Dorset / Yale or equivalent as per approved make in
door/ window with necessary screws and as per drawing, complete as approved by
Consultant / EIC/PMC/CONSULTANT.

SS 304 grade Baby latch "Door Bolt" size of 3.5" with hair line finish of make Kich/ Yale
/ Gainsborough/ Magnum/ Dorma or equivalent as per approved make in door/ window
37
with necessary s.s. screws and as per drawing, complete as approved by Consultant /
EIC/PMC/CONSULTANT.

"Sliding lock with auto locking w/o" of make Alualpha for sliding door/ window with
necessary s.s. screws and as per drawing, complete as approved by Consultant /
EIC/PMC/CONSULTANT.

Heavy quality SS AISI 316 grade "Butt Hinge with 4 Bearing" of 102 X 76 X 3mm of
make Kich/ Magnum/ Yale/ Dorma or equivalent as per approved make , brush/ satin
finish with necessary s.s. screws and as per drawing,
complete as approved by
Consultant / EIC/PMC/CONSULTANT.

Heavy quality SS 304 grade "Single Action Self Closing Spring Hinge" of 5"X3"X3mm
make Kich/ Magnum/ Yale/ Dorma or equivalent as per approved make, brush/ satin finish
with necessary s.s. screws and as per drawing, complete as approved by Consultant /
EIC/PMC/CONSULTANT.

SS 316 Medium Duty Hydraulic Floor Spring for 80 to 130 KG of make Magnum/
Godrej/ Dorma/ Sterliing/ Yale or equivalent as per approved make with cover plate &
adjustable concealed casted top pivot of any color with necessary screws and as per
drawing, complete as approved by Consultant. Cutting of floor neatly, grouting the floor
spring & cleaning/ polishing the floor & maintaining in good working condition till defect
liability period with one year guarantee.

Heavy duty (45 to 115 KG) Standard Model Door Closer with standard arm of make
Dorma/ Sterling as per approved make with necessary screws and as per drawing,
complete as approved by Consultant. Maintaining door closer in working condition till
defect liability period with one year guarantee.

SS 304 grade of brush/ satin finish specified size Tower Bolt of make Magnum/ kich/
Dorma or equivalent as per approved make in door/ window with necessary screws and
as per drawing, complete as approved by Consultant / EIC/PMC/CONSULTANT.

SS AISI 316 grade of glossy/ satin finish specified size Push-Pull Handle in pairs of make
Kich/ Magnum/ Yale/ Dorma or equivalent as per approved make in door/ window with
necessary
screws
and
as
per
drawing,
complete
as
approved
by
EIC/PMC/CONSULTANT.

Satin nickel finish BRASS ALDROP of make 100MM X 45MM with 25mm x 45mm
counter of EPPW/ Yale/ Magnum/ Dorma or equivalent as per approved make with
necessary screws and as per drawing, complete as approved by Consultant.

Curtain Wall with DGU system of make GMP, Domal, Reynaers, Durall Systems at all
levels/ all heights/ all floors through designing and selection of aluminum profiles by
minimum anodizing of 50 microns of approved color/ standard with necessary corrosion
resistance accessories/ fittings, specially extruded EPDM gaskets, specially selected
38
fittings for their fixing on the structure depending on the structural conditions, functional
and statistical load requirements. System should provide proper rebate areas for air
pressure compensation and water drainage at the required stages. Selection of glazing to
be made as per structural stability, panel size, wind load before execution. Transom fixing
shall be by overlapping joint. Transom screwing shall be able to bear the dead load of the
any type of infill. For higher field weights, additional transom fixing with aluminium
connecting brackets and subsequent transom assembly shall be provided. Vertical
connections shall have vertical expansion joints. Pressure compensation and drainage
from open rebates of transom sections in mullion channel shall be up to the base point.
Supporting shims shall be laid on aluminium shims for load denudation. Thermal Break
shall be provided from Agency. In case of operable panel handle and curtain wall arm
shall be Dorma / Reynaers. Friction Hinges/ Parallel hinges shall be SS 316 of make
Kitch/ Secure-style / Alualpha with minimum 10 years warranty. All sections and
accessories shall have to be approved by Consultant before execution. Rates should be
inclusive of 8mm thick rough ground with sealant, 8mm thick colored structural sealant of
make Wacker/ Dowcorning/ GE/ Soudal/ Bostik for joints between two DGU panels,
anodizing, approved quality anchor fasteners of size and diameter for fixing of DGU
aluminium sections with adjacent wall / RCC elements as shown in drawing and making
the entire system air and water tight. Test certificates for SHGC & U-value to be submitted
to consultant / EIC/PMC/CONSULTANT for verification.

Contractor
to
submit
certificate
of
origin
&
shop
drawings
to
Consultant/EIC/PMC/CONSULTANT for any approval before procurement of materials.
DGU Panels should be factory fabricated and should be as per approved manufacturers
specifications.DGU Glass system shall be 6 mm reflective toughened glass + 10 to 12 mm
air gap between filled with inert gas and hermetically sealed + 6 mm toughened glass
which will take care of SGHC= 0.39, U value= 0.61BTU/hr. sq. ft. Deg F or 3.46 W/sqm K.
Manufacturer should take the onsite measurement of the work before placing the order of
DGU and should also ensure civil works adequacy for installing the system. Manufacturer
should also submit data sheet before placing of the order to confirm it technical data to
consultant. Contractor to submit 10 year guarantee bond to client for entire system.
GENERAL DEVELOPMENT:

Earth work (in Embankment / Plot Filling with CF of 0.95) by selected yellow earth
(CNS) brought from outside for any kind of filling including breaking clods, dressing, with
all lead and lift including watering, rolling and consolidation of sub-grade in layers at
optimum moisture content to achieve dry density. Rolling in layers with power roller/
vibratory roller including filling in depressions.
39

Box cutting the road surface to proper slope and camber for making a base for road work
including rolling with vibratory roller of 8 to 10 tone capacity with plain or pad foot drum or
pneumatic typed roller of adequate capacity capable of achieving required compaction in
required camber, dry and wet etc. rolling complete as directed removing the excavated
stuff and depositing on road side etc. complete, as directed up any lead.

Supplying, stacking, spreading and compacting W.B.M 150mm thick of machine crushed
B.T. metal of size 40mm to 63mm with using 25% stone screenings as filler and binding
material 0.08cum / 10 sq. meters. Including watering and consolidating by vibratory roller
in stages to proper grade and camber etc. complete.

Construction of dry lean cement concrete sub base over a prepared sub-grade with
coarse and fine aggregate conforming to IS:383, the size of coarse aggregate not
exceeding 25 mm, aggregate cement ratio not to exceed 15:1, aggregate gradation after
blending to be as per specifications, cement content not to be less than 150 Kg/cum,
optimum moisture content to be determined during trial length construction, concrete
strength not to be less than 10 Mpa at 7 days, mixed in a batching plant, transported to
site, for all leads & lifts, laid with a mechanical paver, compacting with 8-10 tone vibratory
roller, finishing and curing etc. complete as per direction of Engineer-in charge.

Concrete broom finish/smooth finish pavement / floor for plinth protection/CC
Road/pavement/flooring 100 –150 mm. thick with M35 concrete-Min cement content as
specified in the tender including giving a floating coat of 1:1 cement mortar, with nominal
temperature steel, tie bar, dowel bar as per MORTH specifications of section -6 etc
complete as specified by the Engineer-in-charge/PMC. Concrete (to be laid in alternate
panels size shall be approx 4.5mt X 4.5mt) with fair finished steel channel formwork, saw
cutting of construction & contraction joints in width 3 to 5 mm x 1/4 to 1/3 thickness of
pavement, filling the 25mm x 20 mm (BXD) expansion joint approximately at every 30
meter with ready mix bituminous filler of Shalimar tar products or equivalent as per sample
approved & directed by engineer in charge etc complete. Screened Sand to be only used.

Extra for carrying out vacuum dewatering & power floater treatment at all height/ all
floor/ all level with well compaction through mechanically vibrated finished to required
levels and floated with neat cement/ power towelled to get desired smooth finish/ broom
finish over a levelling course including floor hardener, shuttering, curing etc. but excluding
reinforcement for tremix floor. The suitable size of panel should be approximately 5.0 x
6.0m or as per drawing/ directed by EIC/PMC/CONSULTANT. The construction joints to
be formed at every 5m distance by grooving with mechanical saw within 48 hrs. Groove/
sawed joints shall be made 10 to 12mm width & 25mm depth (minimum 1/3 depth of the
pavement) as shown in the drawing which shall be filled with ready to use bitumen
sealant. The sawing operation should be carried out as soon as concrete is ready to
40
accept the saw cut without towelling as directed by Consultant/ EIC/PMC/CONSULTANT.
The construction joint is formed by square edge and painted with bitumen.

Precast curbing of make super, vyara or equivalent as per approved make (to be done at
site/ factory made) RCC M20 grade curbing 45cm height x 10cm thick X 45cm length
including necessary excavation, cutting the road, laying PCC 1:4:8 (1 cement: 4 sand: 8
stone aggregate 20/37 mm. down size), shuttering, exposed rendering, curing, flush
pointing CM 1:3 excluding reinforcement as per the drawing and sample approved by
Consultant/ EIC/PMC/CONSULTANT.

Rubber mould shot blasted interlocking, non-interlocking high density 60 mm thick M40
grade colored paver blocks of Vyara, Super or equivalent as per approved make for
footpath, parking areas, service lanes and other areas as mentioned in the drawing
including average 50 to 80 mm thick bedding layer of coarse sand below paver block. Laid
paver block shall be mechanically compacted up to satisfaction of Consultant/
EIC/PMC/CONSULTANT. The work shall be executed in line and level by skilled mason of
flooring work only for paver blocks. It should be laid in such a way that the no cutting of
the paver blocks to be necessary and if required, cutting of paver block by machine cut
only. The Finished surface of the paver block shall have coarse sand texture finish. Paver
blocks shall be compacted and shall be re-laid, if necessary (required/ instructed by
EIC/PMC/CONSULTANT).

Shot blasted interlocking, non-interlocking high density 60 mm thick M40 grade grey
paver blocks of Vyara, Super or equivalent as per approved make for footpath,
parking areas, service lanes and other areas as mentioned in the drawing including
average 50 to 80 mm thick bedding layer of coarse sand below paver block. Laid paver
block
shall
be
mechanically
compacted
up
to
satisfaction
of
Consultant/
EIC/PMC/CONSULTANT. The work shall be executed in line and level by skilled mason of
flooring work only for paver blocks. It should be laid in such a way that the no cutting of
the paver blocks to be necessary and if required, cutting of paver block by machine cut
only. The Finished surface of the paver block shall have coarse sand texture finish. Paver
blocks shall be compacted and shall be re-laid, if necessary (required/ instructed by
EIC/PMC/CONSULTANT).

Grass Paver block (600 x 400 mm ) shot blasted interlocking/ Non- interlocking grey/non
colored grass paver blocks of high density 80 mm thick M-40 grade of Vyara, Super or
equivalent as per approved make for parking areas, service lanes, Pathways and other
areas as mentioned in the drawing. Including 50 to 80 mm thick average bedding layer of
coarse sand below paver block as per required grading and specification and 40 mm thick
average FYM Soil filling as required and Specification and also including Supplying and
Planting Specified Carpet lawn as required and Specification and Laid paver block shall
41
be mechanically compacted. The work of the paving blocks shall be executed in line and
level by skilled mason of flooring work only. Cutting of paver block by machine cut only
and laying to be done by skilled flooring mason. The Finished surface of the Paver Block
shall have Coarse Sand Texture Finish. Paver blocks shall be compacted and shall be relaid if necessary.

Tree guard upto height of 1.8 meter fabricated from 30 x 30 x 3mm angle and 30 x 30mm
weld mesh as per drawing and details. Necessary provisions for the anchoring to floor
shall be made in the tree guard. Tree guard shall be painted with two coats of yellow oxide
and three coats of enamel paint as per the shade approved by Consultant/
EIC/PMC/CONSULTANT.

Tree pit including excavation upto 1200 mm depth with removal of the debris, metal and
achieving the natural earth level sufficient for the growth of the trees. First 600 mm depth
shall be filled with garden soil, 600mm diameter NP2 class Hume pipe with 600 mm height
to be placed on the filled garden soil and outside area of the Hume pipe to be filled with
the good quality earth. Hume pipe shall be filled with the garden soil, farm yard manure
and required pesticides etc. complete as directed by EIC/PMC/CONSULTANT.

Cement concrete M20-1:1.5:3 (1 cement: 1.5 coarse sand: 3 graded stone aggregate 20
mm nominal size) pre-cast exposed/ fare finish blocks of approved design including
formwork, curing etc. complete. The flush pointing in CM (1:3) for all joints of the kerb
stones. Sample must be approved by Consultant/ EIC/PMC/CONSULTANT. Two layer
casting is not allowed in any case. Monolithic and homogeneous casting is required using
fiber or rubber mould only.

Hot applied thermoplastic compound, patta, arrows, symbols, letters, words on road,
any types of walls, any RCC element and any other surface at all height/ all floors/ all
levels with reflector design glass bends on bituminous surface or any other surface of hot
applied thermoplastic compound 2.5 mm thick including reflecting glass beds @ 250 gm
per sq meter area thickness of 2.5 mm is exclusive of surface applied glass beads as per
IRC 35 finished surface to be level uniform and free from streaks and holes etc. as
directed and sample approved by Consultant/ EIC/PMC/CONSULTANT.

Provision of 5nos ramblers strips of 500 x 100 x 15 mm of any design suggested by
Consultant/ EIC/PMC/CONSULTANT like bottom design, chequered design, anti skid
pattern specially designed for road grip as per drawing & sample approved by Consultant
which is covered with premix bituminous carpet at 1m centre to centre at approved
locations to control speed marked with white strips of road marking paint.

Precast Concrete Bench with all component (size as per drawing) of reinforced
controlled cement concrete M-20 grade as per the design & shape including kota stone
42
(size as per drawing) fixed on top of the bench with 20mm thick CM 1:6 as per the design
etc. complete.

Precast Concrete Table with all component (size as per drawing) of reinforced
controlled cement concrete M-20 grade as per the design & shape including kota stone
(size as per drawing) fixed on top of the bench with 20mm thick CM 1:6 as per the design
etc. complete.

Dumbwaiter 9 Floor- Basement to terrace - 200 kg of TRIO. - MRL / with MR To be
confirmed
DRAINAGE AND SEWERAGE ITEMS:

6 kg/ sq. cm SWR UPVC Pipe Self it ISI marked brand as per IS 13592 complete
including solvent cement jointing & hydraulic testing the joints & pipes as mentioned in the
specification etc. and making connection with down take wherever required to satisfaction
of engg. / arch with proper care, protecting fittings & pipes till the final handing over etc as
directed by E-I-C complete as per specifications & drawing provided for all places, all
heights & all levels. (Type B)

6 kg/ sq. cm PVC Pipe ISI marked brand as per IS 4985 complete with PVC Fittings
conforms to IS: 7834 / IS: 10124 including all fittings (plain or door) e.g. bend, single tee,
double tee, single Y, double Y, junction, offsets, access pieces etc. The work including
solvent jointing hydraulic testing the joints & pipes as mentioned in the specification etc.
making holes including chasing in solid block masonry walls with groove cutting machine
to required width and depth, making holes in brick or RCC wall as per requirement
,clearing the debris, grouting of concealed pipes, making good the chase by using 1:3
cement mortar, covering of pipe with PCC 1:4:8, making good the wall and floors, making
connection with down take to satisfaction of engg. / arch with proper care, protecting
fittings & pipes till the final handing over etc as directed by E-I-C complete as per
specifications & drawing provided for all places, all heights & all levels and as per direction
of engineer in charge. OD
EXTERNAL PLUMBING:

Ball valve (brass) of approved quality, High or low pressure, with plastic floats complete
:40 mm dia

Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water
supply including all CPVC plain & brass threaded fittings This includes jointing of pipes &
fittings with one step CPVC solvent cement, trenching, refilling & testing of joints complete
as per direction of Engineer in Charge. (External Work)

Ball valve (brass) of approved quality, High or low pressure, complete
43

EXTERNAL - DRAINAGE AND SEWERAGE ITEMS

6 kg/ sq. cm SWR UPVC Pipe Self it ISI marked brand as per IS 13592 complete
including solvent cement jointing & hydraulic testing the joints & pipes as mentioned in the
specification etc. and making connection with down take wherever required to satisfaction
of engg. / arch with proper care, protecting fittings & pipes till the final handing over etc as
directed by E-I-C complete as per specifications & drawing provided for all places, all
heights & all levels. (Type B)

Laying (To level or slopes) & joining with stiff, mixture of cement mortar in proportion 1:1,
salt glazed stoneware pipes following nominal internal diameters including testing of pipes
and joints complete. .

