116
1 RITES LTD TENDER AND CONTRACT DOCUMENT FOR Supplying, Assembling / Fixing & Placing in position FURNITURE in Annexe Buildings for SIS (School of International Studies), SSS-III (School of Social Sciences), SLL&CS (School of Language, Literature & Cultural Studies) & School of Computational & Integrative Science (SC&IS) at JNU, New Delhi. JULY 2012 TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012 TENDER DOCUMENT ISSUED TO : Name of Tenderer : _____________ Address of Tenderer : _____________ Signature of Officer issuing the Document with Designation and Date of issue : ________

TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

  • Upload
    lytu

  • View
    216

  • Download
    2

Embed Size (px)

Citation preview

Page 1: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

1

RITES LTD

TENDER AND CONTRACT DOCUMENT

FOR

Supplying, Assembling / Fixing & Placing in position FURNITURE in Annexe

Buildings for SIS (School of International Studies), SSS-III (School of Social

Sciences), SLL&CS (School of Language, Literature & Cultural Studies) & School

of Computational & Integrative Science (SC&IS) at JNU, New Delhi.

JULY 2012

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

TENDER DOCUMENT ISSUED TO : Name of Tenderer : _____________ Address of Tenderer : _____________ Signature of Officer issuing the Document with Designation and Date of issue : ________

Page 2: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

2

RITES LTD

TENDER AND CONTRACT DOCUMENT

Supplying, Assembling / Fixing & Placing in position FURNITURE in Annexe

Buildings for SIS (School of International Studies), SSS-III (School of Social

Sciences), SLL&CS (School of Language, Literature & Cultural Studies) & School

of Computational & Integrative Science (SC & IS) at JNU, New Delhi.

PART – 1 ( TECHNICAL BID )

JULY 2012

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

( A Govt. of India Enterprise ) CP DIVISION, RITES OFFICE COMPLEX-II ,

PLOT NO-144, SECTOR-44, GURGAON – 122001.

Page 3: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

3

RITES LTD.

TENDER AND CONTRACT DOCUMENT

CONTENTS

S.No. Details Page PART – 1 (Technical Bid) SECTION No 1 Notice Inviting Tender and Instructions to

Bidders. 4-49

SECTION No 2 Tender and Contract Form 50-53 SECTION No 3 Special Conditions / Specifications 54-105 SECTION No 4 Schedules A to F 106-112 SECTION No 5 Technical Specifications 113-114 SECTION No 6 Drawings 115-130 PART – 2 (Financial Bid)

SCHEDULE (BILL) OF QUANTITIES

ITEM RATE TENDER ABSTRACT OF COST OF ALL SCHEDULES

1

DETAILS OF QUOTED UNIT RATES AND AMOUNT – SCHEDULEWISE - SCHEDULES I TO X

21

PART -3

General Conditions of Contract *

SECTION No 7 Conditions of Contract SECTION No 8 Clauses of Contract SECTION No 9 RITES Safety Code SECTION No 10 RITES Model Rules for Protection of

Health and Sanitary Arrangements for Workers

SECTION No 11 RITES Contractor’s Labour Regulations *General Conditions of Contract 2011 (Compilation of Sections 7 to 11) is available with all correction slips upto date, in RITES website www.rites.com

Page 4: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

4

SECTION – 1.

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

( A Govt. of India Enterprise )

CP DIVISION, RITES OFFICE COMPLEX-II , PLOT NO-144, SECTOR-44, GURGAON – 122001.

Page 5: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

5

SECTION 1

NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS

1.0 GENERAL 1.1 TENDER NOTICE Tenders are invited by RITES Ltd., a Public Sector Enterprise under the Ministry of Railways, acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power of Attorney Holder, from working contractors (including contractors who have executed works within the last five years reckoned from the scheduled date of opening of tender) of Railways, CPWD, MES, DOT, RITES, State PWD or any other Central / State Government Undertaking, Municipal Body, Autonomous Body of Central/State Governments or Public Ltd., Co. listed on BSE/NSE for the work of “Supplying, Assembling/Fixing & Placing in position FURNITURE in Annexe Buildings for SIS (School of International Studies), SSS-III (School of Social Sciences), SLL&CS (School of Language, Literature & Cultural Studies) & School of Computational & Integrative Sciences (SC&IS) at JNU, New Delhi.” 1.2 ESTIMATED COST OF WORK.

The work is estimated to cost Rs 7,17,02,748.00 ( Rupees Seven Crore, Eighteen Lacs, Twenty Thousand & Three hundred eighteen only) based on Market rate. This Estimate, however, is given merely as a rough guide. 1.3 TIME FOR COMPLETION.

The time allowed for completion will be 6 Months from the date of start which is defined in Schedule F under Clause 5.1a of Clauses of Contract.

1.4 BRIEF SCOPE OF WORK :

The work includes the supply, assembling, fixing & placing in position Furniture for the following Annexe Buildings as under : i. SIS (School of International Studies) ii. SSS-III ( School of Social Studies-III) , iii. SLL&CS (School of Language, Literature & Cultural Studies ) & iv. SC&IS ( School of Computational & Integrative Sciences). All aspects of Manufacture, Supply, Installation including site alignment, testing & commissioning of Furniture are within the scope of work. The scope of work also includes display of one sample of the following items mentioned below as per Price bid / as per tender line diagram to be displayed at JNU site in Anexe Building SSS-III on 15th Day of Submission of Tender. i. Faculty Table with return unit (Item No-1) ii. Storage unit (Item No-3) , iii. Chair Faculty (Item No-5), Chair visitor (Item No-6), Chairperson’s Chair (Item

No-7), Chairperson’s visitor chair (Item No–8), Chair with Desklet (Item No-9) & Conference Chair (Item No-10) .

iv. Sofa for Faculty 2 seater (Item No-14)

Page 6: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

6

v. Two Seater Desk for Students (Item No–27) vi. Workstation (Item No-34 iv) vii. Additional table for conference ( Item no- 39)

The colour / shade of table top / modesty panel etc for samples to be displayed shall be as under : Steam beech & Black for Faculty table, Grey for storage unit, Midnight blue for chairs & Sofa set, Workstation Dark Grey. The above samples shall be transported & displayed in Anexxe building (SSS-III) in JNU, New Delhi by the tenderer at his own cost. The samples will be inspected by a committee comprising of JNU & RITES for approval of furniture for their adherence to Specifications, line diagram, Elegance, Aesthetics, & Workmanship. The decision of the committee will be final & binding. During the approval of samples any minor change in design to improve the furniture should be incorporated without any variation in price.

1.5 AVAILABILITY OF SITE : The site for the work is available.

QUALIFICATION CRITERIA TO BE SATISFIED

2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.

2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether Normal or Large. Normal Works are those costing upto Rs.30 Crores each and Large Works are those costing more than Rs.30 Crores. The work for which the Tender is being invited falls under the category of Normal area.

2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in

Normal area or Difficult area. Difficult area includes North East States, Jammu & Kashmir, Jharkhand, Chattisgarh and Andaman & Nicobar Islands. Normal area covers all areas other than Difficult area. The work for which this Tender has been invited falls under Normal area.

2.4 In this Tender Joint Venture is not allowed. In case Joint Venture is allowed the following will apply : a) DELETED. b) DELETED.

2.5 The documents to be furnished by the Bidder to prove that he is satisfying the

Qualification Criteria laid down should all be in the Bidder’s name, except in cases where though the name has changed, the owners continued to remain the same and in cases of amalgamation of entities.

3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON

QUALIFICATION CRITERIA 3.1 Other than Joint Ventures

The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing the documents mentioned therein/listed in para 1(a) of Annexure IA.

Page 7: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

7

3.2 Joint Ventures (For Large Works) NOT APPLICABLE. 3.3 Joint ventures (For Normal Works) NOT APPLICABLE.

4.0 CONTENTS OF TENDER DOCUMENT 4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and

addenda issued in accordance with para 7 : PART – 1 :- Technical Bid Packet ( Read with Correction Slip No–1 to 2) Section 1 Notice Inviting Tender and Instructions to Tenderers.

Section 2 Tender and Contract Form. Section 3 Special Conditions. Section 4 Schedules A to F Section 5 Technical Specifications Section 6 Drawings

PART – 2 :- Financial Bid Packet

Schedule of Quantities (Bill of Quantities) PART – 3:- General Conditions of Contract

( read with correction Slip Nos. 1 ) Section - 7 Conditions of Contract Section - 8 Clauses of Contract Section - 9 RITES Safety Code Section -10 RITES Model Rules for protection of Health and Sanitary arrangements for Workers Section 11 RITES Contractor’s Labour Regulations

4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date correction slips is also available in RITES website <www.rites.com>

5.0 ISSUE OF TENDER DOCUMENT 5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para 4.1

above can be seen in the office of the AGM ( Tender Cell ), 3rd Floor, RITES Office Complex –II, No-144, Sector-44, Gurgaon- 122001 between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and Public Holidays.

5.2 One set of Tender Document may be purchased from the office of AGM (Tender Cell ),

3rd Floor, RITES Office Complex–II, No-144, Sector-44, Gurgaon- 122001 from 03.08.2012 to 17.08.2012 for a non refundable fee per set of Rs 7,500.00 (Rupees Seven Thousand Five Hundred only) in the form of Demand Draft/ Pay Order/ Banker’s cheque drawn on any Scheduled Bank payable at Gurgaon or New Delhi in favour of RITES Ltd. Gurgaon, on submission of an application.

5.3 Tender Documents including drawings can also be downloaded from RITES Website

(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender

Page 8: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

8

documents along with submission of tender, failing which his tender shall not be opened. The cost of tender documents shall be deposited in the form of a separate Banker’s cheque / Demand Draft / Pay Order and enclosed in the envelope containing the Earnest Money Deposit. The amendments / clarifications to the Tender documents will also be available on the above website.

5.4 Tender Documents downloaded from RITES website shall be considered valid for

participating in the tender process. During the scrutiny of downloaded tender document, if any modification/correction etc. is noticed as compared to the original documents posted on the website, the bid submitted by such a Tenderer is liable to be rejected. In case the bid of a Tenderer who has downloaded the document from website is accepted the contract shall be executed in the original / manual tender document issued by the concerned RITES officer.

5.5 Clarifications on Tender Documents A prospective Tenderer requiring any clarification on the Tender Document may notify AGM (Tender Cell), 3rd Floor, RITES Office Complex–II, No-144, Sector-44, Gurgaon-122001 in writing or by telefax/ or by E-mail at the following Postal Address / Fax No ./ E-mail address : 0124 -2728371.

6.0 PRE-BID MEETING 6.1 The Tenderer or his official representative is invited to attend a pre-bid meeting which

will take place at the Office of AGM (Tender Cell), 3rd Floor, RITES Office Complex–II, No-144, Sector-44, Gurgaon-122001 on 13.08.2012 at 14.30 Hours.

6.2 The Tenderers are required to submit any question on issues relating to the tender, in

writing or by telefax or by E-mail so as to reach AGM (Tender Cell ), 3rd Floor, RITES Office Complex–II, No-144, Sector-44, Gurgaon- 122001 not later than 3 (three) days before the date fixed for the meeting.

6.3 The purpose of the meeting will be to clarify the issues raised and to answer

supplementary questions on such issues. 6.4 Minutes of the meeting including the text of the questions raised (without identifying the

source of enquiry) and the responses given will be uploaded on RITES website. Any modifications of the Tender Document which may become necessary as a result of the Pre-bid Meeting shall be made exclusively through the issue of an Addendum / Corrigendum and not through the Minutes of the Pre-Bid Meeting. The Minutes of the Meeting as described above and the Addendum / Corrigendum, if any, will be uploaded on RITES website only.

6.5 Non-attendance at the Pre-bid Meeting will not be a cause for disqualification of a

tenderer.

Page 9: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

9

7.0 AMENDMENT OF TENDER DOCUMENT 7.1 Before the deadline for submission of tenders, the Tender Document may be modified by

RITES Ltd. by issue of addenda/corrigendum. Issue of addenda / corrigenda will however be stopped 7 days prior to the deadline for submission of tenders as finally stipulated.

7.2 Addendum/corrigendum, if any, will be hosted on website only and shall become a part of

the tender document. All Tenderers are advised to see the website for addendum/ corrigendum to the tender document which may be uploaded upto 7 days prior to the deadline for submission of Tender as finally stipulated.

7.3 To give prospective Tenderers reasonable time in which to take the addenda/ corrigenda

into account in preparing their tenders, extension of the deadline for submission of tenders may be given as considered necessary by RITES.

8.0 TENDER VALIDITY 8.1 The Tender shall be valid for a period of 90 days from the due date for submission of

Tender or any extended date as indicated in sub para below. 8.2 In exceptional circumstances, during the process of evaluation of tenders and prior to the

expiry of the original time limit for Tender Validity, the Employer may request that the Tenderers may extend the period of validity for a specified additional period. The request and the tenderer’s response shall be made in writing. A Tenderer may refuse the request without forfeiting his Earnest Money. A Tenderer agreeing to the request will not be permitted to modify his Financial Bid to a higher amount but will be required to extend the validity of the Earnest Money for the period of the extension.

9.0 EARNEST MONEY 9.1 The Tender should be accompanied by Earnest Money of Rs 7,17,000.00 ( Rupees

Seven Lacs Seventeen Thousand only) in any of the forms given below :- Banker’s Cheque / Pay Order/ Demand Draft payable at Gurgaon or New Delhi , drawn

in favour of RITES Ltd. 9.2 Any Tender not accompanied by Earnest Money in an acceptable form shall be rejected

by the Employer as non-responsive. 9.3 Refund of Earnest Money

a) Two Packet System

The Earnest Money of the Tenderers whose Technical Bid is found not acceptable will be returned without interest soon after scrutiny of Technical Bid has been completed by the Employer subject to provisions of Para 9.4 (b). The Earnest Money of the Tenderers whose Technical Bid is found acceptable but Financial Bid is rejected will be returned without interest within 28 days of the end of Tender Validity Period subject to provisions of Para 9.4 (b).

Page 10: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

10

b) Single Packet System DELETED. c) In case of both Two Packet and Single Packet System, the Earnest Money of the successful Tenderer, without any interest, will be adjusted as a part of the Security Deposit payable in terms of provisions in the General Conditions of Contract (Clause 1A of Clauses of Contract).