Laying cement concrete 1:5:10 (cement: 5 fine sand: 10 graded stone aggregate 40 mm
nominal size) bedding for stone ware pipes of following internal diameter with necessary
formwork and curing complete. (A) 100 mm diameter (112 mm average bed thickness)

S.W. Gully trap with C.I. grating brick masonry chamber & water tight C.I. cover with frame
of 300 mm x 300 mm. size (inside) with standard weight. [I] Square mouth trap P-type.

Laying (To level or slopes) and jointing reinforced concrete taught duty Non-pressure
pipes I.S Class NP2 of the following internal diameter with collars and butt ends prepared
for collar joints including testing of joints complete.

Constructing manhole with R.C.C top slab in 1:2:4 mix (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size) foundation concrete 1:3:6 mix (1 cement : 3
coarse sand : 6 brick bats 40 to 50 mm nominal size) inside plastering 15 mm thick with
cement mortar 1:5 (1 cement : 5 coarse sand) finished with a floating coat of neat cement
slurry and making channels in cement concrete 1:2:4 mix ( 1 cement : 2 coarse sand : 4
stone aggregate 20 mm nominal size) finished smooth complete including curing & testing
(I) Inside size 900 mm x 1200 mm and 1.50 meter deep including C.I cover with frame
size 560 mm diameter total weight of cover an d frame to be not less than 128 Kgs
(Weight of cover 64 Kg & weight of frame 64 Kg) (A) with 230 mm thick walls of brick
masonry using bricks having crushing strength not less than 35 Kg / Sq. cm in cement
mortar 1:5 (1 cement : 5 coarse sand)
(1) A-type depth 0.90 meter for 150 mm diameter sewer.
(2) B-type depth 1.50 meter for 150 mm diameter sewer.
(3) C-type depth 2.24 meter for 150 mm diameter sewer.

Iron steps of size 500 mm x 150 mm x 22.5 mm and painting with two coats of
anticorrosive paint etc. complete.
44

Constructing brick masonry chamber for underground C.I. inspection chamber and
bends with bricks having crushing strength not less than 35 kg./Sq. cm. In C.M. 1:5 C.I.
cover with frame (Light duty) 455 mm. x 610 mm. internal dimensions, total weight of
cover with frame to be not less than 38 kg. (Weight of cover 23 kg. and weight of frame 15
kg.) R.C.C. top slab of cover 23 kg. And weight of frame 15 kg.) R.C.C. top slab with 1:2:4
mix (1 cement: 2 coarse sand : graded stone aggregate 20 mm. nominal size) foundation
concrete 1:5:10 inside plaster 15 mm. thick with cement mortar 1:3 finished smooth with a
floating coat of neat cement on walls and bed concrete etc. complete. [I] Inside
dimensions 455 mm. x 610 mm. & 450 mm. deep for single pipe

MACHINARY:
Pumping system for WTP to Treated water tank: centrifugal mono block pumps of
Ground fosses or EQ. with c.i. casing, Bronze impeller, SS Shaft and driven by 415 V
AC, 3 phase, 50HZ., motor running at 2900 rpm speed and shall be supplied with all
accessories viz., strainer, base plate, pressure switch, pressure gauge, coupling, lift hook,
chain, starter panel, cabling up to panel, float switch with cable, earthing, and delivery
pipes & valves etc., complete. Additionally the pump starter shall have also been provision
for potential free contact for ON / OFF status, trip status & auto manual status (for
transferring signal to remote DDC). In addition to this it shall also have ON / OFF
command relay to switch OFF the pump motor from remote DDC controller: 1) Each Pump
Flow :29 m3/hr (1W + 1S) 2) System Flow : 58 m3/hr 3) Head : 18 Meter 4) Motor : 1.5
KWp / 3 Phase/2 Pole

Vertical in line centrifugal pumps of Ground fosses or EQ. with c.i. casing, Bronze
impeller, SS Shaft and driven by 415 V AC, 3 phase, 50HZ., motor running at 2900 rpm
speed and shall be supplied with all accessories viz., strainer, base plate, pressure switch,
pressure gauge, coupling, lift hook, chain, starter panel, cabling up to panel, float switch
with cable, earthing, and delivery pipes & valves etc., complete. Additionally the pump
starter shall have also been provision for potential free contact for ON / OFF status, trip
status & auto manual status (for transferring signal to remote DDC). In addition to this it
shall also have ON / OFF command relay to switch OFF the pump motor from remote
DDC controller. The scope shall also include suction & delivery piping & valves.(Refer
specifications for details) 1) Each Pump Flow :29 m3/hr (1W + 1S) 2) System Flow : 58
m3/hr 3) Head : 50 Meter 4) Motor :7.5 KWp / 3 Phase/2 Pole

Pumping system for HVAC & Landscaping: vertical in line centrifugal pumps of Ground
fosses or EQ. with c.i. casing, Bronze impeller, SS Shaft and driven by 415 V AC, 3
phase, 50HZ., motor running at 2900 rpm speed and shall be supplied with all accessories
viz., strainer, base plate, pressure switch, pressure gauge, coupling, lift hook, chain,
starter panel, cabling up to panel, float switch with cable, earthing, and delivery pipes &
45
valves etc., complete. Additionally the pump starter shall have also been provision for
potential free contact for ON / OFF status, trip status & auto manual status (for transferring
signal to remote DDC). In addition to this it shall also have ON / OFF command relay to
switch OFF the pump motor from remote DDC controller. The scope shall also include
suction & delivery piping & valves.(Refer specifications for details) 1) Each Pump Flow :15
m3/hr (1W + 1S) 2) System Flow : 30 m3/hr 3) Head : 50 Meter 4) Motor : 4 KWp / 3
Phase/2 Pole

Water softening plant with multigraded & activated carbon filter, vessel, resins,
regeneration media, valves & all necessary piping & equipment etc working at minimum
pressure of 2.5 kg/sq. cm. as per specification & following condition: Type : Down flow
Treated water hardness : Less than 50 PPM Max. Flow Rate Lts / Hr. : 55 M3 / Hr.
Quantity of resins: 3000 ltr, OBR : 330 cubic meter & 3" disc filter for Particle removal
(clarity - 50 Micron)(Refer Vendor's offer for details)
The Tourism Corporation of Gujarat values the creativity and technical excellence of its
professional partners. As such it is looking for a unique and innovative company that:
a. Can provide a turnkey solution of the highest quality and test, benefitting the
stature of the content and site.
b. Attracts devotees, holds their interest, and becomes a must-see part of the
Dwarka experience.
c. Can successfully demonstrate impeccable show-control reliability, repeatability,
and re-programmability
d. Is easily operable nightly on a multiple performance basis, and can be operated
and maintained by personnel nominated by The Tourism Corporation of Gujarat
following the proper training.
e. The successful bidder will have to interact with the nominated Architects to mold
their proposal as per designs already available.
f.
Has sufficient capacity to supply the necessary mediums.
46
EXPRESSION OF INTEREST IN BRIEF
1
Title for Expression Of Interest
:
2
3
Ref. No.
EOI Type
:
:
4
5
Type of Bidding
Project Cost
:
:
Turnkey work of Design, Supply,
Installation, Testing and Commissioning of
Laser Show with HD projection on Aqua
Screen, Sound System, Light effects, Pyro
Color Flame & Musical Fountains including
related Civil, Mechanical, Structural &
Electrical work at New Gomti-Ghat,
Dwarka, Gujarat, India.
TCGL/L&S/11/2014
Pre-qualification cum EOI Document notice
on turnkey basis
Online – Two bid system (e-tendering).
Rs. 24,49,68,050/-
6
7
8
EMD Value
Tender fee
Last Date & time of submission
:
:
:
Rs 24,50,000/Rs 18,000/13/08/2014 up to 3.00 pm
9
Date & time of opening
:
13/08/2014 at 4pm (Technical Bid)
:
120 Days
12 RETENTION MONEY /
:
13 Pre-Bid Meet– Date
:
: Equi. to 2.5% of contract value in Form of
Fixed Deposit in favor of Tourism
Corporation of Gujarat Limited
5% in form of Bank Guarantee and Equi.
To 2.5% of contract value will be deducted
from each running bill including final bill
30/07/2014 at 3 pm
14 Penalty For Delayed
:
15 Period Of Maintenance And General
Defects Liability Period
16 Project Consultant
:
15 Place Of Opening Of Bids
:
10 EOI Validity
11 Security Deposit
:
0.05% of contract value per day but
maximum up to 5% of contract value.
1 year from the date of completion of the
project.
Mr. N. J. Naidu
Managing Director
Rhino Engineers Pvt. Ltd.
Ahmedabad.
Mail ID:naidu.repl@gmail.com
Tourism Corporation of Gujarat Limited,
Nigam Bhavan, Sector 16 ,Nr. GH 4 ½ Bus
Stand,Gandhinagar,
47
Details Notice Inviting On-Line Tender
Tender Notice No.:
Of 2014-15
Department Name
Circle :
: TOURISM CORPORATION OF GUJARAT LTD.
The Managing Director,
TOURISM CORPORATION OF GUJARAT LTD.
Nigam Bhavan, Sector 16 ,Nr. GH 4 ½ Bus Stand,
Gandhinagar - 382 016, Gujarat
Division
: General Managing Director,
TOURISM CORPORATION OF GUJARAT LTD.
Nigam Bhavan, Sector 16 ,Nr. GH 4 ½ Bus Stand,
Gandhinagar - 382 016, Gujarat
IFB No.
Name of Work
:
of 2014-15
: Laser Show with HD projection on Aqua Screen,
Sound System, Light effects, Pyro Color Flame &
Musical Fountains at New Gomti-Ghat, Dwarka.
Estimated Contract Value (INR)
: Rs. 24,49,68,050/-
Period of Completion
Months)
Bidding Type
Bid Call (No.s)
Tender Currency Type
: 6 (Months) from the date of issue of work order/letter
for commencement of work or within two months of
completion of civil/electrical work, whichever is later.
: E – Tendering
: 2
: Single
Tender Currency Settings
Joint Venture
Rebate
: Indian Rupee (INR)
: Applicable
: Applicable
(in
General Terms and Conditions:
(1) Bidders can download the EOI document free of cost from the website.
(2) Bidders have to submit Price bid in Electronic format only on website
www.gujarattourism.com or www.nprocure.comtill the last date & time for submission.
(3) Offers in physical form will not be accepted in any case.
(4) Please upload the required documents in black / white resolution with 75-100 DPI only.
(5) Incomplete and / or un eligible document will not be considered, and in absence
of
such document tender / bid will be considered as NON – RESPONSIVE.
All bidders participating as a firm will have to attach a valid Power of Attorney in the
name of the person who signs the bid unless it is signed by the managing director
himself/herself. Bidders will also nominate and authorize the person who will attend various
meetings such as opening of technical and financial Bids. Persons other than such nominated
and authorized shall not be permitted to attend and participate in EOI Document. Apart from
registered joint ventures with ROC other consortiums, tie-ups etc. would be ineligible for
bidding.
48
Section – 3
Name of Work: Turnkey work of Design, Supply, Installation, Testing and
Commissioning of Laser Show with HD projection on Aqua Screen, Sound
System, Light effects, Pyro Color Flame & Musical Fountains at New Gomti-Ghat,
Dwarka”.
Documents to be scan by bidders:
Primary Stage

Upload scan copy of the Bid Fee

Upload scan copy of the Earnest Money Deposit

Upload scan copy of Bank Solvency of Rs.7.35 Crore of Nationalized or Scheduled
Bank issued in current calendar year i.e. 2014.

Upload Scan copy of Permanent Account Number (PAN) along with last three

Years returns filed duly attested

Upload Scan copy of Valid Service Tax Registration Certificate

Upload Scan copy of Valid Commercial Tax (CST / VAT) Registration Certificate

Upload Scan copy of other documents, if any.

Upload All annexure
Pre-Qualification Stage
Sr.
Description
no
1 . The bidder should be reputed OEM or Authorized
Documents to Submit/Upload.
Bidders have to submit the CA
System
Integrator
of
related
field
of
working
having
profit
& loss
balance
Online Bids are invited from bidders having experience ofcertified
minimum
3 years
in with
handling
such
infrastructure
in Special
India &Effects
having& Musical
sheet Fountains.
for last 3 years. The
Laserwell-established
Show with Sound,
Light, Laser
average annual turnover of Rs. 24,49,68,050/- in Authorized System Integrator duly
any one year of the last 3 years in the field of Pro- authorized by OEM for the
AV/LV.
exclusive purpose of participation
The scope of work includes Conceptualizing, Designing, in
Execution,
Operation
this tender
variousand
equipment
Maintenance (5 Years) of Laser Show with Sound, Light,listed
LaserinSpecial
Effects
& Musical
EOI.
Fountains.
The cost evidence
of work under
scope of
is estimated
approximately
at INR
2
Documentary
withtheproof
past Copy
of work order
with15.00Crore.
proof should
.
installation & completion certification from end be submitted
user of Single job done having value of
10Croresfor ELV and 6Crores for LED Screens/
Projection Systems and 3Crores for SRS shall
be submitted
49
3
In case of the Joint Venture, the partner (other
than lead partner) should have successfully
executed projects with minimum value 5MUSD.
The successfully executed project should consist
of all similar items as mentioned in EOI & with a
minimum audience capacity of 10,000 Pax.__.
The
Civil/Mechanical,
Structural/Structural/Electrical work Partner should
have successfully executed projects with minimum
value of Rs. 10 Crore single order in similar nature
of work.
The
OEM or Authorized System Integrator
should have branch office / service center in
Gujarat State for the last minimum 5 years,
The
Civil/Mechanical,
Structural/Structural/Electrical
work
Partner
should have branch office / service center in
Gujarat State for the last minimum 5 years,
The OEM or Authorized System Integrator
should valid local govt. electrical license
The work orders and completion
certificates to be submitted by
bidders
The OEM or Authorized System Integrator
should be a company registered and operating
under a Indian Companies Act, 1956 since
April 1, 2005 or earlier.
The OEM or Authorized System Integrator must
have on its roll at least 10 technically qualified
professional
in
the
area
Project
Management/Execution/Design/Service
&
Maintenance in providing the services.
Attested copies of company
registered shall be enclosed
10 The
Civil/Mechanical,
Structural/Structural/Electrical work partner must
have on its roll at least 10 technically qualified
professional
in
the
area
infrastructure/construction/Mechanical,
11 A
brief company profile alongwork.
with its Chairman,
Structural/structural/electrical
Directors, CMD, CEO, Partners & Proprietors
basic qualification and number of experience in
similar type of business shall be produced.
12 The OEM or their Authorized System Integrator
shall not be under a declaration of ineligibility of
corrupt or fraudlent practices or blacklisted with
any of the Government agencies.
13 The OEM or their Authorized System Integrator
must provide a list of places where such system
have been installed and/or are being maintained
by him with their configuration and with the
references,
C.V and their last qualified
certificate shall be attached
4
5
6
7
8
9
The work orders and completion
certificates to be submitted by
Civil/Mechanical, Structural/
Structural/ Electrical agency.
Copy of Govt. registration, of local
establishment as branch office/
service center shall be enclosed.
Copy of Govt. registration, to prove
local establishment as branch
office/service center shall be
enclosed.
Copy of license should be
submitted
C.V and their last qualified
certificate shall be attached.
Copies of certificates should be
submitted by bidders
Documents with proof should be
submitted by the bidders.
Work order or purchase order
copies etc. the bidder is required
to provide assurance to arrange
for a visit at such places in case
the committee needs to evaluate
the performance of the installation.
50
14 The bidder should be Authorized System Bidder should submit undertaking
Integrator for the manufacturer or OEM for EOI from the manufacturer in original to
related equipments.
ensure that they will required
support to technical support to
bidder and also for after sales
service of equipment supplied for
next 5 years
15 The bidder should furnish valid commercial sales
and service tax registration certificates and tax
paid challans for last 3 years and valid
Permanent Account Number (PAN) issued by
Income Tax department. (In case of JV –
applicable to all partners.)
16 The OEM or their Authorized System Integrator
shall submit ISO certification, CE certification or
any
equivalent
certificate
for
quality
management system.
17 The
Civil/Mechanical,
Structural/Structural/Electrical work partner ISO
certification, govt. approved contractor or any
equivalent certificate
Copies of returned files duly
attested shall be attached with
offer by the bidders.
Bidders
should
submit
ISO
certification, CE certification or any
equivalent certificate
Bidders
should submit
ISO
certification, CE certification or any
equivalent certificate
POINTS ALLOCATED FOR EVALUATION CRITERIA.
Sr.No
1
Description
Marks
Year of Establishment of Firm
05
2
3
4
5
Annual turnover of minimum
Rs. 7.5 Crore
(In any one year in last three
year)
Type of Company (Proprietor /
Partnership / Pvt. Ltd. /
Limited)
The Joint Venture should have
successfully executed project
with minimum 5MUSD. The
successfully executed project
should consist of all similar
item mention in EOI & with a
minimum audience capacity of
1000 Pax
The work experience of
Authorized System Integrator
10
5
How to Get Marks
2012 = 3 Marks,
2010 to 2012= 4 Marks,
2009 and earlier = 5 Marks
15 Cr. Or less = 2 Marks,
15 Cr. To 20 Cr. = 3 Marks,
20 Cr. To 25 Cr. = 6 Marks,
25 Cr. Or above= 10 Marks
Limited/Pvt. Ltd. = 5 Marks
Partnership = 4 Marks
Proprietary = 2 Marks
5MUSD or above = 10 Marks
10
3.5MUSD to 5 MUSD = 6 Marks
1.5MUSD to 3.5MUSD = 3 Marks
1.5MUSD or less = 2 Marks
(A) System Integrator Experience and
Work completion in the field =10 Marks
51
i) Single order of Rs 10 Crores for ELV
=3 Marks
and Proposed Technology
used for EOI Project
requirement.
(ii) Single order of Rs. 6 Crores for LED
Screens OR Projection Systems = 4 Marks
(iii) Single order of Rs 3 Crores for SRS
= 3 Marks
(B) Proposed Technology = 35 Marks
54
(i) Required Civil, Structural, Mechanical,
Structural and Electrical Work = 10Marks
(ii) Laser Show with HD projection on Aqua
Screen = 10 Marks
(iii) Sound Reinforcement System
= 4 Marks
(iv) RGB LED Light surface and underwater
effects = 3 Marks
(v) Pyro Color Flame System=3 Marks
(vi) Musical Fountains = 5 Marks
(C) Any Other Proposed Technology
= 9 Marks
6
In House Facility member
details should be submitted
along with attached C.V
7
The bidder should furnish valid
commercial tax registration
certificate, valid service tax
registration certificate and
Permanent Account Number
(PAN) issued by income Tax
department
Certificate of ISO / C.E. or
equivalent
8
6
5
5
Team Director = 1 Mark
Script writer = 1 Mark
Sound Engineer = 1 Mark
Light Engineer / Expert = 1 Mark
IT Support = 1 Mark
System Programmer = 1 Mark
Valid sales tax registration certificate
= 2 Marks
Valid service tax registration
certificate = 2 Marks
Permanent Account Number
(PAN) = 1 Mark
ISO Certificate = 2 Marks /
C.E. Certificate = 2 Marks /
Equivalent = 1 Mark
52
CODES:
The equipment and installation shall comply with the current provisions of the following codes
and standards:







Underwriters Laboratories (UL)
International Standards Organization (ISO)
ISO-9000
ISO-9001
European Union (EU)
EMC Directive 89/336/EEC
Electromagnetic Compatibility Requirements
For: Design, Supply, Installation, Testing, Commissioning, Operation and Maintenance (for
fifteen years) of LV Installation works as per specification.
53
Annexure A - 1: Declaration Letter of Bidder
(Must be submitted on bidder’s letter pad with authorized signatory)
Date:
To,
The Managing Director,
TOURISM CORPORATION OF GUJARAT LIMITED,
Nigam Bhavan, Sector 16 ,
Nr. GH 4 ½ Bus Stand, Gandhinagar - 382 016,
Gujarat, India.
Sir,
I/We have carefully gone through the EOI document regarding Pre-qualification of Vendors
for “Turnkey work of Design, Supply, Installation, Testing and Commissioning of Laser Show
with HD projection on Aqua Screen, Sound System, Light effects, Pyro Color Flame &
Musical Fountains including related Civil, Mechanical, Structural & Electrical work at New
Gomti-Ghat, Dwarka, Gujarat, India.
I / we hereby declare that
1 All the information related to our company, manpower, customer base, projects, financial
details, data sheet of the products offered etc. provided in our offer is true and without
any alteration / modifications.
2 All the provisions of this EOI Document are acceptable to my company. No violation of
the terms and conditions as mentioned in the EOI document has been made.
3 I declare that my company including consortium members has not been debarred / black
listed by any Government / Semi Government organizations in India.
I further certify that I am an authorized signatory of my company and am,
Therefore, competent to make this declaration.
Yours faithfully,
(Signature of the Bidder)
54
Annexure A - 1: Declaration Letter of Joint Venture
(Must be submitted on letter pad with authorized signatory of all partners including lead partner)
Date:
To,
The Managing Director,
TOURISM CORPORATION OF GUJARAT LIMITED,
Nigam Bhavan, Sector 16 ,
Nr. GH 4 ½ Bus Stand, Gandhinagar-382016
Sir,
I/We have carefully gone through the EOI document regarding Pre-qualification of Vendors
for “Turnkey work of Design, Supply, Installation, Testing and Commissioning of Laser Show
with HD projection on Aqua Screen, Sound System, Light effects, Pyro Color Flame &
Musical Fountains including related Civil, Mechanical, Structural & Electrical work at New
Gomti-Ghat, Dwarka, Gujarat, India.
We hereby declare that
1 All the information related to our specific work as described in EOI Document that
company, manpower, customer base, projects, financial details, data sheet of the
products offered etc. provided in our offer is true and without any alteration /
modifications.
2 All the provisions of this EOI Document are acceptable to our company. No violation of
the terms and conditions as mentioned in the EOI document has been made.
3 I declare that our company including consortium members has not been debarred / black
listed by any Government / Semi Government organizations in India.
We further certify that we are an authorized signatory of our company and therefore,
competent to make this declaration.
Yours faithfully,
(Name of Lead Partner)
(Name of First Partner)
(Name of Second Partner)
55
Annexure A - 2: Authorization Letter from OEM
(Must be submitted on OEM’s letter pad with authorized signatory)
Date:
To,
The Managing Director,
TOURISM CORPORATION OF GUJARAT LIMITED,
Nigam Bhavan, Sector 16 ,
Nr. GH 4 ½ Bus Stand, Gandhinagar-382016
Gujarat, India.
Sub. : Turnkey work of Design, Supply, Installation, Testing and Commissioning of Laser
Show with HD projection on Aqua Screen, Sound System, Light effects, Pyro Color Flame &
Musical Fountains including related Civil, Mechanical, Structural & Electrical work at New
Gomti-Ghat, Dwarka, Gujarat, India.
Ref.: Tender ID
This is to certify that we M/s
as Original Equipment Manufacturer of
system are participating directly for this tender or authorizing M/s.
To quote
this tender no.
On our behalf to Government of Gujarat.
against
We also undertake that we will support this project of “TOURISM CORPORATION OF
GUJARAT LTD.” Directly or through our Authorized Distributor M/s
by providing service
support for a period of 4 years after the warranty period.
We are pleased to inform you that M/s
is associated with us from last
continuously and they have trained man power to support our products.
years
Thanking you,
Yours faithfully,
(Signature of Authorized Person and Seal)
56
ANNEXURE A-3
BANK GUARANTEE
Form of Guarantee Bond (Bank Guarantee)
Whereas M/s. ____________________________________________________ have been
awarded a contract dated ___________________for the project ____ as specified in the EOI
Document by the Managing Director, TCGL.
Whereas the said M/s. __________________________________________has approached
Us ___________________________________________Bank to provide a BANK
GUARANTEES BOND to The Managing Director, TCGL for the work undertaken by M/s.
________________________ and
Whereas. We, the _____________________________ Bank have agreed to provide such a
BANK GUARANTEE BOND.
Now therefore, we the _______________________Bank provided the following performance
Bank Guarantee by way of these Bond to The Managing Director, TCGL.
1.
The contract value of the contract provided to M/s. _____________________by The
Managing Director, TCGL in `___________. This guarantee in the nature of BANK
GUARANTEE is provided so as to ensure and indemnify The Managing Director,
TCGL for full and proper performance of the contract by M/s.
______________________the _______________________________Bank hereby
indemnify The Managing Director, TCGL for all losses and / or damages to the existing
structures/amenities surface which would be laid or resurfaced by
M/s.________________________ and such PERFORMACE GUARANTEE would
include any damage to the structure, steel structures which may be suffered by The
Managing Director, TCGL as a result of defective material, because of poor
workmanship,
or
at
all,
by
way
of
this
bond,
we
the
_________________________________Bank agree and promises that in the
eventuality
of
the
contractors
M/s.
__________________________________________not repairing or remedying the
problem, loss or damage to the road surface we shall indemnify and pay The
Managing Director, TCGL such expenses, losses and damages that may be incurred
by The Managing Director, TCGL, as a result of The Managing Director, TCGL getting
the work done itself or from the other source.
2.
We _______________________________ Bank agree and understand that the
decision as to whether any losses or damages to the project have taken place or not
and / or whether the work suffers from poor workmanship or not will be taken by the
Advisor of The Managing Director, TCGL and on the Advisor 's decision regarding
such losses or damages or defect whatsoever being so notified by The Managing
Director, TCGL to us, We shall immediately take steps and ensure that M/s.
__________________________________ faithfully and diligently carry out the
necessary remedial steps to the full satisfaction of the Advisor of The Managing
Director, TCGL. The opinion of the Advisor as to whether full and complete remedial
steps, to the full satisfaction the Advisor of the Managing Director, TCGL have been
taken or not, will be that of The Managing Director, TCGL. For the purpose, of arriving
at such decision as aforesaid it will be open to the Advisor of The Managing Director,
TCGL in case he so desires, to delegate this power to subordinate like the Engineerin-Charge to take appreciate decision and the decisions referred to above will be
57
deemed to be properly taken and as if taken by the Advisor of The Managing Director,
TCGL. In the eventually of M/s.______________ not taking remedial action to the
almost satisfaction of the Advisor of The Managing Director, TCGL will be entitled to
get the work done itself or from other sources. On the Advisor of The Managing
Director, TCGL notifying to us the total expenses incurred for this purpose. We hereby
expressly have under taken to pay The Managing Director, TCGL the said amount
forth with and in any case not less than 7 days from taken to pay The Managing
Director, TCGL the said binding the amount indicted by the Advisor of The Managing
Director, TCGL and our obligation to pay such amount will be continuing of The
Managing Director, TCGL and our obligation irrespective of any dispute of differences
that may arise between us and M/s. _____________________________ of between
The Managing Director, TCGL and M/s. ____________________________________.
3.
The contract value is __________________________. This BANK GURANTEE is
limited to ___ the said contract value and accordingly it comes to `
_______________________ our liability will be in all cases be limited to
`_________________.
4.
We agree and undertake that this BANK GURANTEE will be valid for a period of 30
days from the date when the contract work is completed by the
M/s._____________________________________. The Advisor of The Managing
Director, TCGL notify such completion that to us. In case, no such completion it is
notified, this BANK GUARANTEE will be a valid for 30 days from the date of
completion of contract works. The BANK GUARANTEE will come into effect from such
completion date. In case however, the contract of several parts it will be opened to the
Advisor to indicate separate completion dates for separate part and to simultaneously
indicate a breakup of the contract value equivalent to the separate part. In which case
the BANK GUARANTEE to extent of the different completion dates. It is expressly
understood that the considering this period of applicable duration, the date by which
The Managing Director, TCGL, intimate the Bank about the losses, damages or
problems as the case may be, shall be considered as long as such intimation is within
a period of 30 days from the completion date. We the ___________________ Bank
will be liable, irrespective of whether the remedial actions or lack thereof has taken
place after the period of the 30 days.
5.
We _________________________________ Bank agree that the BANK
GUARANTEE which is continuing guarantee will be binding, and enforceable against
us irrespective of any difference / disputes between The Managing Director, TCGL and
M/s.
__________________________of
between
us
and
M/s._________________________ and irrespective of any change or variation or
execution time or any forbearance or waiver made or grant by The Managing Director,
TCGL to M/s.___________________________________.
6.
In case any disputes arise as to the interpretation or implementation of this BANK
GUARANTEE, the matter shall be referred to the sole arbitration of Advisor of The
Managing Director, TCGL whose decision in the matter will be final.
In case any resource to any court of law is necessitated, the appropriate Civil Court in the
Ahmedabad along will have Jurisdiction.
Ahmedabad
Date:
Signature of Contractor
58
ANNEXURE A-4
BANK SOLVENCY CERTIFICATE
Bank Solvency Certificate
:
The bidder should furnish the Bank Solvency of Rs. 7.35 Crore of Nationalized or
Scheduled Bank issued in current calendar year i.e. 2014.
Attach true copy of certificate.
59
ANNEXURE –1
Format for annual turnover as per the audited accounts
Towards the pre-qualifying experience
2011-12
2012-13
2013-14
2011-12
2012-13
2013-14
Revenue (in INR crores)
Profit Before Tax (in INR crores)
Net Worth of Company
Other Relevant Information
Information
Revenue (in INR crores)
Profit Before Tax (in INR crores)
Net Worth of Company
Other Relevant Information
This is to certify that I/we have examined the above information on the basis of relevant
documents; books of accounts & other relevant information and the information submitted
above is as per record and as per details annexed.
Signature Seal & Membership No of
Chartered Accountant.
Note:



Copy of balance sheets along with profit & loss statements to be attached duly
attested by CA/Gazetted officer/Notary.
In case of Joint Venture copy of sheet of other partners should be attached.
Sheet of audit from Civil/Mechanical, Structural/electrical parties should be attached
60
ANNEXURE - 2
Experience in Installation of Hardware Equipment in the similar type of Permanent
Multimedia projection show or similar shows on monument / notified
buildings/Sea/River/Theme park Museum etc. On basis of finalization of agreements
executed during the last 3 years supported by minimum two credentials of bidder’s
experience. (In case of JV-applicable to all partners)
Sr.
NO.
Name of
The Show
Cost of the
Project in
INR
Name of the
Client
Starting
Date of
Project
Completion
Date of
Project
Details of
Show
(Authorized Signatory)
NOTES:
 Each order/certificate/BOQ/BOM should indicate item details – equipment name, make,
model no., rated capacity & quantity and it should be attached to prove magnitude of type
and size of order completed.
 Each of the above listed projects shall be supported with the copy of work completion
certificate
 At tested satisfactory completion certificate from the employer indicating the scope of work
and magnitude of work is mandatory
 Copy of certified bill and detail of receipt of payments should be attached.
 At least 10 Photographs of the project executed shall be attached.
 Non-disclosures of any information in the schedule will result in disqualification of the firm.
 In case of private work sufficient authentic proof of work done. Along with evidence of
financial transactions shall have to be furnished.
61
ANNEXURE – 3 A
List of the System Integrator Experience and Work completion in the field should
be submitted as a single order.
System Integrator Experience and Work
completion in the field
Cost of system executed successfully
6 Crores for LED Screens/Projection Systems
3 Crores for SRS
10 Crores for ELV
62
ANNEXURE – 3 B
List of the Proposed Technology
SR.
NO.
(a)
1
2
3
4
5
6
7
8
9
10
11
(b)
1
2
3
4
5
6
7
8
9
10
(c)
1
2
3
4
(d)
1
2
3
(e)
1
2
(f)
1
2
3
4
5
(g)
Proposed Technology
For Civil, Structural, Mechanical, Structural and
Related
props
installation
Electrical
related
work for required
technologies
Water Storage & recycling arrangement
Administrative & Ticketing Blocks
Waiting Launch for visitors and tourists
Entry & Exists arrangements
Operating and technical staff residing arrangement
System Control Room
Electric power permission, connection, distribution,
lighting and
cabling
Acoustic
Diesel
Generating set as backup power
UPS power protection to hi-end sensitive products
Sound and Lights mounting arrangements
Laser Show with HD projection on Aqua Screen
Digital Data Controller
2 or more nos. of Aqua Screens
2 or more nos. of High powered projectors
Laser Projection System: Solid state Green &RGB
Multi
colour&beams
Visualizing
making the script
Content and art production
Partially Voice over
Mixing, Programming and Art Production
Arranging music ,recording, mixing, re-mixing
Final system integration &soft commissioning of
the project.
Sound
Reinforcement System
Sufficient line array/speakers
Power Amplifiers & processors, microphones
Digital Fiber Optic Snake cable connections
Required hi-end system
RGB LED Light surface and underwater effects
Sufficient light effects
LED RGBW Wash/Par lights
LED RGBW Underwater lights
Pyro Color Flame System
should have license to shoot flames from
regulations
Color
Flamegoverning
System body.
Musical Fountains
16 or more nos. with minimum 32 metre spanning
Minimum 2 meter pitch with swinging, fixed and
brackishpump
type. & pipe material stainless steel 304
Nozzle,
Digital control fountain swing water features
Digital nozzle should swing and go round in 360
degree
Any
other technology proposed (submit brief
description of technology)
Mention the availability of the
YES/NO
Proposed
Technology
63
ANNEXURE - 4
Brief company profile
The bidder needs to provide brief company profile and the details of important key personnel
like – chairman, director, CMD, CEO, Partners & Proprietor- Their Name and Address and
complete basic qualification and numbers in years in similar type of business.
A copy of the joint venture agreement must be attached to this annexure. In case the joint
venture agreement is not acceptable to TCGL, the joint venture may be requested to modify the
agreement accordingly. Failure to submit a modified Joint venture agreement within three days
upon receipt by the applicant of the request for modification will disqualify the applicant for
further consideration.
Sr.
NO
01
02
03
04
05
06
Key personnel
Basic Qualification
Chairman
CMD
Managing Director
Director
Partner
Proprietor
Number of years in
similar type of
Business
Note:
 Civil/Electrical/Mechanical, Structural Party have to mention details about company profile
in same format
Proposed Joint Venture Details: (Maximum three partners allowed including the lead
partner)
Enclosure to be attached with Joint Venture Agreement
Name and address of JV
Role and
Responsibilities
(Specify in details)
Financial stake in
percentage
LEAD PARTNER
FIRST PARTNER
SECOND PARTNER
SIGNED ON BEHALF OF:
_________________
___________________
(Name of Lead Partner)
(Name of First Partner)
CONSTITUTED ATTORNEY
CONSTITUTED ATTORNEY
___________________
(Name of Second Partner)
CONSTITUTED ATTORNEY
64
ANNEXURE – 5
CST/VAT/ Service Tax/ PAN
Bidder to
1.
2.
3.
provide the following details along with copy: (In case of JV-applicable to all partners)
Commercial Tax: CST/VAT Registration Certificate
Service Tax Registration Certificate
Permanent Account Number (PAN)
Note:

The copies of Sales Tax, Service Tax & Income Tax Returns for last three years should be
submitted.
Attach true copy of all above
65
ANNEXURE - 6
Documented quality policy : ISO or CE Certification
Please provide here with or attach documented quality policy of the company, any ISO or CE or
similar certifications, awards etc.
66
ANNEXURE – 7
Other Financial Data
:
Name of Applicant or partner of a Joint Venture:
Applicants, including each partner of a joint venture, should provide financial information to
demonstrate that they meet the requirements. Each applicant or partner of a joint venture must fill
in this form. If necessary, use separate sheets to provide complete banker information. A copy
each of the audited balance sheet for the last three years should be attached.
Banker
Name of banker:
Address of banker:
Telephone:
Facsimile:
Contact Name &Title:
TELEX:
Summarize actual assets and liabilities in Rupees for the previous three years.
2011-12
2012-13
2013-14
Financial Information
1. Total assets
2. Current assets
3. Total liabilities
4. Current liabilities
5. Profits before taxes
6. Profit after taxes
7. Depreciation
8. Net worth
9. Annual turnover
Specify proposed sources of credit line to meet the cash flow demands of the projects.
Source of credit line
Amount in Rs.
1.
2.
Attach audited financial statements for the last five years (for the individual applicant and / or
each partner of a joint venture).
Firms owned by individuals, and partnerships, may submit their balance sheets certified by a
registered accountant, and supported by copies of tax returns.
Attach Certificate(s) issued by any Bank or Financial Institution for available credit to the
Lead partner and all other joint venture partner.
67
ANNEXURE - 8
Details of Technical Team Member.
The bidder needs to provide the details of key personnel /support staff as proposed by him for
deployment on site for successful completion of the show C.V. and their last collage certificate
shall be attached.
Sr.
NO
Key personnel/ support staff
01
Team Director
02
Script Writer
03
Sound Engineer
04
Light Engineer / Expert
05
System Programmer
06
Other Manpower
Number to be given by the
Bidder
The bidder may co-opt experts in any other field deemed necessary.
NOTE:

Civil/Mechanical, Structural/Electrical Party have to provide details key personnel
/support staff as proposed by him for deployment on site for successful completion of
the show C.V. and their last collage certificate shall be attached.
(Signature of Authorized Signatory)
68
ANNEXURE - 9
BRANCH OFFICE/ SERVICE CENTER IN GUJARAT
:
All bidders are requested to provide the information in the prescribed form given below.
1
Name of firm:
2
Local Gujarat office address :
Whether owned or rented? :
 Copy of property sales deed or rent deed agreement (not less than 3 years).
 Copy of sales tax registration.
 Copy of service tax registration amendment.
 Copy of professional tax registration.
 Copy of shops & commercial establishment registration.
3
4
5
6
7
8
9
Mobile:
Landline:
Facsimile:
E-mail:
Company registration No:
Date of company registration
Main lines of business:
Contact:
Contact:
Telex:
69
ANNEXURE- 10
UNDERTAKING
(On Company Letter head)
We certify that:1. I/We have gone through the bid documents and its terms and conditions and fully
understood it. All the terms and conditions are acceptable to me/us.
2. There has been no conviction by a Court of Law or indictment/adverse order by a
regulatory authority for a grave offence against us. It is further certified that there is no
investigation pending against us or the CEO, Directors / Manager /Employees of our
concern.
Date:
Place:
Signature & Seal of Bidder
70
ANNEXURE – 11
O&M OF SIMILAR TYPE PROJECT EXECUTED
The Bidder must provide a list of places where such systems have been installed and/or
are being maintained by him with their configuration & with the references, Work order or
purchase order copies etc. The bidder is required to provide assurance to arrange for a
visit at such place in case the committee needs to evaluate the performance of the
installation.
Sr. NO.
Name of The
Show
Place
Name of the
Client
Configuration
References
(Authorized Signatory)
71
ANNEXURE - 12
UNDERTAKING FROM MANUFACTURER
Bidder to submit an undertaking from the Manufacturer in original to ensure that they will provide
required technical as well as sales & service support for warranty and subsequent annual
maintenance period of 5 years for major equipment.
72
ANNEXURE - 13
BILL OF MATERIAL
The bidder needs to provide hardware equipment and software programs details for each item
offered in the EOI Document, with the detail specification of item in the following format:
Sr. No.
Name of item
Make
Model No.
Capacity/Rating
Quantity
Note:
1. Bidder is allowed to offer maximum one alternate make for the equipment.
2. Based on the above information, PQ marks for hardware equipment will be evaluated.
3. This bill of material will be stands final for execution of hardware, deviation will not be
acceptable.
4. Equipment make, model, capacity and quantity will be verified during the process of
making payment, if any deviation found TCGL consultant/ reserve rights to deduct the
any amount.
5. TCGL/Consultant reserve rights to modify and demand more quantity of equipment as per
site condition or performance of the show.
(Authorized Signatory)
73
ANNEXURE - 14
STANDBY POWER WITH UPS/ INVERTER/ DIESEL GENERATOR
The bidder needs to provide UPS/Invertors /Diesel Generator for in case of regular power failure
and to run flawless running the show:
Sr.
No.
Standby Power equipment with rated
capacity of each
01
UPS
02
Inverter
03
Diesel generator (with Canopy)
Number of equipment connected with
their capacity in KW
Note:
1. Bidder should take care of the entire Laser show equipment total load for DG Set.
2. DG Set should be acoustic and sound proof with latest version.
3. Required local authority approval should be taken to run the DG Set.
4. Capacity of Invertors and UPS should be as per the critical hardware requirement.
(Authorized Signatory)
74
ANNEXURE - 15
History of Litigation
:
Application should provide information on any history of litigation or arbitration resulting
from contracts in last five year or currently under execution.
Year
Award for / or
Against applicant.
Name of Client, cause of
Disputed amount in
Litigation and matter of dispute. Rupees.
NOTE:
If the information to be furnished in this schedule will not be given and come to the subsequently will
result in disqualification of the bidder.
75
ANNEXURE - 16
Proposed Methodology and Schedule
Attach a short note on proposed methodology and attach schedule and BAR/CPM PERT
charts for undertaking the proposed Laser Work project.
Separate methodology for Operation and Maintenance (5 Years) to be submitted.
76
ANNEXURE-17
Proposed list of manpower to be deployed
Separate sheet for Operation & Maintenance (O&M)
Attach list of technical manpower with names, qualification and other details to be deployed on site
for the project. (Do not include labour)
Sr. No.
Name of person
Work designated
Company designation
Please attach CV of key technical persons and Safety personnel
77
ANNEXURE - 18
Detail Proposal with Layout of Structures, Drawings, Details,
and Detailed Specifications with Presentation of the Project
:
Please attach herewith detail layouts, concept plans, detail specifications, power-point
presentation and other related matter.
78
ANNEXURE - 19
FORMAT FOR AGREEMENT
(To be executed on non-judicial stamp paper of Rs 100/-)
This agreement
herein referred
to
as
Agreement; enter into
on
this
_________ Between T o u r i s m Corporation of Gujarat Limited. Having its registered office at
Nigam Bhavan, Sector 16, Gandhinagar-382016 (here in after referred to as the First Party, which
expression shall include its successor and assignees) of the first part and _________ (herein after
referred to Second Party, which expression shall include its successors and assignees) on the
second part. Whereas the First Party is desirous of executing the Laser Show at _______ And has
invited EOI Documents describing the works to be done.
And whereas the Second Party has responded to the EOI Document invitation and has submitted
the EOI Document, followed by subsequent presentation/discussions with the committee appointed
by the First party and the Second Party confirmed the rate and of the assignment as negotiated and
agreed before the committee.
And whereas the Second Party has necessary experience and expertise to plan and execute the
show and whereas he/she/they has/have agreed to undertake the Project of the Laser Show is of
high standard in 2 languages at agreed/settled
amount of Rs.
(Rupees
_______________ ) inclusive of all expenditure and all taxes applicable. And whereas the first
party believing the assurance and representation as true and correct has appointed the second
party terms and conditions as se there in below.
NOW THIS AGREEMENT WITNESS AS FOLLOWS;
In this agreement, the words and expressions shall have the same meaning as are respectively
assigned to the min payment terms, the scope of work and terms and conditions, attached with the
letter of intent/Work Order issued by the First Party and accepted by the Second Party for the
works.
The following documents shall also be deemed to for man due read and construed as part of the
agreement and shall be complementary to one another.
1. NIT
2.
3.
NOW IT IS HERE BY AGREED AS FOLLOWS;
After the receipt of approved show script form the First Party, Second Party will start the work of
recording soundtrack, mixing and forward the CD/cassette for approval as per time schedule
stipulated in EOI Document and prepares the sound track as required. The Scope of Work also
includes Hardware equipment; system integration associated civil & electrical work as defined in
the EOI Document.
The acceptance of the Second Party work will be subject to the final approval of the First Party, and
if in their opinion it is necessary to make certain changes in any part of the show the Second Party
will carry out the changes free of charge and decision of the First Party will be final in this regard.
All actions will be completed as per the schedule and approvals by the First Party.
79
The First Party will have the right to inspect the works while the same are in progress. The Second
Party will not deviate from the script approved by the First Party without obtaining prior written
permission.
The copyright of the production will rest with the First Party and will be transferred to the agency
that will take over the show after completion. The Second Party shall not use the script or any input,
technical or otherwise related to this project with any other client or similar projects which have
been undertaken by him or which he might undertake.
The Second Party will complete all the works in their scope of work within 6months including the
hardware installation and system integration for the language. In case of failure to complete
the works the Penalty Clause as stipulated will be effective. In case of in ordinate delay in
completing the work, the First Party will have the right to with draw the work from the Project
Director and get the same executed from any other agency at risk and cost of the Second Party.
The First Party shall pay the Second Party the said amount of Rs. __________
(Rupees___________________) or such a m o u n t s t h a t s h a l l become payable at the time and
in the manner here in after specified in the EOI Document. All such payments shall be subject to tax
deduction at source–as required by the state, against which the First Party shall furnish necessary
certified copy to the Second Party.
The Second Party will supply two sets of script in each of the Hindi language. This contract shall be
subject to Force Majeure.
SECURITY DEPOSIT
The performance Security submitted during the award of contract of 10% of the order amount as
interest free Security Deposit in the form of Account Payee Demand Draft/Bank Guarantee from a
commercial bank in an acceptable form, the Bank Guarantee should remain valid for a period of five
years beyond from the date of completion & handing over of all works related to show. The Security
Deposit will be released after successful performance of the contractual obligation.
LIQUIDATED DAMAGES FOR DELAY
0.05% of the contract amount subject to maximum of Rs.10, 000/- per week or part thereof. The
total liquidated damages of delay should be subject to an overall maximum of 5% of the contract
amount. In case, the agency is not able to perform as per the satisfaction of the TCGL or in case of
in-ordinary delay, the TCGL reserves the right to terminate the Contract and the firm will be liable to
compensate for the loss. In pursuant to an order/direction of Government of G u j a r a t , the First
Party is constrained to foreclose this agreement before the period of completion, the agreement
shall be treated as close with effect from the date of the for enclosure notice. However, the Second
Party shall be paid proportionately to the extent of the work completed by him till the date of the
issue of the said for enclosure notice.
The contract can be terminated any time by either party upon giving three months notice to the
other party and in the project of such termination, the Second Party shall be liable to refund the
excess amount paid/payment, if any made to him over and above what is due to him on the date of
termination and the First Party will be entitled to make full use of all or any of the material prepared.
In such an projects, the First Party shall also be liable to pay the Second Party any such amount as
may be pending in respect of the works satisfactory completed by him up to that period in terms of
80
this contract.
If at any time during the progress of the works or after the completion there of any time during the
continuances of this agreement any dispute or differences arise between the parties here of in
relation to or in connection with is agreement, the same shall be referred to the arbitration by the
Chairman and Managing Director of the First Party of his nominee as sole arbitrator and his
decision shall be final and binding on the parties.
The said arbitration shall be governed by the arbitration and Conciliation Act 1996 as amended or
enacted from time to time. The arbitration proceeding shall be conducted in the English language
and the venue of the said arbitration shall be held in Gandhinagar, Gujarat.
In witness, where the parties mentioned above have signed on the date, month and year stated
above.
Agreed by Second Party
Tourism Corporation of Gujarat Ltd.
Agreed for and behalf of (First Party)
(Name and Signature)
(Signature with seal)
In the presence of
1.
2
1.
2
81
Annexure B: Formats for Submission of Details
All individual firms and each partner of a joint venture are requested to complete the information in
this form. Nationally information should be provided for all owners or applicants that are
partnerships or individually owned firms.
FORM I A: Details Of the OEM
Name
Nature of the legal status in India
Nature of business in India
Date of Incorporation
Date of Commencement of Business
Address of the Headquarters
Address of the Office/service center in Gujarat
Address of the Registered Office in India
Other Relevant Information etc.
FORM I B: Details Of the Authorized System
Integrator
Name
Nature of the legal status in India
Nature of business in India
Date of Incorporation
Date
of Commencement of Business
Address of the Headquarters
Address of the Office/Service center in Gujarat
Address of the Registered Office in India
Other Relevant Information etc.
Mobile:
Contact:
Landline:
Contact:
Facsimile:
Telex:
E-mail:
Non-disclosure or wrong information/non-acceptance any shall result the disqualification of the firm.
Change of the name of company or firm shall be supported by legal resolution as per applicable
norms.
NOTE:
 In case ofJ.V details of other partners should also be submitted.
 Details of Civil/Mechanical, Structural/Electrical Party should also be mentioned.
(Authorized Signatory)
82
Annexure C – Case Studies
Experience in execution of similar type of Permanent Multimedia projection show or similar
shows on monument / notified buildings/Sea/River/Theme park Museum etc.
Name of the Applicant:
Sr. Name of
Address Start date of Completion Scope of the work. Value of Present
No. Customer
Project
Date of
Also Specify the Project in Status of
Project
systems installed Rupees Project.
and achievements
Note:

Please attach purchase order / contract agreement and completion certificate and name and
contact details of the officer in charge for each of project mentioned.