9.4 The Earnest Money is liable to be forfeited

a) if after bid opening, but before expiry of bid validity or issue of Letter of Acceptance, whichever is earlier, any Tenderer i) withdraws his tender or

ii) makes any modification in the terms and conditions of the tender which are not

acceptable to the Employer.

b) in case any statement/information/document furnished by the Tenderer is found to be incorrect or false.

c) in the case of a successful Tenderer, if the Tenderer

i) fails to furnish the Performance Guarantee within the period specified under Clause 1 of “Clauses of Contract”. or

ii) fails to commence the work without valid reasons within the period as specified in

Schedule F after the date of issue of Letter of Acceptance or from the first date of handing over of the site, whichever is later.

In case of forfeiture of E.M. as prescribed hereinabove, the Tenderer shall not be allowed to participate in the retendering process of the work.

10.0 ALTERNATIVE PROPOSALS BY THE TENDERERS

The Tenderers shall submit offers which comply strictly with the requirements of the Tender Document as amended from time to time as indicated in Para 7.0 above. Alternatives or any modifications shall render the Tender invalid.

11.0 SUBMISSION OF TENDER 11.1 Two Packet System and Single Packet System (a) Two Packet System The tenderer shall submit the Tender in original in two packets as under :-

Page 11: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

11

PACKET A :- TECHNICAL BID Envelope 1 Earnest Money & Cost of Tender Document if the bid is

submitted on the document downloaded from RITES website

Envelope 2 “Authority to Sign”, ‘Integrity Pact’ (when applicable) and Qualification Information along with all enclosures / documents as per Letter of Transmittal/ Checklist given in Annexure II A/ II B (L)/IIB(N). As regards “Authority to Sign” Para 11.2 below may be referred to. As regards ‘Integrity Pact’, para 11.7 below may be referred to.

Technical Bid (Part 1 and Part 3) (Refer Para 4.1) including signature on Tender Form (Section 2) duly witnessed after filling up blanks therein. Each page of the above documents including all Drawings should bear the dated initials of the Tenderer along with the seal of the Company, in token of confirmation of having understood the Contents.

PACKET B :- FINANCIAL BID Envelope 3 Schedule/Bill of Quantities.

Each page of the Financial Bid (Part 2 – Refer Para 4.1) should be signed by the Tenderer along with the seal of the company. In the last page of Financial Bid, at the end, the Tenderer should sign in full with the name of the Company, Seal of the Company and Date. All rates and amounts, both in figures and words, must be written in indelible ink. Each Correction, Cutting, Addition and overwriting should be initialed by the Tenderer. The rates must be quoted in decimal coinage. Amounts must be quoted in full rupees by ignoring fifty paise and less and considering more than fifty paise as rupee one. If the same item figures in more than one section/part of Schedule of Quantities, the Tenderer should quote the same rate for that item in all sections/parts. If different rates are quoted for the same item, the least of the different rates quoted only shall be considered for evaluation of that item in all sections/parts of the Schedule of Quantities. Instructions contained in subsequent Para 17.6 (a) on “Item rate tender” and 17.6 (b) on “Percentage rate tender” may be carefully studied and complied with.

b) Single Packet System : DELETED. 11.2 Authority to Sign

a) If the applicant is an individual, he should sign above his full type written name and current address.

Page 12: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

12

b) If the applicant is a proprietary firm, the Proprietor should sign above his full type written name and the full name of his firm with its current address.

c) If the applicant is a firm in partnership, the Documents should be signed by all the partners of the firm above their full type written names and current addresses. Alternatively the Documents should be signed by the person holding Power of Attorney for the firm in the Format at Annexure IV.

d) If the applicant is a limited Company, or a Corporation, the Documents shall be signed by a duly authorized person holding Power of Attorney for signing the Documents in the Format at Annexure IV.

e) DELETED.

11.3 Items to be kept in mind while furnishing details

While filling in Qualification Information documents and the Financial Bid, following should be kept in mind : i) There shall be no additions or alterations except those to comply with the

instructions issued by the Employer or as necessary to correct errors, if any, made by the Tenderers.

ii) Conditional Offer / Tender will be rejected. Unconditional rebate / discounts in

the Financial offer will however be accepted. iii) The Employer reserves the right to accept or reject any conditional rebate /

discounts. While evaluating the Bid Price, the conditional rebates/discounts which are in excess of the requirements of the bidding documents or otherwise result in accrual of unsolicited benefits to the Employer, shall not be taken into account.

11.4 Sealing and Marking of Tenders

11.4.1 Two Packet System (a) PACKET A – TECHNICAL BID

Envelopes 1 & 2 as described in Para 11.1 (a) above should be sealed separately superscribing “Technical Bid” with Envelope Number, Name of the work and Name of the tenderer. In addition, the following should also be superscribed on the respective envelopes. Envelope 1 i) Earnest Money ii) Cost of Tender Document if the Bid is submitted on the document downloaded from RITES website. Envelope 2 i) Authority to Sign, ‘Integrity Pact’ (when applicable as per para 11.7 below) and Qualification Information/ documents as per checklist in

Page 13: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

13

Annexure IIA / IIB(L)/ II B (N). ii) Technical Bid including Drawings

Both the envelopes should be put in a packet which should be sealed. The following should be superscribed on the packet: i) Packet A – Technical Bid ii) Name of the Work iii) Name of the Tenderer

(b) PACKET B – FINANCIAL BID

Envelope 3 – Financial Bid should be put in Packet B which should be sealed. The following should be superscribed on the packet. i) Packet B - Financial Bid ii) Name of the work iii) Name of the tenderer

(c) Both packets A and B should be put inside an outer envelope and sealed. This envelope

should be superscribed with the following details:

i) Tender for (Name of work) ii) Tender number iii) Date and time of opening of Tender iv) From (Name of Tenderer) v) Addressed to : AGM (Tender Cell ), 3rd Floor, RITES Office Complex–II,

No - 144, Sector - 44, Gurgaon – 122001. 11.4.2 Single Packet System DELETED. 11.4.3 If the envelopes and packets are not superscribed and sealed as indicated in Paras 11.4.1/

11.4.2 above, the Employer will assume no responsibility for the misplacement or premature opening of the Tender.

11.5 Deadline for submission of Tender 11.5.1 Tenders must be received by the Employer at the following address not later than 14.00

Hrs on 22.08.2012. In the event of the specified date for the submission of the Tender being declared a holiday due to Strike/Bandh or on any account by the Employer, the Tenders will be received up to the appointed time on the next working day. Address for submission of Tender : AGM (Tender Cell ), 3rd Floor, RITES Office Complex – II, No - 144, Sector - 44, Gurgaon – 122001.

11.5.2 The Employer may extend the deadline for submission of Tenders by issuing an amendment in writing in accordance with Para 7.3 in which case all rights and obligations of the Employer and the Tenderer previously subject to the original deadline will be subject to new deadline.

Page 14: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

14

11.6 Late Tender / Delayed Tender Any Tender received by the Employer after the specified date and time of receipt of Tender will be returned unopened to the Tenderer.

11.7 Integrity Pact

(i) The Bidder/Contractor is required to enter into an Integrity Pact with the Employer, in the Format at Annexure VIII. The Integrity Pact enclosed as Annexure VIII will be signed by RITES for and on behalf of Employer as its Agent/Power of Attorney Holder at the time of execution of Agreement with the successful Bidder. While submitting the Bid, the Integrity Pact shall be signed by the duly authorized signatory of the Bidder/Lead Member of JV. In case of failure to submit the Integrity Pact duly signed and witnessed, along with the Bid, the Bid is likely to be rejected.