Civil/Mechanical, Structural/Electrical party have to attach the purchase order copy and complete
certification with name and contact details for each project mentioned.
83
Special Conditions:
General:
i. The BIDDER is required to carry out the above project by providing total solution for proper
integration and operation of the complete system. BIDDERS have to submit system architecture
document for required system.
ii. The Scope of work would include: Designing, Engineering, Supply, Testing, Installation, and
Integration of all project deliverables . Any cutting / modif ication / removal/ reinstallation in
the exist ing furniture/ wall/ ceiling/ floor/carpet to install the new systems components shall be
provided by department. The OEM / SI or Authorized System Integrator shall have to provide
details on size, fixing arrangement of the equipment. The OEM / SI or Authorized System
Integrator would also have to liaise /coordinate with other civil/electrical contractor for getting
the same done as per site requirement.
iii. The OEM / SI or Authorized System Integrator is required carry out Site Acceptance Test,
Final Acceptance Test for the entire solution, Training, Documentation & Warranty, and also
Operation & Maintenance for the period of (4) years after completion of free
maintenance period of 1 (one) year.
iv. The OEM / SI or Authorized System Integrator shall act as single point of contact to organize
and manage the entire project - including design, supply, installation, testing and
commissioning of all required hardware, software, accessory items like cable, connector etc. as
per project requirements and for the equipment supplied.
v. If the offers received are without The OEM / SI or Authorized System Integrator having
carried out site visit / survey, it would be considered that the OEM / SI or Authorized System
Integrator has understood the requirement fully and shall comply with the functional requirements
of the offered system including the scope of work / services in totality at their own risk and cost.
vi. The OEM / SI or Authorized System Integrator shall provide warranty from the date of
Acceptance Test (FAT) and also support for Maintenance of entire system for 4 years after
completion of free maintenance period of 1 (one) year.
vii. Further, The OEM / SI or Authorized System Integrator shall make minimum four
maintenance visits per annum to maintain the system and subsystems during warranty period or
to monitor and emergency repairs.
84
SECTION – 3
PREPARATION OF PROPOSAL
LANGUAGE OF BID
The bid prepared by the bidder and all correspondence and documents relating to the bid
exchanged by the bid demand the TCGL shall be written in the English language. Supporting
documents and printed literature furnished by the bid there may be written in another language,
provided the script accompanied by a translation of its pertinent passages in English. Failure to
comply with this condition may disqualify a bid. For purposes of interpretation of the bid, the English
translation shall govern.
DOCUMENTS COMPRISING THE BID
Bidders are requested to submit their proposal in three parts in three separate envelopes/and put
together in one single outer envelope (Master Envelope).The four parts shall be:
Part1: EMD & EOI Document Fee (Hard copy & scan copy to upload)
Part 2: Pre Qualification Bid (Hardbound copy & annexure scan copy to upload)
Part3: Technical Bid (Hardbound copy & annexure scan copy to upload)
Part4: Financial Bid (on line) no hard copy


T h e proposal shall be written in English language only.
A l l pages of the proposal shall be designed either by the Managing Director/Head of the eligible
firm OR by an Authorized representative holding proper power of attorney. The original power of
attorney shall be executed by Managing Director/Head of firm/Authorized person duly notarized
and submitted with the proposal.
ALL DOCUMENTS SUBMITTED SHOULD BE IN THE NAME OF BIDDING AGENCY
Cover # 1 & Part1: EOI Document Fee & EMD:
This cover should contain the following documents:
1. EOI Document Fee of Rs. 18,000/- (Rupees Eighteen Thousand Only) non refundable shall
be in a form of demand draft drawn on any Nationalized Bank or HDFC/ICICI/AXIS/IDBI bank
payable at Gandhinagar, in favor of “The Managing Director, Tourism Corporation of Gujarat
Ltd., Gandhinagar”.
2. Earnest Money Deposits of Rs. 24, 50,000/- shall be in a form of demand draft drawn on any
Nationalized Bank or HDFC/ICICI/AXIS/IDBI bank payable at Gandhinagar, in favor of “The
Managing Director, Tourism Corporation of Gujarat Ltd., Gandhinagar”.
3. Power of Attorney: a power of Attorney authorized by a Notary Public, indicating that the
person(s) signing the bid has the authority to sign the bid and thus that the bid is binding
upon the bidder during the full period of its validity in accordance with relevant clause.
The Single Envelope containing documents (a) & (b) as mentioned above should reach
TCGL office on or before 30/07/2014, up to 3.00 pm.
85
Cover # 2 & Part 2: Pre Qualification Bid:
This cover should content the following details, with required proof documents and annexure as per
EOI Document requirement. (Hardbound copy to be submitted. EOI Document submission in
form of loose paper or spiral bound will be rejected)
1 The Bidder should be reputed OEM or Authorized System Integrator of Laser Show equipment
like Projector, Speaker, Amplifiers, Laser Machine, LED lights etc. having well established
infrastructure in India as well as abroad with Sales and Service center in India having
minimum average annual turnover of Rs. 7.5 Cr. In any one year of the last 3 years or their
Authorized System Integrator duly authorized by the OEM for the exclusive purpose of
participation in this EOI Document. The OEM may authorize one or more system Integrators
depending on technical & financial capabilities of the system Integrators.(Annexure -1A)
2 In case of the Joint Venture, the partner (other than lead partner) should have successfully
executed projects with minimum value 5MUSD. The successfully executed project should
consist of all similar items as mentioned in EOI & with a minimum audience capacity of 10,000
Pax.
Similar work should consist of “Design, Supply, Installation, Commissioning, Testing &
Commissioning of single & composite order of at least – “2 nos. of 22 Meters dia. (fixed, salt)
aqua screen with HD projection, 16 nos. of 32 Meters dia. Fountain System- (swinging, fixed
brackish), 2 set of Stella Ray Laser System, 25KW rms & 10.2 channel sound system, Light
Fittings - LED RGBW Wash – Underwater, & 4 Nos. PYRO FX - Color Flame Systems". The
attested copies of work order and work completion certificate shall be attached. (Annexure 2A)
3 The Bidder should be a company registered and operating under the Indian Companies Act,
1956 since 2005-06 or earlier. Attested copies of company registration shall be enclosed. All
other govt. registration copies as mentioned in annexure are to be attached (Annexure -5)
4 The Bidder should have Experience in Installation of Hardware Equipment in the Laser show,
Laser shows on monument / notified buildings and Museum etc. On basis of finalization of
agreements executed during the last 3 years supported by minimum two credentials
(Annexure -3)
5 The bidder should submit the list of System Integrator Experience & work completion in same
field. List of all hardware installed is to be submitted along the detail specification. (Annexure 4A)
6 The bidder should submit the list of Proposed Technology of similar work type & completion in
same field. List of all Technologies proposed so far is to be submitted along the detail
specification. (Annexure -4B)
7 A brief company profile along with proposed Joint venture details, Chairman, Directors, CMD,
CEO, Partners & Proprietor basic qualifications and numbers of years in similar type of
business shall be produced along with copies of certificates.(Annexure -5)
8 The bidder should furnish Commercial Tax (CST / VAT) Registration Certificate, Service Tax
Registration Certificate and Permanent Account Number (PAN) along with last 3 years returns
filed duly attested shall be attached with the offer.(Annexure-6)
9 The Bidder shall submit ISO certification, CE certification or any equivalent certificate for
quality management system.(Annexure -7)
10 Bidder should provide financial information to demonstrate that they meet the requirements. A
copy each of the audited balance sheet for the last three years should be attached.Specify
proposed sources of credit line to meet the cash flow demands of the projects. Attach
Certificate(s) issued by any Bank or Financial Institution for available credit.(Annexure -8)
86
Cover # 3 & Part 3: Technical Bid:
1. The bidder should furnish the Bank Guarantee Certificate issued in current calendar year
i.e. 2014. (Annexure 4A)
2. The bidder should furnish the Bank Solvency of Rs.7.35 Crore of Nationalized or
Scheduled Bank issued in current calendar year i.e. 2014. (Annexure 5A)
3. The Bidder must have on its roll at least 10 technically qualified professionals / key personnel
/support staff as proposed by him for deployment on site for successful completion of the
show. C.V. and their last collage certificate shall be attached. (Annexure -9)
4. The bidder should have branch office /service center in Gujarat State since last 2 years,
copy of Govt. registration, to prove local establishment as branch office/service center shall
be enclosed. (Annexure -10)
5. The Bidder shall not be under a declaration of ineligibility for corrupt or fraudulent practices
or blacklisted with any of the Government agencies. (Annexure - 11)
6. The Bidder must provide a operation & maintenance list of places where such systems
have been installed and/or are being maintained by him with their configuration & with the
references, Work order or purchase order copies etc. The bidder is required to provide
assurance to arrange for a visit at such place in case the committee needs to evaluate the
performance of the installation. (Annexure -12)
7. If the intending bidder is Authorized System Integrator then he shall submit undertaking
from the Manufacturer in original to ensure that they will provide required technical as well
as sales & service support for warranty and subsequent annual maintenance period of 5
years. (Annexure -13)
Note: All annexure copies to be scanned and uploaded
Part 4: Financial Bid:
1.
2.
3.
4.
5.
6.
1.
In preparing the financial proposal, agencies are expected to take into account, the
requirement and conditions of the EOI Document.
The financial proposal should follow standard forms (on line price bid), including all
applicable taxes.
O&M cost should be filled separately, which is part of on line price bid.
Cost of O&M price bid will not be considered for lowest cost rating of the project.
The prices of the services are to be indicated only in local currency (Indian Rupees) and shall
be written in both words as well as in figure.
The bidders to indicate the price of individual component as listed in the on line price bid of
financial bid for evaluation of post project cost in case of any deviation during the execution
of the contract.
SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS
a) The original proposal shall be prepared in indelible ink. It shall contain no inter- lineation or
over writing, except as necessary to correct errors made by the firm itself. Any such
corrections must have initials of the authorized person or persons who sign(s) the proposals.
b) On line EOI Document require to attach by soft/scan copies.
c) An authorized representative of the firm shall initial all pages of the proposal.
d) Bidder shall submit one “Original” proposal only. The envelope must be clearly marked:
87
e)
f)
g)
h)
Name of the Project: Invitation to bid for Turnkey work of Design,
Supply, Installation, Testing and Commissioning of Laser Show with HD
projection on Aqua Screen, Sound System, Light effects, Pyro Color
Flame & Musical Fountains at New Gomti-Ghat, Dwarka.
The outer sealed envelope (Master Envelope) shall include three separate sealed envelopes,
each clearly marked as
“Part 1: EOI Document Fee & EMD” “Part 2: Pre qualification Bid” “Part 3: Technical Bid”
Complete proposal must be delivered at the submission address mentioned in the document
on or before the time and date stated in the document. Any proposal received after the
closing time for submission of the proposals shall be returned / rejected unopened.
The proposal should be valid for a period of 90 days from the date of its opening of EOI
Document.
2. PRELIMINARY EXAMINATION
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
Initially general documents shall be checked.
Cover for EOI Document fee & EMD will be opened and checked.
Bidders submitted valid EOI Document fee & EMD would consider for opening of prequalification bid.
Bidder, who qualifies for minimum eligibility of pre qualification criteria, will be considered
for opening financial bid .(Bidder has to achieve minimum 80 marks out of 100 as
mentioned in Section – 3 Evaluation Criteria )
The Employer shall then examine the bids whether they are complete and satisfy the
requirements as per the instructions, whether required documents have been furnished,
whether the documents have been properly signed, and whether the bids documents are in
order as required.
Prior to the detailed evaluation, pursuant to relevant clause, the employer shall determine
the substantial responsiveness of each bid to the bidding documents. A substantially
responsive bid is one, which conforms to the terms, conditions, and specifications of the
bidding documents without material deviation or reservation. A material deviation or
reservation is one which affects in any substantial way the scope, quality or performance of
the works, or which limits in any substantial way, inconsistent with the bidding documents,
the employer’s rights or the bidder’s obligations under the contract, and the rectification of
which deviation or reservation would affect unfairly the competitive position of other bidders
presenting substantially responsive bids.
A bid determined as not substantially responsive shall be rejected by the employer and
cannot subsequently be made responsive by the bidder by correction of the nonconformity.
Employer may waive at their discretion any minor informality or non-conformity or
irregularity in a bid, which does not constitute a material deviation, provided such waiver,
does not prejudice or affect the relative ranking of any bidder. It may be noted that the
employer reserves the right to take final decision about responsiveness of the bidder and
the decision cannot be challenged by the bidder.
The Bidder, whose technical bids are received and opened, shall be further short listed
after undertaking detailed exercise.
At the end of technical evaluation and the bids shall be classified as technically responsive
and technically non-responsive. Technically responsive bids may or may not be pre88
qualified, as will depend on the marks scored by the bidder. A Bidder may be qualified
/rejected for the technologies offered.
3. PROPOSAL EVALUATION
A two-stage procedure will be adopted in evaluating the proposal:
A. Commercial detailed evaluation- The detailed screening of all commercial documents will
be done, in which followings requirement will be consider for securing respective and
individual marks:
1. Type of company
2. Company establishment
3. Company turn over/balance sheet/profit & loss account
4. Income Tax returns
5. Service Tax returns
6. Sales Tax returns
7. Offices in India/Gujarat
8. Bank solvency
9. Company history corrupt or fraudulent practices or blacklisted
B. Technical detailed evaluation- The detailed screening of all technical documents will be
done, in which followings requirement will be considered for securing respective and
individual marks:
1. List of similar work completed
2. List of equipment used for work completed
3. Civil/Mechanical, Structural/Structural/Electrical party have to list the similar type of work
completed.
4. Company profile
5. List of technical persons with details
6. Concept of the proposed project
7. List of proposed equipment make model, capacity & quantity
8. Proposal for Operation and Maintenance (5 Years)
9. In house facilities for hardware/software commissioning
10. List ISO or equivalent quality control certification
Note:
a) Each responsive proposal shall beat tribute technical score. On the basis of the technical
assessment, bidder securing minimum 80 marks out of 100 will be short-listed and the
financial bids of only the shortlisted agencies will be opened, in the presence of authorized
representatives of the agencies. The date and time of opening of the financial bids will be
conveyed to the short listed agencies.
b) All concerned details mentioned in price bid are to be supported with annexure for
technology proposed and bill of quantity for each item with their make & model no.
C. Financial Evaluation:
a) After the evaluation of technical proposal is completed and the shortlist of the eligible firms is
finalized, the TCGL shall notify the finally shortlisted agencies indicating the date and time
set for opening of the Financial Proposals.
b) The financial proposals shall be opened publicly in the presence of the bidders
representatives who choose to attend.
c) Since the proposed work is having maximum budget ceiling of Rs. 24,49,68,050/- any
89
financial proposal exceeding the limit shall not be considered.
d) The financial evaluation will be considered on the basis of minimum technical requirement of
the proposed project.
e) The financial cost will be considered for approved make of equipment & as per submission of
list of equipment, make & model number etc.
f) The lowest cost bidder may be asked to negotiate for the supply of the best technical
equipment offered by other bidders.
4. NEGOTIATIONS & DISCUSSIONS
a) Prior to the expiration period of validity of proposal, TCGL shall notify the successful firm and
invite it for negotiations & discussions.
b) The aim of the discussions is to reach agreement on all points.
5. AWARD OF CONTRACT
(a) AWARD CRITERIA
The TCGL will award the contract to the successful short listed bidders whose bid has been
Determined to be evaluated a responsive bid as the final outcome of the Evaluation of Price
Bid, with or without negotiation as may be decided by the TCGL.
(b)NOTIFICATION OF AWARD
a. Prior to the expiry of the period of bid validity, the TCGL shall notify the successful bidder in
writing.
b. The Work Order reaching the selected bidder shall conclude the contract and time of
performance shall start running from the date of issue of Work Order.
(c)SIGNING OF CONTRACT
a. At the time of notification of award, the TCGL shall send to the successful bidder, the Contract
Agreement provided in these Bidding Documents, incorporating all agreements between the
parties.
b. The person to sign the Contract Agreement shall be the authorized representative of the
Company.
6. CONFIDENTIALITY
a) Information relating to evaluation of proposals and recommendations concerning awards
shall not be disclosed to the bidders who submitted the proposals or to their persons not
officially concerned with the process, until the winning firm has been notified that it has been
awarded the contract.
7. ADDENDUM TO THE EOI DOCUMENT
a) An addendum to the EOI Document, if any will be issued at least one week before the date of
submission/closing of EOI Document On-line (E-EOI Documenting). Bidders are requested to
kindly refer TCGL website- www.gujarattourism.com or www.nprocure.com submission of
their bid document. Further any extension of the date of receipt /opening would also be
notified on the website. Bidders are requested to remain updated with the website as
mentioned above.
90
8. ONE BID PER BIDDER
a) Each bidder shall submit only one bid. A bidder who submits or participates in more than one
bid (other than as a subcontractor or in case of alternatives that have been permitted or
requested) will cause all the proposals with the Bidder’s participation to be disqualified.
9. DATA/ASSISTANCE/FACILITIES TO BE MADE AVAILABLE BY EMPLOYER
a) The employer or its authorized officer shall enter into agreements with the successful bidder
on the basis of the contract finalized at the bidding stage. The bidder has to quote for all the
works, relevant to the scope of the works, without any exceptions.
b) The employer shall provide access to the successful bidder throughout the period of the
agreement, for reference to all available records, maps, drawings, reports and other
technical data, if available, in its possession to assist the successful bidder in the execution
of the work.
c) The major statutory permissions relating to the laser Show shall be responsibility of the
bidder.
10. ELIGIBLE BIDDERS
a) The bids, which do not contain prescribed amount of EMD, their EOI papers shall be
returned back unopened for which no objection shall be entertained. Those bids, which fulfill
the criteria, shall be opened. The employer will decide the time of opening of price bid &
shall inform the eligible bidder. Thereafter, overall evaluation from technical and financial
criteria will be done and then final position of the contract shall be decided.
b) Employer reserves the right to alter the mode of selection, accept or reject any or all bids
without assigning any reason thereof.
11. COST OF BIDDING
The bidder shall bear all costs associated with the preparation and submission of his bid and
the employer will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
12. PRE-BID MEETING
a) A Pre-bid meet is scheduled on 30/07/2014 at 3 pm at the TCGL Conference Hall, Nigam
Bhavan, Sector 16 ,Nr. GH 4 ½ Bus Stand, Gandhinagar-382016. Interested bidders are
requested to present during the above pre bid meet for the brief and any clarification to be
addressed.
13. BID SUBMISSION DATE
a) Company /Individual/Proprietor fulfilling the defined criteria as defined in the EOI Document
may submit on or before 13/08/2014 up to 3.00 PM in a sealed envelope, containing two
separate envelopes, addressed to The Managing Director, TCGL, Nigam Bhavan, Sector 16
,Nr. GH 4 ½ Bus Stand, Gandhinagar-382016.
b) EOI Documents for Technical Bids shall be opened on the same day at 4 pm in the presence
of the intending EOI Documenter.
14. RESPONSIBILITY OF BIDDER.
a) The bidder shall be fully responsible for site review and project of the works conforming to
relevant Indian or International standards as per scope of work and based on specifications
furnished in this bid document. The bidder shall be responsible for organizing, managing of
the Laser Show including coordination.
91
b) Information, material etc. borrowed by the bidders, if any, shall remain the property of the
employer and shall be provided by the employer for information, solely for the purpose of
execution of this contract. All such borrowed material shall be sole property of the employer
and shall be returned to employer after submission of the bids.
c) The bidder shall take into consideration all aspects to ensure that while excavating operation
for execution of various works, habitat animals are not disturbed.
d) Any loss of human/cattle or damages or so, shall be the responsibility of the bidder including
any liability and/or compensation to be paid towards the life lost damages so caused.
e) Cutting of trees shall not be permitted.
f) The workmanship shall be of high order and quality so as to prevent accidents and
damaging the environment and surroundings.
15. The bidder shall submit with its bid the following attachments:
(a) Earnest money and bid security: Bid security furnished in accordance with relevant
clause of contract data.
(b) A Power of Attorney authorized by a notary public, indicating that the person(s) signing
the bid has the authority to sign the bid and thus that the bid is binding upon the bidder
during the full period of its validity.