(ii) In case of any contradiction between the Terms and Conditions of the Bid

Document and the Integrity Pact, the former will prevail. Provided always that provision of this para 11.7 – Integrity Pact, shall be

applicable only when so provided in para 11.7A below which will also stipulate the name and address of the Independent External Monitor as well as the Name, designation and address of the official nominated by the Employer to act as the Liaison Officer between the Independent External Monitor and the Engineer-in-Charge as well as the Contractor.

11.7A Whether para 11.7 (Integrity Pact) shall be applicable YES If Yes, Name and Address of the Independent External NA Monitor (In case value of contract is Rs.10 crores or more) Name, Designation and Address of RITES’ Liaison Shri Y.K. Sharma, GM ( CP)

Officer 3rd Floor, RITES Office Complex–II, No-144, Sector-

44, Gurgaon- 122001. 11.8 Modification and Withdrawal of Bids 11.8.1 Tenderers may modify or withdraw their bids by giving notice in writing before the

deadline prescribed in para 11.5 for submission of Bids. 11.8.2 Each modification or withdrawal notice shall be prepared, sealed, marked and delivered in

accordance with paras 11.1, 11.2 and 11.4 with the outer envelopes additionally marked ‘Modification’ or ‘Withdrawal’ as appropriate. The envelopes for modifications on ‘Technical Bid’ and ‘Financial Bid’ shall be submitted in separate sealed envelopes and marked as ‘Modifications of Technical Bid’ or ‘Modifications of Financial Bid’ as the case may be.

Page 15: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

15

11.8.3 No bid may be modified after the deadline for submission of Bids except as indicated below. If a Bidder makes a suo moto offer of rebate / discount in his Financial Bid after the deadline for submission of Bids, such offer will not be considered for Financial evaluation of Tenders. But if the Tenderer is successful in the Bid based on his original offer without considering the suo moto offer, the rebate / discount offered will be taken into account for incorporation in the Contract Agreement.

11.8.4 Withdrawal or modification of a Bid, subject to provisions in Para 11.8.3 above, after the

deadline for submission of Bids shall result in forfeiture of the Earnest Money. 12.0 TENDER OPENING, EVALUATION AND CLARIFICATIONS OF APPLICATIONS 12.1 The Employer will open all the Tenders received (except those received late or delayed)

as described in para 12.2/12.3 below, in the presence of the Tenderers or their representatives who choose to attend at 14.30 Hrs. on 22.08.2012 in the office of AGM (Tender Cell ), 3rd Floor, RITES Office Complex–II, No - 144, Sector - 44, Gurgaon- 122001. In the event of the specified date of the opening being declared a holiday by the Employer, the Tenders will be opened at the appointed time and location on the next working day.

12.2 Two Packet System

(a) (i) The PACKET A will be opened and Envelope 1 containing Earnest Money and Cost

of Tender Document (where Bid is submitted in the document downloaded from RITES website) of all the Tenderers will be opened first and checked. If the Earnest Money furnished is not for the stipulated amount or is not in an acceptable form and where applicable, the cost of Tender Document has not been enclosed for the correct amount and in an acceptable form, the Envelope 2 of PACKET A (TECHNICAL BID) and PACKET B will be returned to the Tenderer concerned unopened at the time of opening of the Tender itself. The Envelopes 2 of PACKET A (TECHNICAL BID) of other Tenderers who have furnished Earnest Money of correct amount in acceptable form and where applicable the cost of Tender Document for the correct amount and in an acceptable form will then be opened. The Tenderer’s name, the presence of Earnest Money and Authority to sign and such other details as the Employer may consider appropriate will be announced by the Employer at the time of opening of Packet A. PACKET B (FINANCIAL BID) of the Tenderers whose Technical Bids have been accepted for evaluation will be checked to see if the seals are intact. All such PACKETS B will be put in an envelope and sealed. The Employer’s official opening the Tender will sign on this envelope and will also take the signatures of preferably atleast two Tenderers or their representatives present. This envelope will be kept in safe custody by the Employer.

(b) The Employer will scrutinise the Technical Bids accepted for evaluation to determine

whether each Tenderer (i) has submitted `Authority to sign’ as per para 11.2 above and Integrity Pact (where

applicable) duly signed and witnessed as per para 11.7 above; (ii) meets the Qualification Criteria stipulated in Para 2.0; and

Page 16: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

16

(iii) conforms to all terms, conditions and specifications of the Tender Document without any modifications or conditions.

(c) If required, the Employer may ask any such Tenderer for clarifications on his Technical

Bid. The request for clarification and the response from the Tenderer will be in writing. If a Tenderer does not submit the clarification/document requested, by the date and time set in the Employer’s request for clarification, the bid of such Tenderer is likely to be rejected. Tenderers whose Technical Bids are not found acceptable will be advised of the same and their Earnest Money and PACKET B (FINANCIAL BID) will be returned unopened. Tenderers whose Technical Bids are found acceptable & whose samples displayed are found to be confirming to specifications, line diagram, Elegance, Aesthetics, & Workmanship & Approved by the Committee Comprising of JNU & RITES officials shall be advised accordingly and will also be intimated in writing of the time and date and place where and when the PACKET B (Financial Bid) will be opened.

The decision of the Committee will be final & binding. (d) At the appointed place, time and date, in the presence of the Tenderers or their

representatives who choose to be present, the Employer will open the envelopes containing the PACKET B (FINANCIAL BID). The Tenderer’s name, the tender amount quoted and such other details as the Employer may consider appropriate will be announced by the Employer.

12.3 Single Packet System DELETED 13.0 INSPECTION OF SITE BY THE TENDERERS

Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their Tenders, as to the nature of the ground and sub-soil (as far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their Tender. A Tenderer shall be deemed to have full knowledge of the site whether he inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The Tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity, access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for in the contract documents. Submission of a tender by a Tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc. will be issued to him by the Employer and local conditions and other factors having a bearing on the execution of the work.

14.0 EMPLOYER’S RIGHT ON ACCEPTANCE OF ANY TENDER

(i) If required, the Employer may ask any Tenderer the breakdown of unit rates. If the Tenderer does not submit the clarification by the date and time set in the Employers request for clarification, such Tender is likely to be rejected.

Page 17: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

17

(ii) The competent authority on behalf of the Employer does not bind himself to accept the lowest or any other Tender and reserves to himself the authority to reject any or all the Tenders received without the assignment of any reason. All Tenders in which any of the prescribed conditions is not fulfilled or any condition is put forth by the Tenderer shall be summarily rejected.

15.0 CANVASSING PROHIBITED

Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited and the tenders submitted by the Contractors who resort to canvassing will be liable to rejection.

16.0 EMPLOYER’s RIGHT TO ACCEPT WHOLE OR PART OF THE TENDER

The competent authority on behalf of the Employer reserves to himself the right of accepting the whole or any part of the tender and the Tenderer shall be bound to perform the same at the rates quoted.

17.0 MISCELLANEOUS RULES AND DIRECTIONS 17.1 The Tenderer shall not be permitted to tender for works if his near relative is posted as

Associated Finance Officer between the grades of AGM(F) and J.M (F) in the concerned

SBU Unit of RITES or as an officer in any capacity between the grades of GGM/GM and Engineer (both inclusive) of the concerned SBU of the Employer. He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any Gazetted officer in the organization of the Employer. Any breach of this condition by the Tenderer would render his Tender to be rejected.