The bid shall be designed by the authorized signatory so as to be legally binding on all
partners.

The bidder in whose name the bid documents are issued shall be responsible for
performance of the contract, will be deemed to have designated as leader or the main
service provider. This authorization will be evidenced, by submitting with the bid a power
of attorney signed by legal authorized signatories.

The bidder shall be authorized to incur liabilities and receive instructions for the entire
execution of the contract, including payment, shall be done exclusively with the main
service provider.
16. SITE VISIT
(a) Bidder is advised to depute a suitable team to visit the site for fully understanding the job
and ascertain the difficulties that may be encountered during execution of works and for
obtaining for himself, on his own responsibility, all information that may be necessary for
preparing the bid and entering into contract. The site visits shall be entirely at bidder’s
own expense.
(b) Bidder and any of his authorized personnel or representative will be granted permission
by the employer to enter upon his premises and lands for the purpose of such inspection
subject to prior written approval.
17. THE BIDDING DOCUMENTS
(a) The details of work, bidding procedure, a contract term is prescribed in the bidding
documents. The bidding documents include the following volumes, together with any
amendments/agenda there to which may be issued in accordance with this clause.
18. The bidder shall fill in the entire format given in EOI Document.
(a) The bidder shall submit hard copy of the technical bid which was already submitted online
as per the instructions given elsewhere in this document.
(b) The bidder is expected to examine carefully the bidding documents, including all
instructions, forms, terms, conditions, annexure, appendix etc. as given in bid document.
There shall be a presumption on the part of the employer, that the bidder has read all the
92
documents in the entirety and the EOI Document offer has been made and presented
accordingly.
(c) For completing online EOI Document and required information the bidders shall use only
standard PDF format specifically filled, file name of the same document (e.g. service tax
form.pdf), bids submitted in any other format than specified here shall be rejected forth
right without assigning any reasons.
19. CORRUPT OR FRADULENT PRACTICES
The Employer requires that borrowers (including beneficiaries) as well as
bidders/suppliers/contractors contract observe the highest standard of ethics during their
procurement and execution of such contracts. In pursuance of this policy, the Employer:
(a) Defines for the purpose of this provision, the terms set forth below as follows:
i.
“Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the procurement
process or in contract execution.
ii.
“Fraudulent practice” means a misrepresentation of facts in order to influence
a procurement process of the execution of a contract to the detriment of the
borrower, and includes collusive practice among bidders [prior to or after bid
submission] designed to establish bid prices at artificial non-competitive
levels and to deprive the borrower of the benefits of free and open
competition.”
(b) Employer will reject a proposal for award if it determines that the bidder recommend for
award has engaged in corrupt or fraudulent practices in completing for the contract in
question.
(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a contract if it at any time determines that the firm has engaged in corrupt or
fraudulent practices in competing for, or in executing a contract.
20. DEFINITIONS
In this Agreement the following words and expressions shall have the meanings hereby
assigned to them, except where the context otherwise requires:
A. “Employer”- “TOURISM CORPORATION OF GUJARAT LTD.” which has been set up
as a Government Corporation (herein after known as “Employer” or TCGL) shall be the
project-implementing agency/owner/Employer/Client.
B. “Contract” means the contract agreement, these conditions of contract (Parts I, II, III
and IV) the employer’s requirements, the bid, the agency’s proposal, the schedules, the
letter of acceptance, the contract agreement (if completed) and such further documents
as may be expressly incorporated in the Letter of acceptance or contract agreement (if
completed).
C. “Agency’s Equipment” shall mean all equipment, instruments, tools, machinery and
other appliances and things of whatsoever nature required for the fulfillment of the
contract or of the Agency’s obligations, but not including those items which are intended
to form, or which form part of the facility.
D. “Agency’s Obligations” shall mean the obligation to execute the services in it’s entirely
and shall, without limitation, include the agency’s Operation and Maintenance (5 Years)
including defect liability.
E. “Defects Liability Period” shall mean the defects liability period is one year from date of
handing over of the project in all respect & with successful completion of the project,
during which the Agency shall undertake the responsibilities, and have the liability for the
93
F.
G.
H.
I.
J.
facility.
“Governmental Authority" shall mean any Indian entity, authority or body exercising
executive, legislative, judicial, regulatory or administrative functions, including, without
limitation, any government authority, agency, department, board, commission or
instrumentality of Indian or any political subdivision thereof, court, tribunal, arbitrator or
self-regulatory organization.
“Law” shall mean and include all the provisions of all Indian statutes, regulations,
ordinances, codes, official or other standards, administrative or other rules, zoning and
other plans and restrictions, building and other permits, judgments awards and decrees
of, or agreements with any Governmental, semi-Governmental or quasi-Governmental
authority as currently in effect or as may be in effect from time to time and /or as may be
amended or supplemented from time to time.
“BANK GUARANTEEs” shall mean the list of guarantees offered/provided by the bidder
in its EOI Document submission pursuant of the bid documents.
“Site” shall mean that specific area specified in the bid documents and shall include any
other places as may be specifically designated by the employer from time to time as
forming part of the site.
“Professional Advisor/Consultant” shall mean the agency appointed by the Govt. of
Gujarat or its body to prepare conceptual layout, EOI Document preparation, evaluation
of the agency, third party inspection and quality assurance, bill certification, and
contractual matters related to appointing the agency for project execution for the required
services.
21. Contract Agreements
This contract shall come in full force and effect from the date of issue of “Letter of
Acceptance/Indent” by the employer. The costs of stamp duties and similar charges (if any),
imposed by law in connection with entry into the contract agreement, shall be borne by the
bidder.
22.
Employer’s use of Agency’s Documents
The bidder documents and other design documents made by (or on behalf of) the contract
can be used, copied or communicated to a third party by (or on behalf of) the employer for
purposes not other than those permitted under this sub-clause.
23. Details to be Confidential
“The bidder shall treat the details of the contract as private and confidential, except to the
extent necessary to carry out his obligations under it. The bidder shall not publish, permit to
be published, or disclose any particulars of the contract in any trade or technical paper or
elsewhere without the previous consent in writing of the employer and at the employer’s sole
discretion.”
24.
Management Meetings
Either the employer’s representative or the bidder representative may require the other to
attend a management meeting. The business of each management meeting shall be to review
the anticipated arrangement for future work and to resolve any matters rose in accordance
with this sub-clause. The employer’s representative shall record the business of management
meetings and provide copies of this record to those attending the meeting and to the
employer. The responsibility of the parties for any actions to be taken shall be included in
such record and shall, if not agreed in accordance with the contract, be decided by the
employer's representative.
94
The bidder representative shall notify stipulated similar nature of works or circumstances,
which may adversely affect the work, increase the contract price or delay the execution of the
works. The employer's representative may require the bidder to submit an estimate of the
anticipated effect of the future service or circumstances, and/or a proposal. The bidder shall
submit such estimate and/or proposal as soon as practicable. The bidder representative shall
co-operate with the employer's representative in making and considering proposals to mitigate
the effect of any such project or circumstances, and in carrying out instructions of the
employer's representative.
25. Unforeseen Difficulties
Preliminary data/survey data generated by the employer is available for the guidance of the
bidder. However, the employer does not take any responsibility of its correctness. The bidder
shall carry out independent additional investigations and surveys to collect the data required
to design and construction of above/below ground (sub-soil) structures/facilities if he
considers necessary for his own satisfaction at his own cost without any liability whatsoever
on the employer. The bidder shall make provision in his bid for any unforeseen sub-soil
condition encountered at the time of execution of the works separately and it shall be loaded
during his price evaluation.
26. Bidder’s Equipment
Bidder’s equipment which are intended for permanent use as a part of works under the
contract and for temporary use during the construction period, initially owned by the bidder
(either directly or indirectly) shall be deemed to be the property of the employer with effect
from its time of arrival on the site. The vesting of such property in the employer shall not affect
the responsibility or liability of the employer:
(a) Prejudice the right of the bidder to the sole use of such bidder’s equipment for the
purpose of the works.
(b) Affect the bidder responsibility to operate and maintain the same under the provisions of
the contract.
(c) The complete installed hardware and software will be property of employer.
The property in each of the equipments of temporary use during execution shall be deemed to
retest in the bidder with effect from the time he is entitled to remove it from the site, or when
the employer's representative issues the final completion certificate for the works, whichever
occurs first.
27.
Electricity, Water and Gas
The bidder shall make his own arrangement of electrical power - water - gas and any other
services required by the bidder for execution of "work". The employer shall not make available
power free of cost to the bidder, required for the Operation and Maintenance (5 Years). For
construction works bidder shall have to make his own arrangement. However, such power
shall be supplied only to the maximum extent of the requirement of power indicated by the
bidder. The cost of power should be borne by the bidder.
28. Bidder Construction Document
Construction or site work shall not commence until the bidder receives the employer's
representative's approval of the construction documents, which are relevant to the design,
and construction of such part.
29. Staff and Labour
A reasonable staff of the bidders should have working knowledge of stipulated similar nature
95
of works or the bidder shall have sufficient competent interpreters available on site during all
working hours.
30. Measures against Insect and Pest Nuisance
"The bidder shall at all times take the necessary precautions to protect all staff and labour
employed on the site from insect and pest nuisance, and to reduce the dangers to health and
the general nuisance occasioned by death. The bidder shall provide his staff and labour with
suitable prophylactics for the prevention of malaria and take steps to prevent the formation of
stagnant pools of water. The bidder shall comply with all the regulations of the local health
authorities and shall arrange to spray thoroughly with approved insecticide all buildings
erected on the site. Such treatment shall be carried out at least once or as instructed by such
authorities". The bidder shall install repellent at site as required.
31. Epidemics
In the project of any outbreak of illness of an epidemic nature, the bidder shall comply with
and carry out such regulations, orders and requirements as may be the Government, or the
local medical or sanitary authorities, for the purpose of dealing with and overcoming the
same.
32. Burial or Cremation of the Dead
The bidder shall make all necessary arrangements for the transport, to any place as required
for burial / cremation of any of his expatriate employees or members of their families who may
die in the Country. The bidder shall also be responsible, to the extent required by local
regulations, for making any arrangements with regard to burial / cremation of any of his local
employees who may die while engaged upon the works.
33. Alcoholic Liquor or Drugs
The bidder shall not, otherwise than in accordance with the statutes, ordinances and
government regulations or orders for the time being in force, impart, sell, give, barter or
otherwise dispose of any alcoholic liquor or drugs, or permit or suffer any such importation,
sale, gift, barter or disposal by his subcontractors, agents, staff or labour.
34. Arms and Ammunition
The bidder shall not have, barter or otherwise dispose of to any person or persons, any arms
or ammunition of any kind or permit or suffer the same as aforesaid.
35. Right to Vary
The competent authority will make any variation of the form, quality or quantity of the works
relating to any item of a component according to site conditions or any part thereof that may,
in his opinion, be necessary and for that purpose, or if for any other reason it shall, in his
opinion, be appropriate, he shall have the authority to instruct the bidder to do and the bidder
shall do any of the following:
a)
b)
c)
d)
e)
f)
Increase or decrease the quantity of any work included in the contract.
Omit any such work (but not if the omitted work is to be carried out by the employer or
by another bidder), before the end of stipulated time limit of the contract.
Change the character or quality or kind of any such work.
Change the levels, lines, position and dimensions of any part of the works,
Execute additional work of any kind necessary for the completion of the works, or
Change any specified sequence or timing of construction/ program/
hardware/software/content/script/music/voice over or of any part of the works.
No such variation shall in any way vitiate or invalidate the contract, provided that where
96
g)
the issue of an instruction to vary the works is necessitated by some default of or breach
of contract by the bidder or for which he is responsible, any additional cost attributable
to such default shall be borne by the bidder.
The bidder shall not make any such variation without informing the owner and
competent authority, provided that no instruction shall be required for increase or
decrease in the quantity of any work where such increase or decrease is not the result
of an instruction given under this clause, but is the result of the quantities exceeding or
being less than those stated in the bill of quantities. The payment to such variations,
modifications and deletions shall be governed according to the payment modality as
outlined in the mode of payment schedule as deemed decide by the owner and no
objection either in written or oral shall be accepted.
36. Variations, Modifications etc.
Quantity of items may vary according to requirements of the program; same basis of
pricing shall be applicable. In case of variation to any extent of + 10% original work, no
extra/additional rate shall be paid. Only approved rate shall be paid. State Govt. R&B
guidelines shall apply for cases relating to excess work, in general.
If the additional or altered work includes any class of work for which no rate is specified in
the schedule contract, then such class of work shall be carried out:
(a)
At the rate derived from the item within the contract which is comparable to the one
involving additional or altered class of work; where there are more than one comparable
items, the item of the contract which is nearest in comparison with regard to class or
classes of the work involved shall be selected and the decision of the employer as to the
nearest comparable item shall be final and binding on the bidder.
(b)
If the rate cannot be derived in accordance with (a) above, such class of works shall be
carried out at the market rate. The detail cost break up shall be provided by the bidder for
such items and to be verified by the competent authority.
(c)
If it is not possible to arrive at the rate from (a) and (b) above, such class of work shall be
carried out at the rate decided by the competent authorities on the basis of detailed rate
analysis after hearing the Agency before a Committee formed by the employer stationed at
the same place or the nearest place, as may be appointed by the employer.
(d)
Bidder shall not execute the extra/additional work without prior approval of the
Employer/Competent Authority /Committee Member of the project. Any extra item if
executed must have written consent of the concerned decision maker and to be submitted
with detail cost analysis.
(e)
The bidder shall keep all the joint records of measurement duly signed by the
Employer/Competent Authority /Committee Member with proper justification as and when
require. No extra cost or rate shall be considered if bidder is unable to justify the extra or
additional work. If required the measurements shall be supported by Total Station Survey.
The bidder shall provide CD of video recording or photo shoot of the entire project working
to the employer and competent authority.
97
SECTION – 5
GUIDELINES FOR SUBMISSION OF EOI
PART / COVER: SUPERSCRIBED WITH THE NAME OF THE WORK AND “TECHNICAL BID”.
To include the following documents:
a)
1)
2)
3)
4)
5)
6)
7)
8)
9)
Details of the bidder:
Year of establishment (Any Govt. document to attach as a proof.)
Profile/ credentials of the Agency/ Company/Individual.
Details of in– house technical manpower and staff available. Track record - Details of
involvement in similar works.
Specific experience relating to the particular work.
Statement signed by statutory auditor, indicating turnover of the Company along with
c o p i e s o f balance sheet and profit & loss statements for the last three years (2011-12,
2012-13, 2013-14).
Copy of PAN.(Copy to be enclosed)
Service Tax last two years returns challans (Copy to be enclosed)
WCT/VAT Registration No.(Copy to be enclosed).
TIN No. (Copy to be enclosed)
10) All documents should be attested from the Gazatted Officer/CA/Notary.
11) Demand draft for Rs.18,000/- towards application fee drawn in favour of
“Tourism Corporation of Gujarat Limited, Gandhinagar” (Non refundable).
12) The EMD for Rs. 24,50,000/- in the form of a Demand Draft drawn in Favour of “Tourism
Corporation of Gujarat Limited, Gandhinagar”. The EMD will be returned to unsuccessful
EOI Documenter. No interest shall be paid on the EMD amount.
13) An affidavit on non-judicial stamp paper of Rs1 0 0.00 shall be submitted stating “that in
case of any ambiguity noticed in the documents submitted at any stage we shall be timely
responsible and liable for any action as deemed fit under the law.”
b)
Details pertaining to the Laser Show
1. Concept/ Theme of the Laser Show.
2. In House facility like the man power consisting of production director, creative
professional, Sound Engineer, Graphic designer, Light Designer, IT Support, Script editor,
mixing professional etc.
3. Technology-Introduction of new technology with innovation by the bidder.
(Brief description of the technology to be submitted)
4. Script writer- The scope of work will be arranged by the TCGL agency, bidder to co-ordinate
as per the requirement.
5. Voice -Eminent and popular artist voices will render with proper modulation (Name of the
Artists will be indicated with their role like Narrator, Main Character, etc.) This will be carried
out by TCGL’s agency.
6. Music–Background and songs (preferably original score) (Name of the Music Director to be
indicated) this is in scope of the bidder however bidder should do all the required work as in
consultation with TCGL’s agency.
7. Hardware Equipment: (Separate List of equipment with make, model no., capacity and
98
numbers to be submitted, without this offer will not be consider as responsive)


The minimum number of lights with type description and make to be mentioned.

The other supporting system, effect machines computers, UPS, etc also to be indicated with
their make and capacity.
Equipment selected shall be of reputed brand having after sales service in India.
Equipment selected shall be detailed for the location installed in India for similar work to
judge their quality.


The minimum sound & laser, projectors, nos. of equipment with make to be indicated in EOI
Document offer.

The details of equipment shall be elaborative and be in line with concept requirement.
General information of equipment may lead to disqualification.Time frame required to
complete the project will have its overall impact.

Operation and Maintenance (5 Years) is most important part of scope of the work, bidder
should calculate all required techno-commercial valuation before quoting the EOI Document,
the tenure of O&M is minimum of five years.

Suggestions of value additions to the show, if any will be appreciated.
The concept/design of the show, etc. as indicated above must be submitted in hard copy as
well as on CD.
All annexure as detailed in the document (excluding details/annexure comprising the
Financial bid) are to be enclosed in the technical bid. EOI Documents will be disqualified, if
submission of the financial bid/details found in the technical bid.
Note: One Bidder is allowed to submit only one presentation as per concept / design. Bids without
document fee, earnest money and undertaking will be summarily disqualified.
Prospective bidders/agencies that are not able to prove their capability (as per eligibility criteria)
through the required documents submitted will be considered as non responsive bid.
99
SECTION –6
6. TECHNICAL & FINANCIAL BID OPENING AND EVALUATION
6.1. OPENING OF THE TECHNICAL BIDS BY EMPLOYER
First of all envelope containing Earnest Money of Rs. 24,50,000/- in a separate form of DD
drawn on any nationalized in a form of Demand draft drawn on any Nationalized Bank or
HDFC/ICICI/AXIS/IDBI bank payable at Gandhinagar, drawn in favor of Tourism Corporation of
Gujarat Ltd., Gandhinagar. Technical Proposal not containing the EMD and EOI Document fee
will be out-rightly rejected.
a. If envelope doesn’t contain above DD, the offer shall not be considered valid and shall stand
rejected and other envelopes shall not be opened and shall be sent back to the address
mentioned in the bid envelope.
b. The Employer will open Bids of all the bidders in the presence of Bidders representatives
who choose to attend the opening in the office of:
TOURISM CORPORATION OF GUJARAT LTD.,
Nigam Bhavan, Sector 16 ,
Nr. GH 4 ½ Bus Stand,
Gandhinagar - 382 016, Gujarat
c. The time and date as specified under relevant clause of the Contract data at the same
address.
d. Bidder’s representatives shall sign a register as proof of their attendance. In the event of the
specified date of Bid opening being declared a holiday for the TCGL, the Bids shall be
opened at the appointed time and location on the next working day, or otherwise intimated.
The bidder shall nominate only one representative to attend the Bid opening on his behalf.
Name, Authenticated Passport size photographs, designation and relationship with the bidder
of such nominated persons along with their attested signatures should be given along with the
Bid. No person other than nominated persons shall be permitted to attend Bid opening.
e. Bidders’ name, Bid modifications or withdrawals, the presence or absence of requisite EMD
and other such details as the TCGL, at its discretion, may consider appropriate, will be
announced at the opening.
f. Bid (and modifications sent pursuant to relevant clause) that are not opened and read out at
Bid opening will not be considered for further evaluation, regardless of the circumstances.
g. The TCGL will prepare minutes of the Bid opening for his own records.
6.2. TECHNICAL EVALUATION
The TCGL will carry out a detailed evaluation of the bids previously determined to be
substantially responsive in order to determine whether the technical aspects are in accordance
with the requirements set forth in the Bid Documents. The data called for the detailed evaluation
is given in relevant clause in order to reach such a determination, the TCGL will examine and
compare the technical aspects of the Bids on the basis of the information supplied by the
Bidders, taking into account the following factors;
a. Overall completeness and compliance with the TCGL’s requirements; deviations
from the TCGL’s Requirements to the Bid and those deviations not so identified;
100
b.
c.
suitability of the works offered in relation to the environmental and climatic conditions
prevailing at the Site; and quality, function and operation of any process control
concept included in the Bid. That does not meet minimum acceptable standards of
completeness; consistency and detail will be rejected for non- responsiveness. A of
specified performance criteria by the works.
Any other relevant factors, if any, listed in the Bid Data Sheet, or that the TCGL
deems necessary or prudent to take into consideration.
Additionally TCGL may ask selected bidders to present the proposed theme.
6.3. CONTACTING THE TCGL
a. Subject to this clause, no bidder shall contact the TCGL on any matter relating to its bid,
from the time of the bid opening to the time the Contract is awarded.
b. Any effort by a bidder to influence the TCGL in the decisions in respect of bid evaluation
or Contract award shall result in the rejection of that bidder’s bid.
6.4. TCGL’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY / ALL BIDS
a. The TCGL reserves the right to accept or reject any bid and to annul the bidding process
and reject all bids at any time prior to award of contract, without thereby incurring any
liability to the affected bidder or bidders or any obligation to inform the affected bidder or
bidders of the grounds for the TCGL’s action.
b. The EOI Document is likely to be rejected if on opening it is found that:
i. The bidder has not strictly followed the procedure laid down for submission of EOI
Document.
ii. Any page or pasted slips are missing.
iii. The bidder has not signed the forms and documents.
iv. The bidder has specified any additional condition.
v. The bidder has not attached the addendum to the main EOI Document form as stated
in EOI Document Conditions.
vi. The bidder has quoted financial offer anywhere other than specified in Financial Bid.
6.5. OPENING OF ONLINE PRICE PROPOSALS
a. The bidder’s names, the Bid Prices, the total amount of each bid, and discounts and such
other details as the TCGL may consider appropriate, will be announced and recorded by
the TCGL at the opening. The bidder’s representatives will be required to sign this record.
b. The TCGL shall prepare minutes of the bid opening, including the information disclosed to
those present in accordance with this Sub-Clause.
6.6. PROCESS TO BE CONFIDENTIAL
Information relating to the examination, clarification, evaluation and comparison of bids and
recommendation for the award of a contract shall not be disclosed to bidders or any other
persons not officially concerned with such process until the award to the successful bidder has
been announced. Any effort by a bidder to influence the TCGL’s, processing of bidders or award
decisions may result in the rejection of the bidder’s bid.
6.7. CLARIFICATION OF PRICE PROPOSALS AND CONTACTING THE TCGL
a. To assist in the examination, evaluation and comparison of price proposals, the TCGL may,
at its discretion, ask any bidder for clarification of their bids including break-up of prices/rates.
101
The request for clarification and the response shall be in writing or by cable, but no change in
the price or substance of the bid shall be sought, offered or permitted except as required to
confirm the correction of arithmetic errors discovered by the TCGL in the evaluation of the
bids in accordance with relevant clause.
b. However, as a result of clarifications obtained on their technical data, if the TCGL desires to
modify any of the stipulation/condition, he will write to all the bidders with a request to submit
their price tags for such changes in a separate sealed envelope; which shall be opened and
evaluated along with their original financial statements.
c. Subject to relevant sub-clause, no bidder shall contact the TCGL on any matter relating to its
bid from the time of opening of price proposals to the time the contract is awarded. If the
bidder wishes to bring additional information to the notice of the TCGL, it should do so in
writing.
d. Any effort by the bidder to influence the TCGL in the TCGL’s evaluation of price proposals,
bid comparison or contract award decisions may result in the rejection of the bidder’s bid.
6.8. CORRECTION OF ERRORS
a. Price Proposals determined to be substantially responsive will be checked by the TCGL
for any arithmetic errors. Arithmetic errors will be rectified on the following basis:
If there is discrepancy between total bid amount and summary of total cost of all
components/parts, then the following will be procedure.
i. Where there is discrepancy between the rates in figures and in words, whichever is
less shall govern
ii. Where there is discrepancy between the unit rate and the line item total resulting from
multiplying the unit rate by the quantity, the unit rate as quoted will govern.
iii. If the total amount of bid quoted is less than actual summation of cost of all the
components/parts as the case may be, then the total quoted amount shall govern and
difference between the actual summation and amount quoted shall be considered as
a discount.
b. The amount stated in the Form of bid for Price Proposal will be adjusted by the TCGL in
accordance with the above procedure for the correction or errors and, shall be considered
as binding upon the bidder. If the bidder does not accept the corrected amount of bid, its
bid will be rejected, and the EMD may be forfeited in accordance with relevant clause.
6.9. COMPARISON OF PRICE PROPOSALS
a. The TCGL will evaluate and compare only the bids determined to be substantially
responsive in accordance with relevant clause.
b. The TCGL’s evaluation of a bid will take into account, in addition to the bid prices
indicated in the Schedule of Prices, the following costs and factors that will be added to
each Bidder’s bid price in the evaluation using pricing information available to the TCGL,
in the manner and to the extent of the requirement of the TCGL.
i. If the price stated is not realistic the bid is liable to be rejected.
ii. Compliance within the time schedule called for in the Appendix to Price Proposal
within and evidenced as needed in a milestone schedule provided in the bid;
iii. The functional guarantees of the facilities offered against the specified performance
criteria of the plant and equipment; and
iv. The extra cost of work, services, facilities etc., required to be provided by the
TCGL of third parties.
102
c. The TCGL reserves the right to accept or reject any variation or deviation and other
factors, which are in excess of the requirements of the bidding documents or otherwise
result in the accrual of unsolicited benefits to the TCGL, may not be taken into account in
bid evaluation.
i. The estimated effect of the price adjustment provisions of the Conditions of Particular
Application, applied over the period of execution of the Contract, shall not be taken
into account in bid evaluation.
ii. If the bid of the successful bidder is substantially below the TCGL’s estimate for the
contract, the TCGL may require the bidder to produce detailed price analysis to
demonstrate the internal consistency of those prices.
d. The TCGL reserves the right to reject, will call for submission of new Price Proposals. In
order to allow comparison on a common basis, each Price Proposal will be carefully
scrutinized in accordance with the procedure outlines in relevant Clauses.
EVALUATION / SELECTION CRITERIA
The EOI is lowest price based selection criteria (L-1 basis):
The lowest cost offered bidder should be awarded the order.
Bidder to achieve minimum 80 marks in technical bid which will be considered as eligible to
open price bid.
(a) Technical Bid: The total marks obtained out of 100marks in technical bid should
be minimum of 80 marks, which will be considered as eligible to open price bid for further
evaluation of L1 bidder.
(b)Financial Bid: The lowest financial bid would be the best financial bid and shall be awarded
order after negotiation by the TCGL.
Agency/Prospective Bidder has to secure minimum 80marks from the above technical
evaluation criteria failing which the agency will be disqualified and their financial bid will not
be opened.
On the b a s i s of the technical a s se ssm ent , a g e n c i e s s e c u r i n g t h e m i n i m u m qualifying
marks will be shortlisted and the financial packets of only the shortlisted agencies will be opened,
in the presence of authorized representatives of the agencies. The date and time of opening of the
financial bids will be conveyed to the selected agencies.
The bidder who offers the lowest cost bid will be called for negotiations/discussions for Turnkey
work of Design, Supply, Installation, Testing and Commissioning of Laser Show with HD
projection on Aqua Screen, Sound System, Light effects, Pyro Color Flame & Musical
Fountains at New Gomti-Ghat, Dwarka.
103
SECTION -7
Terms of Payment: No advances will be paid for any kind of work to be executed. Payments will
be made on the progress basis on the percentage of total project cost as per the schedule below.
STAGES OF PAYMENT:
All the payments made as indicated below should be treated as advance payment which shall be
given only against irrevocable bank guarantee of 50% value of the payment under consideration
from nationalized bank and as per approved format. On completion of the project the balance
amount, if any, shall be released after Third Party Certificate for detail cost & quality report, after
duly considering actual services rendered by bidder and subject to timely availability of such
services with desired quality.
The stages of payment shall be as under:
PAYMENT FOR PROJECT:
1. 5%- Advance payment at the time of approval of Design, Drawing, Concept, DBR, BOQ,
Data sheet, SLD of Laser Show Project.
2. 5%- Payment after receipt of the script with dramatized version of production, approval by
concerned authorities
3. 10% - Payment after completion of voice recording/ mixing of music & translating the script
into other language to the satisfaction of TCGL.
4. 10%- Payment against receipt of material on site, subject to verification and
recommendation for detail approved BOQ as per site requirement.
5. 50% - Payment after civil/structural/electrical/Mechanical, Structural work completion at
site.
6. 10%- Payment after the installation, trial run/soft commissioning and handing over.
7. 10% - Payment after the successful running of show for 3months & after submission of
performance bank guarantee of equal amount valid till defect liability period of five years
from the date of commissioning and handing over.
PAYMENT FOR O&M CHARGES:
a) Payment for Operation and Maintenance (5 Years) will be done on quarterly (3 months)
basis on the yearly charges as offered by the bidder.
b) Operation and Maintenance (5 Years) chart to be made, in which the details like – date,
show time, numbers of viewers, ticket amount, ticket serial number and total amount
collected to be maintained in triplicate copy, which should be seal and signed by local
TCGL/Trust officer on weekly basis.
c) One copy to be submitted at local TCGL/Trust, one copy should be submitted with the
quarterly O&M bill to TCGL, Gandhinagar office for payment, with verification &
recommendation letter from local TCGL/Trust officer.
All payments shall be made on receipt of valid bills along with all supporting documents. The
payments shall be made in INR only and by TCGL office at Gandhinagar.
For delay in delivery of goods/services as per the requirements, TCGL reserves the right to impose
penalty/penalties on the agency as stipulated in EOI Document.
104
SECTION–8
ADDITIONAL INFORMATION
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Ticketing, administration and security management will be designed, executed &
managed by bidder.
Seating arrangement for tourist as per site condition with entry, exit and waiting area
will be in scope of bidder.
Show Ticket charge –collection of cash amount will be collected & recorded by
bidder and the collected amount will be given to bidder for their routine maintenance
expenses with TCGL/ASI/Trust written approval.
The cost of ticket, numbers of shows and with the time interval etc. should be
approved by TCGL/ASI/Trust.
The operation of the entire show for the first year is included in the cost of defect
liabilities. Bidder to operate the show including maintenance for first 12 months
without any additional charge.
The prospective bidder has to install the show within the budgeted estimated cost as
indicated. In case the financial proposal exceeds the limit of Rs. 24,49,68,050/- Cr. the
offer would be negotiated or rejected.
The selected bidder should be open to do minor modifications in the design and
concept including the technology with hardware, if required.
The project cost should include all duties, taxes, levies, VAT, WCT, Service Tax etc.