No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or Administrative duties in an Engineering Department of the Organisation of the Employer is allowed to work as a contractor for a period of one year after his retirement from the Employer’s service without the previous permission of the Employer in writing. The contract is liable to be cancelled if either the Contractor or any of his employees is found any time to be such a person who had not obtained the permission of the Employer as aforesaid before submission of the tender or engagement in the Contractor’s service.

17.2 If required by the Employer, the Tenderers shall sign a declaration under the officials Secret Act 1923, for maintaining secrecy of the tender documents drawings or other records connected with the work given to them. The unsuccessful Tenderers shall return all the drawings given to them.

17.3 Use of correcting fluid anywhere in tender document is not permitted. Such tender is liable for rejection.

17.4 a) In the case of Item Rate Tenders, only rates quoted shall be considered. Any tender containing percentage below/above the rates quoted is liable to be rejected. Rates quoted by the Tenderer in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the

Page 18: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

18

Tenderer shall unless otherwise proved be taken as correct. If the amount of an item is not worked out by the Tenderer or it does not correspond with the rates written either in figures or in words then the rates quoted by the Tenderer in words shall be taken as correct. Where the rates quoted by the Tenderer in figures and in words tally but the amount is not worked out correctly, the rates quoted by the Tenderer will, unless otherwise provided, be taken as correct and not the amount. In the event that no rate has been quoted for any item(s), leaving space both in figure (s) or word(s) and the amount blank, it will be presumed that the Tenderer has included the cost of this/ these item (s) in other items and rate for such item (s) will be considered as zero and work will be required to be executed accordingly.

b) In case of percentage Rate Tender – DELETED. 17.5 In the case of any Item rate tender where unit rate of any item/items appears unrealistic,

such tender will be considered as unbalanced and in case the Tenderer is unable to provide satisfactory explanation, such a tender is liable to be disqualified and rejected.

17.6 (a) In Item rate Tender, all rates shall be quoted on the tender form. The amount for each

item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount in each Schedule should be written both in figures and in words. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and word ‘P’ after the decimal figures, e.g. Rs.2.15 P and in case of words, the word, ‘Rupees’ should precede and the word ‘Paise’ should be written at the end. Unless the rate is in whole rupees and followed by the word ‘only’ it should invariably be up to two decimal places. While quoting the rate in schedule of quantities, the word ‘only’ should be written closely following the amount and it should not be written in the next line.

(b) In Percentage Rate Tender, - DELETED. 17.7 Sales-tax / VAT (except Service Tax), purchase tax, turnover tax or any other tax / Cess

on material, labour and Works in respect of this Contract shall be payable by the Contractor and the Employer will not entertain any claim whatsoever in respect of the same. However, in respect of Service Tax, same shall be paid by the Contractor to the concerned department on demand and it will be reimbursed to him by the Engineer-in-Charge after satisfying that it has been actually and genuinely paid by the Contractor.

17.8 Each Bidder shall submit only one Bid either as an individual or as a Proprietor in a

Proprietary firm or as a Partner in a Partnership firm or as a Director of a limited Company/Corporation or as a Partner in a Joint Venture. Any Bidder who has submitted a Bid for a work, shall not be a witness for any other Bidder for the same work. Failure to observe the above stipulations would render all such Tenders submitted as a Bidder and / or as a witness, liable to summary rejection.

17.9 The Contractor shall be fully responsible for all matters arising out of the Performance of

the Contract and shall, at his own expense, comply with all laws/ acts/ enactments/ orders/

Page 19: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

19

regulations/ obligations whatsoever of the Government of India, State Government, Local Body and any Statutory Authority.

18.0 SIGNING OF CONTRACT AGREEMENT 18.1 The Tenderer whose tender has been accepted will be notified of the award by the

Employer by issue of a `Letter of Acceptance’ ‘ prior to expiration of the Bid Validity period, in the form at Annexure VI.

The Letter of Acceptance will be sent to the Contractor in two copies one of which he should return promptly, duly signed and stamped. The Letter of Acceptance will be a binding Contract between the Employer and the Contractor till the formal Contract Agreement is executed.

18.2 Within the period as specified in Clause 1 of `Clause of Contract’, of the date of issue of Letter of Acceptance, the successful Tenderer shall deliver to the Employer, Performance Guarantee and Additional Performance Guarantee (where applicable) in the format prescribed.

18.3 The Tenderer whose Tender is accepted shall be required to submit at his cost stamp papers of appropriate value as per the provisions of Indian Stamp Act within 15 days of the date of issue of Letter of Acceptance.

18.4 At the same time the Employer notifies the successful Tenderer that his Tender has been accepted, the Employer will direct him to attend the Employer’s office within 28 days of issue of Letter of Acceptance for signing the Agreement in the proforma at Annexure VII. The Agreement will however be signed only after the Contractor furnishes Performance Guarantee and Additional Performance Guarantee (where applicable) and hence, where justified, the period of 28 days stipulated above will be extended suitably.

Page 20: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

20

ANNEXURE – I

QUALIFYING CRITERIA FOR WORKS CONTRACTS 1. Annual Financial Turnover

The bidder should have achieved a minimum annual financial turnover of Rs 717.00Lacs. in any one of the last 5 Financial Years.

Notes :

- The financial turnover will be taken as given under the head “Income” in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. It is clarified that the Financial Turnover means relevant revenue as recorded in the Income side of Profit and Loss Account. It does not mean Profit.

- Closing stocks in whatsoever manner should not form part of turnover. - Weightage of 5% (compounded annually) shall be given for equating the financial

turnover of the previous years to the current year.

- For considering the Financial Years, for example for a work for which the Tender is being opened in Financial Year 2011-12, the last five Financial Years shall be 2010-11, 2009-10, 2008-09, 2007-08 and 2006-07. For a Tender opened on (say) 06.06.11 (F.Y. 2011-12), with weightage of 5% compounded annually, the weightages to be applied on the Turnover of the previous five Financial Years will be : F.Y. 2010-11 = 1.050; F.Y. 2009-10 = 1.103; F.Y. 2008-09 = 1.158; F.Y. 2007-08 = 1.216; F.Y. 2006-07 = 1.276.

- The Bidder should furnish Annual Financial Turnover for each of the last 5 Financial Years in tabular form and give reference of the document (with page no.) relied upon in support of meeting the Qualification Criterion.

- The Bidder should submit self attested copy of Auditor’s Report along with Balance Sheet and Profit and Loss Statement along with Schedules for the relevant Financial Year in which the minimum criterion is met. Provisional audit reports or certified statements will not be accepted.

- If the Audited Balance Sheet for the immediately preceding year is not available in case of tender opened before 30th Sept., audited Balance Sheets, Profit and Loss Statements and other financial statements of the five Financial Years immediately preceding the previous Financial Year may be adopted for evaluating the credentials of the Bidder.

- In case JV is permitted the following provisions will apply:

Large Works DELETED.

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion.

Page 21: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

21

2. WORK EXPERIENCE a) Similar Works Experience

(i) For works in normal areas (other than difficult areas)

The Bidder should have satisfactorily completed in his own name or proportionate share as a member of a Joint Venture, at least one similar work of minimum value of Rs 573.60 Lacs OR at least two similar works each of minimum value of Rs 358.50 Lacs OR at least three similar works each of minimum value of Rs 286.80 Lacs during the last 5 (five) years prior to the last stipulated date for submission of the Bid. Works completed prior to the cut off date shall not be considered.

Or

(ii) DELETED.

Similar Works Similar Works shall mean that the agency should have executed the work of

Supplying, Assembling/Fixing & placing in position FURNITURE for Institutional , Office Buildings.