& also operation & maintenance cost for 5 years.
Any reduction in the quantities of the hardware equipment in the final project
conceived found to be less than the minimum quantity mentioned/ agreed in the EOI
Documents, will attract deduction of actual amount for the quantities found lesser
based on the bill of entry or pro-for main voice.
The bidder should ensure the equipment should be of latest technology and
comparable with international standard with reputed brand.
The bidder will visit the site of the project at his own cost and the prelimin ary
expenses of research, concept and simulation for the presentation etc. will be borne
by him. However, TCGL will assist and co-ordinate the entry and permission to the
site.
Any equipment/material damaged before the 5 years of contract tenure, the
replacement and risk etc. to be borne by the bidder.
All risk, including terrorism risk, bidder’s insurance policy, for the contract amount to
be taken by the bidder, beneficiary TCGL up to 5 years of contract period for the
hardware works, civil, electrical works, etc. (all engineering associated works), third
party and workman compensation policy of workers working at site.
All equipment supplied and installed and workmanship of the work done shall be
guaranteed for 60 months from the date of completion and ha nding over of the work.
15. The defects if any noticed during the period shall be immediately rectified failing,
which the firm shall be liable for action by the TCGL.
16. All software, proprietary of script and design shall exclusively be right of TCGL &
shall not be utilized at anywhere else.
17. Statutory variation if any during the currency of the contract shall be paid
extra/recovered on production of documentary evidence.
105
18. The successful bidder will notify the Nodal Officer who is well versed with aesthetic
& technicality of the project for proper coordination with TCGL.
19. Liquidated damages for delay – 0.05% of the contract amount subject to maximum
of Rs.10, 000/- per week or part thereof. The total liquidated damages of delay
should be subject to an overall maximum of 5% of the contract amount. In case, the
agency is not able to perform as per the satisfaction of the TCGL or in case of in ordinary delay, the TCGL reserves the right to terminate the Contract and the firm
will be liable to compensate for the loss.
20. The TCGL/ASI/Trust will provide storage space to the agency for storage of
equipment etc. However, safety and security of the space and equipment shall be
the responsibility of the bidder.
21. Bidder will arrange Water & Electricity required for execution of pr oject. The power
cost for permanent running of the show will be borne by the bidder - every month as
per local electricity company demand note/bill.
22. The bidder shall be solely responsible for complying with all provisions of EPF &
Misc. Provisions Act 1952 and ESI Act, relating to manpower engaged for this
project and in the project of any liability on TCGL by virtue of its being principal
employer due to failure of the bidder to comply with the said Act, the bidder shall
indemnify and reimburse the amount payable by TCGL on this account.
23. If at any time during the execution/operation of work, the agency is unable to
proceed with work and is not responsive to the requests and notices of the TCGL to
continue work, the TCGL reserves the right to get the work completed at the risk
and cost of the bidder. The bidder shall, in addition, indemnify the TCGL for the
loss suffered by the TCGL as a result of his failure to proceed with the work.
24. It may be ensured that only top class vendors for any/all activities or it ems to be out
sourced are engaged by the bidder. Each and every item and service
provided/rendered is to be of excellent quality and conform to International
standards/specifications/practices of quality failing which they are liable for rejection
at no costs there on.
25. All items and services are also to conform to International safety standards /
standards as lay down by local Authorities.
26. The guidelines of the local land form an integral part of the EOI Document and need
to be complied with in all respects.
27. It is the responsibility of the bidder to have the approvals, layout design plans, scale
drawings, electrical plans, permission and approval from Local authorities of any
kind required to implement the show etc. TCGL will provide necessary
documentation as required for the above. Liasoning, follow up would be
responsibility of the successful bidder.
28. The offer submitted should be complete in all respects. It is mandatory to bid for the
entire scope of work in this document. Incomplete/conditional offers shall not be
considered for evaluation and are liable for outright rejection. Offers not fulfilling
any of the conditions are liable for rejection.
29. TCGL reserves the right to scrap the EOI Document without assigning any
reason what so ever. TCGL reserves the right to reject any bid without assigning
any reason whatsoever.
30. The decision of TCGL shall be final. The bidder shall be bound by the terms and
conditions of this document and shall not raise any objection on the same once the
EOI Document is executed.
31. Submission of a bid is an acceptance on the part of the bidder to conform to the
106
32.
33.
34.
35.
36.
37.
38.
39.
rules and regulations of (all) Statutory Agencies /Authorities and the Law of the
Land in all respects. The bidder must be careful to read and understand the terms
and conditions of the EOI Document.
Safe material shall be used with adequate and requisite provisions for covering
exigencies etc. No compromise on safety standards shall be accepted. The area
shall be sturdy and safe in all respects to avoid any misshape. It is the responsibility
of the bidder that all factors have been properly investigated and considered while
submitting the bid.
All the material provided should be of a quality befitting the status of the show. If it
is found that sub-standard material is used, payment for the same will not be
released. The selected bidder shall have to complete the entire job by the time
schedule indicated in this document.
All liabilities including claims, insurance, legal etc. shall also be settled by the
bidder, awarded the contract. TCGL and / or its clients shall be indemnified of any
such claim/s. The selected bidder will reimburse all such contribution, expenses &
all other charges/liability to which TCGL may be held liable in connection with the
execution of work by the Authorities/Court compensation for the purpose under the
provision of any of the laws, social legislation in force as on date or which may be
made applicable subsequently.
The bidder will ensure the presence of their liaison teams, technica l teams, etc. at
site during execution of works at site.
The bidder should preferably have suitable infrastructure in or around site by
dedicated associates to execute the approved design. Bidder shall have to enclose
documentary evidence in support of the details concerning he dedicated associates.
Patent Right etc.: The contractor shall fully indemnify the TCGL against all actions,
suits, claims, demands, costs, charges and expenses arising from or incurred by reason
of any infringement or alleged infringement, of any letters patent, design, trade mark or
name copyright or other protected rights in respect of any machine, system, work
materials thing or system or method of using, fixing, working or arrangement used or
fixed or supplied by the contractor but this indemnity shall not extend or apply to any
action, suit, claim, demand, cost charges, or expenses arising from or incurred by reason
of the use of the work or any part thereof otherwise than in the manner or for a purpose
contemplated by the contract. All royalties and other similar payments, which may have
to be paid for the use of any machine, system, work, material, thing, system, or method
as a foresaid (Whether payable in one sum or by installments or otherwise) shall be
covered by the contract price and payable by the contractor.
In the event of any claim or demand being made or action or suit brought against the
TCGL in respect of any such matter or matters as all negotiations for the settlement of
such claim or demand and such action a foresaid the contractor shall be duly notified,
thereof, and he shall conduct or suit also be conducted by him subject if and so far as the
TCGL shall think proper under the Supervision & Control of TCGL through the officer duly
authorized on his behalf.
Sub-letting of Contract: The contractor shall not without the consent in writing of the
TCGL, assign or sublet the contract nor make any sub contract with any person or
persons for the execution of any portion of the work other than for materials, or for any
part of the work of which the manufacturers are named on his contract.
Workmanship and Materials: The work shall be carried out in all respects with
workmanship and materials of the best and most substantial and approved qualities to
the entire satisfaction of the TCGL who may reject any system, apparatus of material or
107
workmanship which shall in his opinion be of defective quality and such rejection to be
final and conclusive. The Contractor shall at his own expenses provide all material,
labour, haulage, power, tools, tackles and apparatus necessary to execute and complete
the works and system in the manner a foresaid.
40. Use of Work Pending Completion: The TCGL shall be at liberty any time to put into
beneficial use the whole or any part of the work he may desire to use pending the formal
completion and taking over of the same.
41. Power to vary or omit work: TCGL shall have full power, subject to the provision next
herein after contained, from time to time before the works have been taken over by notice
in writing to order the contractor to alter, amend, omit, and to or otherwise vary any work,
and any such order shall be without prejudice to the liability of the contractor under the
contract and the contractor shall carry out any alterations, amendments, omissions,
additions or variations so ordered and he be bound in carrying them out by the same
conditions (as far as possible) as though they said alternations, amendments, omissions,
additions or variations, so ordered as aforesaid shall be difference of cost (if any)
occasioned by any alternations, amendments shall be, added to or deducted from the
contract price, as the case may require. The amount of such difference (if any) shall
subject to the provision herein after contained be as certained and determined in
accordance with rates specified in the schedule of price, so far as the same shall be
applicable, but the TCGL shall not become liable for payment of any change in respect of
any such alternations, amendments, omission, additions or variations unless the order of
instructions for the performance of the same shall have been given in writing by the
TCGL.
42. Validity of EOI Document: EOI shall remain valid for acceptance for a period of
90days (Ninety days) from the date of opening of Technical bid.
43. Termination by default: TCGL reserves the right to terminate the contract of any
agency in case of change in the Government procedures or unsatisfactory services.
44. Risk–Purchase Clause: If the agency, after submission of EOI Document and the
acceptance of the same, fails to abide by the Terms and Conditions of the EOI
Document or fails to complete the work within the specified time or at any time
repudiates the contract, TCGL will have the right to:
(a) Forfeit the EMD
(b) Forfeit the Performance Security.
(c) Impose liquidity damage for the delay in completion of the work.
(d) In case of completion of balance / entire work through alternative sources at a price
higher than the original contract amount, the agency will pay the balance amount to
TCGL.
(e) For all purposes, the work order accepted by the bidder and issued by the TCGL will
be considered as the formal contract.
45. Arbitration: Except where otherwise provided for in the contract all questions and
disputes relating to the meaning of the specifications, designs, drawings and
instructions herein before mentioned and as to the quality of workmanship or
materials used on the work or as to any other question, claim, right, matter or thing
whatsoever in any way arising out or
relating to the contract, designs,
specifications, estimates, instructions, order or these conditions or otherwise
concerning the works, or execution or failure to execute the same whether arising
during the progress of the work or after the completion or abandonment thereof shall
be referred to the sole arbitration of the Chairman or Managing Director of the
Tourism Corporation of Gujarat Limited or any other person appointed by them, the
108
46.
47.
48.
49.
50.
51.
52.
53.
54.
55.
same shall be resolved through arbitration under the Arbitration & Reconciliation
Act,1996 as amended till date. The award of the Arbitrator shall be final, conclusive
and binding on all parties to this contract.
Jurisdiction: The contract shall be governed by the Laws of India and jurisdiction of
courts for legal issue will be Gandhinagar/Ahmedabad.
Force Majeure: Neither party will be liable in respect of failure to fulfill its
obligations, if the said failure is entirely due to Acts of God, Governmental
restrictions or instructions, natural calamities or catastrophe, epidemics or
disturbances in the country. The party affected by projector Force Majeure will
immediately notify the other party of such a project and will also notify the unaffected
party on cessation of disability resulting from such Force Majeure act.
All future corrigendum, addendum including notice for pre bid meeting (if any) etc.
pertaining to this EOI Document shall be notified ONLY on the website
www.gujarattourism.com and www.nprocure.com
TCGL will return the earnest money, where applicable, to every unsuccessful bidder
after finalization of the EOI Document and award of work.
This notice of EOI Document shall form part of the contract documents.
The use of whitener/eraser in this EOI Document is prohibited cases. If any
correction becomes of necessary, the same should be done securing off originally
written rates & figures etc. and then rewriting should be done under initials of person
filling the EOI Document.
Two persons nominated by TCGL should be trained to operate the show.
Ownership: The Script written and its recording shall have the sole ownership of
TCGL and will not be utilized by the agency in any form.
Agreement: On award of work, the agency will enter into an agreement as per the
format and all communications including this EOI Document will be part of the
agreement documents.
The application complete in all respects as above should be put up in EOI
Document Box placed at TCGL’s office on Nigam Bhavan, Sector 16 ,Nr. GH 4 ½
Bus Stand, Gandhinagar-382016 OR the application may be sent by post to The
Managing Director, TCGL, Nigam Bhavan, Sector 16 ,Nr. GH 4 ½ Bus Stand,
Gandhinagar-382016. Last date of receipt of Bid is 13/08/2014 till 1400 hrs & shall
be opened at 1600 hrs the same day.
Tourism Corporation of Gujarat Limited
Signature
Designation: Marketing Manager/Executive Engineer
Date:
109
SECTION -9
Time Lines
Successful bidder has to follow the following time frame, so that works can be completed in
scheduled time.
Sr.
No
a)
Description of work
Design, drawing, concept, presentation, etc to be approved
from TCGL/Consultant (including the submission of DBR,
BOQ, data sheets as required)
b)
Joint discussions and workshop for amendment and approval Subsequently 1 week after submission of
of design, drawing, concept, presentation, etc.
design, drawing, concept, presentation, etc
g)
Placing of hardware orders for hardware equipment at site.
c)
Civil/Structural/Mechanical, Structural/Electrical work to be
started by agency working under lead partner.
d)
Research on script, writing and dramatization by the bidder
In co-ordination with TCGL Agency.
e)
Approval of the dramatized script by the bidder in coordination with TCGL Agency.
f)
Recording of the script in first language including mixing of
music.
h)
Content Generation, designing of the viewer’s gallery & control Subsequently 3 weeks
room and execution thereof.
i)
Delivery of hardware equipment at site &
Starting of cabling work and other work.
j)
k)
l)
nd
Translation & recording of 2 language including mixing of
music.
Positioning/Installation of hardware equipment, lights, etc.
Programming, system integration of sound, lighting and the
content generated
Timeframe
2 weeks from date of award of LOI /work order
Subsequently 3 week from LOI/work order.
Immediately after approval of design, drawing,
concept, presentation, DBR, BOQ, data sheets.
3 weeks from the date of award of LOI/work
order.
1 weeks including making necessary
amendments as by TCGL/Consultant
suggested, if any
Subsequently 2 weeks after approval of
dramatized script
Subsequently 2 weeks
Subsequently 2 weeks
Subsequently 2 weeks
Subsequently 2 weeks
m) Soft commissioning & other related misc. works
Subsequently 1 weeks
n)
Subsequently 1 weeks
Incorporation of suggestions if any
Total project time frame - 24 Week
110
DRAWINGS OF PROPOSED SITE
DRAWING: A
PROPOSED VIEW: (GOOGLE MAP)
111
DRAWING: B
PROPOSED DEVELOPMENT AT GOMTI GHAT-DWARKA
112
DRAWING: C
Proposed Location for Laser Show
113
DRAWING: C
ARCHITECTURAL STRUCTURE OF LASER SHOW
114
Download