Notes : - A weightage of 5% (compounded annually from the date of completion of the work to the

submission of the Bid) shall be given for equating the value of works of the previous years to the current year.

- Only such works shall be considered where physical completion of entire work is over or commissioning of work has been done, whichever is earlier.

- The Bidder should submit the details of such similar completed works as per the format at Proforma-1 enclosed.

- Works carried out by another Contractor on behalf of the Bidder on a back to back basis will not be considered for satisfaction of the Qualification Criterion by the Bidder.

- Credential certificates issued by Govt. Organizations/Semi Govt. Organizations/Public Sector Undertakings/Autonomous bodies of Central State Governments/Municipal bodies / Public Ltd. Cos. listed on BSE/NSE shall only be accepted for assessing the eligibility of a Tenderer.

- The cut off date shall be calculated backwards from the last stipulated date for submission/opening of Tender i.e. for a Tender which is being opened on 06.08.2011, the cut off date shall be 07.08.06.

- In case JV is permitted the following provisions will apply: Large Works DELETED.

Page 22: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

22

Normal Works The Partner-in-charge / Lead Member shall singly meet this criterion.

b) Construction Experience in key activities / specified components To qualify for award of the contract, each Bidder in his own name or as a member of a

Joint Venture should have, in the last five Years prior to the last stipulated date for submission of the Bid, executed the following key activities in more than one work .

The bidder should have executed the work of Supplying, Assembling / Fixing & placing in position FURNITURE for Institutional , Office Buildings.

Notes : - The work satisfying the criterion for a particular key activity may be different

from a work satisfying the criterion for another key activity. - The Bidder should furnish with his Bid a tabular statement giving contract-wise

quantities of key activities / specialised components executed in the last 5 years which meet the Qualification Criterion along with documentary proof in support thereof (indicating page nos.).

- Even if a work has not been completed but if the specified quantity of the key activity has been completed, the same shall be taken into consideration for the purpose of this criterion.

- Any work executed by the Bidder as a member of a Joint Venture will be accepted provided there is documentary proof in support of the same either in the MOU/ Agreement of the JV or in a declaration by the other Members of that JV or the Client confirming that the specialized work was actually executed by the Bidder.

- In case JV is permitted the following provisions will apply: NOT APPLICABLE Large Works DELETED

All the partners shall jointly meet this criterion.

Normal Works Same as for large works.

3. SOLVENCY CERTIFICATE

A Solvency Certificate of minimum solvency of Rs 286.80 Lacs. (suggested format at Proforma 2) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder.

Notes : - The certificate so produced by the Bidder may be got verified from the issuing

Bank.

- In case JV is permitted the following provisions will apply : NOT APPLICABLE.

Page 23: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

23

Large Works DELETED Normal Works

The Partner-in-charge / Lead Member shall singly meet this criterion.

4. PROFITABILITY

The applicant firm shall be a profit (net) making firm and shall have made profit in each of the last two Financial Years and in atleast one out of the three Financial Years immediately preceding the last two Financial Years.

The Bidder should furnish figures of net profit of last 5 years in a tabular form and submit attested copies of Auditor’s Reports along with audited Balance Sheets and Profit and Loss Statements for the last Five Financial Years. In case the firm is profit making for the last three Financial Years continuously, the Bidder may submit the above documents for last three Financial Years only. Specific reference with page no. of document which proves satisfaction of this Qualifying Criterion should be indicated in the tabular statement.

Notes :

- In case JV is permitted, the following provisions will apply : NOT APPLICABLE

Large Works DELETED

All the partners shall meet individually this criterion.

Normal Works The Partner-in-charge/Lead Member shall singly meet this criterion. 5. POINTS TO NOTE ON SATISFACTION OF QUALIFYING CRITERIA IN

CASE OF BOTH LARGE AND NORMAL WORKS.

a) Sub-Contractor’s Experiences and Resources Sub-Contractors’ Experiences and Resources will not be taken into account in

determining the Bidder’s compliance with the qualifying criteria. b) Experiences and Resources of the Parent Company and other subsidiary

companies

If the Bidder is a wholly owned subsidiary of a company, the experience and resources of the owner/parent company or its other subsidiaries will not be taken into account. However, if the Bidder is a Company, the Experience and Resources of its subsidiaries will be taken into consideration.

Page 24: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

24

6. DECLARATION BY THE BIDDER

Even though the Bidders may meet the above qualifying criteria, they are subject to be disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments in proof of the qualification requirements. In such a case, besides Tenderer’s liability to action under para 9.4 of Instructions to Tenderers, the Tenderer is liable to face the penalty of banning of business dealings with him by RITES.

b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

c) Their business banned or suspended by any Central/State Government Department/Public Undertaking or Enterprise of Central/State Government and such ban is in force.

d) Not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

A declaration to the above effect in the form of affidavit on stamp paper of Rs. 10/- duly attested by Notary/Magistrate should be submitted as per format given in Proforma 3 enclosed.

Page 25: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

25

Proforma-1

LIST OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5 YEARS

S.

No. Client's

Name and Address

Name of the Work

& Location

Scope of work

carried out by the

Bidder

Agreement / Letter of Award No.

and date

Contract Value Date of start

Date of Completion

Reasons for delay in

completion if any

Ref. of document(with page no.) in

support of meeting

Qualification Criterion

Awarded Actual on completion

As per LOA/ Agreement

Actual

SEAL AND SIGNATURE OF THE BIDDER

Note : 1. In support of having completed above works, attach self attested copies of the completion

certificate from the owner / client or Executing Agency / Consultant appointed by owner / Client indicating the name of work, the description of work done by the Bidder, date of start, date of completion (contractual & actual) and contract value as awarded and as executed by the Bidder . “Contract Value” shall mean gross value of the completed work including cost of materials supplied by the owner / client but excluding those supplied free of cost.

2. Such Credential certificates issued by Govt. Organizations / Semi Govt. Organizations / Public Sector Undertakings / Autonomous bodies of Central or State Government / Municipal Bodies / Public Ltd. Co. listed on BSE/NSE shall only be accepted for assessing the eligibility of a Tenderer. In case of a Certificate from a Public Limited Co., the Bidder should also submit documentary proof that the Public Ltd. Co., was listed on BSE or NSE when the work was executed for it.

3. Information must be furnished for works carried out by the Bidder in his own name or proportionate share as member of a Joint Venture. In the latter case details of contract value including extent of financial participation by partners in that work should be furnished.

4. If a Bidder has got a work executed through a Subcontractor on a back to back basis, the

Bidder cannot include such a work for his satisfying the Qualification Criterion even if the Client has issued a Completion Certificate in favour of that Bidder.

5. Use a separate sheet for each partner in case of a Joint Venture . 6. Only similar works completed during the last 5 years prior to the last stipulated date for

submission of Bid, which meet the Qualification Criterion need be included in this list.

Page 26: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

26

Proforma 2

SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK

This is to certify that to the best of our knowledge and information, M/s ____________________, having their registered office at _____________, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs. ___________. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers.

Signature with date Senior Bank Manager (Name of Officer issuing the Certificate)

Name, address & Seal of the Bank/ Branch

Note: Banker’s Certificate should be on letter head of the Bank.

Page 27: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

27

Proforma 3

DECLARATION BY THE BIDDER

(Affidavit on Non-Judicial Stamp Paper of Rs.10/- duly attested by Notary / Magistrate)

This is to certify that We, M/s. __________________________, in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements and

attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work, not properly

completing the contract, inordinate delays in completion, litigation history or financial failures etc.

iii) No Central/State Government Department/Public Sector Undertaking or Enterprise of

Central/State Government has banned/suspended business dealings with us as on date. iv) We have submitted all the supporting documents and furnished the relevant details as per

prescribed format. v) List of Similar Works satisfying Qualification Criterion indicated in Proforma 1 does not

include any work which has been carried out by us through a Subcontractor on a back to back basis.

vi) The information and documents submitted with the Tender and those to be submitted

subsequently by way of clarifications/making good deficient documents are correct and we are fully responsible for the correctness of the information and documents submitted by us.

vii) We understand that in case any statement/information/document furnished by us or to be

furnished by us in connection with this offer, is found to be incorrect or false, our EMD in full will be forfeited and business dealings will be banned.

SEAL, SIGNATURE & NAME OF THE BIDDER

Signing this document

Page 28: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

28

ANNEXURE - I A

CHECK LIST OF DOCUMENTS TO BE SUBMITTED 1. a) BY BIDDERS OTHER THAN JOINT VENTURES

i) Annual Financial Turnover

- Annual financial turnover for each of the last 5 Financial Years in tabular form. - Self attested copies of Auditor’s Report along with the Balance Sheet and

Profit and Loss Statement for the relevant Financial Year in which the minimum criterion is met (Refer Notes under Para 1 of Annexure I).

ii) Work Experience

- Similar Work Experience : Proforma 1 of Annexure I with details of 1, 2 or 3 works as the case may be, which satisfy requisite qualification criterion with self attested copies of supporting document (Refer Para 2a of Annexure I).

- Construction Experience in Key Activities/Specialised Components: Tabular Statement giving contract-wise quantities executed in last 5 years along with documentary proof in support of having met the criterion (Refer Para 2b of Annexure I).

iii) Solvency Certificate.

Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)

iv) Profitability - Net profit of last 5 Financial Years in tabular form. - Self attested copies of Auditor’s Report along with the Balance Sheets and

Profit and Loss Statements for last 5 or 3 Financial Years, as the case may be (Refer Para 4 of Annexure I).

v) Declaration by Bidder

Proforma 3 (Refer Para 6 of Annexure I)

vi) Integrity Pact (where applicable) : duly signed and witnessed in the format at

Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)

b) BY JOINT VENTURE PARTNERS FOR “LARGE WORKS” DELETED. c) BY JOINT VENTURE PARTNERS FOR “NORMAL WORKS” DELETED.

Page 29: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

29

ANNEXURE - II A

QUALIFICATION INFORMATION / CHECKLIST OF DOCUMENTS

--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES (on letter head of the Applicant)

From To GM(CP) RITES Ltd. RITES Office Complex–II, No-144, Sector-44, Gurgaon-122001. Sir,

Sub: Submission of Qualification information /documents as per Checklist. 1. I/We hereby submit the following documents in support of my/our satisfying the

Qualification Criteria laid down for the work:- a) Self attested copy of a certificate, confirming that the applicant is a working contractor

or has executed any work within the last five years reckoned from the date of opening of Tender, issued by Railways, CPWD, MES, DOT, RITES, State PWD or any other Central/State Government Undertaking, Municipal Body, Autonomous Body of Central or State Government or Public Limited Company listed on NSE/BSE.

b) Annual Financial Turnover

(i) Annual financial turnover for each of the last 5 Financial Years in a tabular form. (ii) Self attested copy of Auditor’s Report along with the Balance Sheet and Profit

and Loss Statement and Schedules for the relevant Financial Year in which the minimum criterion is met, with calculations in support of the same.

c) Work Experience i) Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3 works

as applicable and self attested copies of supporting documents as mentioned therein.

ii) Construction experience in key activities / specialised components: Tabular Statement giving contract wise quantities executed in last 5 years

with documentary proof. d) Solvency Certificate - Proforma 2. e) Profitability - Net profit of last 5 Financial years in tabular form with self attested

copies of Profit and Loss Statements for the last 5 or 3 Financial Years as applicable.

2. In addition the following supporting documents are also enclosed.

a) Self attested copy of Partnership Deed/Memorandum and Articles of Association of the Firm.

b) Self attested copies of PAN/TAN issued by the Income Tax Department.

Page 30: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

30

c) Declaration – Proforma 3 d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration

Certificate (as applicable). e) Self attested copy of Registration under Labour Laws, like PF, ESI etc. f) Self attested copy of ISO 9000 Certificate ( if any) g) Integrity Pact (where applicable) : duly signed and witnessed.

3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation,

whether mentioned in the enclosed documents or not, to verify our competence and general reputation.

4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of the

Tenderer.

Yours faithfully, Encl: As in Paras 1, 2 & 4

Signature of Applicant with Name _________________

Date with seal

Page 31: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

31

ANNEXURE - II B (L)

QUALIFICATION INFORMATION / CHECKLIST OF DOCUMENTS – LETTER OF TRANSMITTAL BY JOINT VENTURE

DELETED

Page 32: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

32

ANNEXURE - II B (N)

QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS - LETTER OF TRANSMITTAL BY JOINT VENTURE

DELETED

Page 33: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

33

ANNEXURE - III

DRAFT MEMORANDUM OF UNDERSTANDING EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE

(On each firm’s Letter Head)

DELETED

Page 34: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

34

ANNEXURE - IV

FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY

POWER OF ATTORNEY (To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of Attorney). We, M/s.______ (name of the firm/company with address of the registered office) hereby constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently employed with us and holding the position of ______ and whose signature is given below as our Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or incidental to our bid for the work _____ (name of work), including signing and submission of application / proposal, participating in the meetings, responding to queries, submission of information / documents and generally to represent us in all the dealings with RITES or any other Government Agency or any person, in connection with the works until culmination of the process of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of the Contract Agreement. We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall always be deemed to have been done by us. (Add in the case of a Consortium/Joint Venture) Our firm is a Member/Lead Member of the Consortium of ________, _______ and ___________. Dated this the _____ day of ______ 20 (Signature and name of authorized signatory being given Power of Attorney) ___________ (Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for the Company) (* Strike out whichever is not applicable) Seal of firm/ Company Witness 1: Witness 2: Name: Name: Address: Address: Occupation: Occupation: Notes : - In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory

has to be the one employed by the Lead Member. - The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 35: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

35

ANNEXURE - V

FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM / JOINT VENTURE

DELETED

Page 36: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

36

ANNEXURE - VI

(FORM OF LETTER OF ACCEPTANCE) (By REGD POST / ACK.DUE)

(On the letter head of RITES)

NO. : RITES/ Dated :

To

_________________

(Name & Address of the Contractor)

Dear Sirs,

Sub: TENDER No. FOR THE WORK OF

Ref: Your Tender dated _________________ and letters dated _____________

and this office letter Nos. ___________ dated___________ in reply to the same.

This is to notify you that your Tender for the work under reference has been accepted by the Competent Authority of RITES LIMITED for a total Contract Price of Rs. _______ (Rupees _____________only) in its capacity as an Agent /Power of Attorney Holder acting for and on behalf of ______ (the Employer). Pursuant to Clause 1 of the Contract, you are required to furnish irrevocable Performance Guarantee for an amount equivalent to 5% (Five percent) of the Contract Price and an Additional Performance Guarantee for an amount of Rs. ------------ (if applicable). The Guarantee Bonds aggregating for an amount of Rs.______________ are required to be submitted within ___ days of issue of this Letter of Acceptance. Bank Guarantees issued by the following Banks will not be acceptable _____________________ (Names of Banks _________) The time of ________months allowed for execution of the work will be reckoned from the date of start as defined in Schedule F or from the first day of the handing over of the site, whichever is later, in accordance with phasing, if any, indicated in tender document. You are requested to contact _________ (complete designation and address of the Project Coordinator) for carrying out the contract. You are also requested to attend this office within Twenty Eight days from the date of issue of this letter for execution of the formal agreement. It may be noted that no payment shall be made for any work carried out by you till the Agreement is executed and till such time the Performance Guarantee and Additional Performance Guarantee (where applicable) has/have been submitted by you.

Page 37: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

37

This Letter of Acceptance is being sent to you in duplicate and you are requested to return without delay one copy of the letter duly signed and stamped, as a token of your acknowledgement. Kindly note that this Letter of Acceptance thereof shall constitute a binding Contract between us pending execution of formal Agreement. Your letters as well as this office letters referred to above shall form part of the Contract.

Yours faithfully,

RITES LIMITED

Agent / Power of Attorney Holder

For and on behalf of______ (The Employer)

Copy to :

1. ___________ (The Employer) for information.

(To be included on the Original sent to the Contractor)

2. Project Coordinator (Complete designation and address)

3. Associated Finance (Not in original)

Page 38: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

38

ANNEXURE - VII

FORM OF AGREEMENT

(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) Agreement No. ________ dated _________

THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between RITES Ltd. a Government of India Enterprise and a Company registered under Companies Act, 1956 having its registered office at SCOPE Minar, Laxmi Nagar, Delhi - 110092 and its Corporate Office at RITES BHAWAN, Plot No.1, Sector 29, Gurgaon (Haryana) representing through ____________, RITES LIMITED acting for and on behalf of and as an Agent /Power of Attorney Holder of _____ hereinafter called the Employer (which expression shall, wherever the context so demands or requires, include their successors in office and assigns) on one part and M/s.______ hereinafter called the Contractor (which expression shall wherever the context so demands or requires, include his/ their successors and assigns) of the other part. WHEREAS the Employer is desirous that certain works should be executed viz.___________ (brief description of the work) and has by Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution, completion, remedying of any defects therein and maintenance of such works at a total Contract Price of Rs. ______ (Rupees ______________ only) NOW THIS AGREEMENT WITNESSETH as follows:- 1. In this Agreement words and expressions shall have the same meaning as are respectively

assigned to them in the Conditions of Contract hereinafter referred to. 2. The following documents in conjunction with addenda/ corrigenda to Tender Documents

shall be deemed to form and be read and construed as part of this agreement viz. a) The Letter of Acceptance dated______. b) Priced Schedule (Bill) of Quantities c) Notice Inviting Tender and Instructions to Tenderers. d) RITES Tender and Contract Form e) Special Conditions f) Schedules A to F. g) Technical Specifications h) Drawings i) Amendments to tender documents. j) General Conditions of Contract (read with Correction Slip Nos. 1 to --)

comprising of (i) Conditions of Contract (ii) Clauses of Contract (iii) RITES Safety Code (iv) RITES - Model Rules for the protection of Health and Sanitary

arrangements for Workers (v) RITES – Contractor's Labour Regulations.

Page 39: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

39

3. In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute, complete, remedy defects therein and maintain the works in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay to the Contractor in consideration of the

execution, completion, remedying of any defects therein and maintenance of the works, the contract price or such other sum as may become payable under the provisions of the contract at the time and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused their respective common seals to be hereinto affixed (or have herewith set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED BY ____________________________ In the capacity of _____ On behalf of M/s. _________

(The Contractor)

In the presence of

Witnesses (Signature, Name & Designation) 1. 2.

______________________________ representing RITES LIMITED In the capacity of Agent / Power of Attorney Holder For and on behalf of _________

(The Employer) In the presence of Witnesses (Signature, Name & Designation) 1. 2.

Page 40: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

40

ANNEXURE - VIII

INTEGRITY PACT Between

RITES LTD. acting for and on behalf of and as an Agent / Power of Attorney Holder of Jawahar Lal Nehru University, New Delhi hereinafter called the “Employer” AND

____________ hereinafter referred to as "The Bidder/Contractor" Preamble The Employer intends to award, under laid down organizational procedures, contract/s for “Supplying, Assembling/Fixing & Placing in position FURNITURE in Annexe Buildings for SIS (School of International Studies), SSS-III (School of Social Sciences), SLL&CS (School of Language, Literature & Cultural Studies) & School of Computational & Integrative Sciences (SC&IS) at JNU, New Delhi.” The Employer values full compliance with all relevant laws and regulations, and economic use of resources, and of fairness and transparency in his relations with the Bidder/s and/or contractor/s. In order to achieve these goals, the Employer will appoint an Independent External Monitor (IEM) who will monitor the Tender process and execution of the contract for compliance with the principles mentioned above.

Section 1 – Commitments of the Employer

(1) The Employer commits himself to take all measures necessary to prevent corruption and to observe the following principles:-

1. No employee of the Employer, personally or through family members, will in

connection with the tender or for the execution of the contract, demand, take a promise for or accept, for self or third person, any material or immaterial benefit which the person is not legally entitled to.

2. The Employer will, during the tender process, treat all Bidders with equity and

reason. The Employer will in particular, before and during the tender process, provide to all Bidders the same information and will not provide to any Bidder confidential/additional information through which the Bidder could obtain an advantage in relation to the tender process or the contract execution.

3. The Employer will exclude from the process all known prejudiced persons.

(2) If the Employer obtains information on the conduct of any of his employees which is a

criminal offence under the IPC (Indian Penal Code) /PC (Prevention of Corruption) Act, or if there be a substantive suspicion in this regard, the Employer will inform its Chief Vigilance Officer and in addition can initiate disciplinary action.

Page 41: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

41

Section 2 – Commitments of the Bidder/Contractor

(1) The Bidder / Contractor commits himself to take all measures necessary to prevent corruption. He commits himself to observe the following principles during his participation in the tender process and during the contract execution.

1. The Bidder / Contractor will not directly or through any other person or firm,

offer, promise or give to any of the Employer’s employees involved in the tender process or the execution of the contract or to any third person any material or other benefit which he is not legally entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the tender process or during the execution of the contract.

2. The Bidder / Contractor will not enter with other Bidders into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices, specifications, certifications, subsidiary contracts, submission or non-submission of bids or any other actions, to restrict competitiveness or to introduce cartelization in the bidding process.

3. The Bidder / Contractor will not commit any offence under the relevant IPC / PC

Act; further the Bidder / Contractor will not use improperly, for purposes of competition or personal gain, or pass on to others, any information or document provided by the Employer as part of the business relationship, regarding plans, technical proposals and business details, including information contained or transmitted electronically.

4. The Bidder / Contractor will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers or any other intermediaries in connection with the award of the contract.

(2) The Bidder / Contractor will not instigate third persons to commit offences outlined above

or be an accessory to such offences.

Section 3-Disqualification from tender process and exclusion from future contracts

If the Bidder / Contractor, before award or during execution has committed a transgression through a violation of Section 2 above, or in any other form such as to put his reliability or credibility in question, the Employer is entitled to disqualify the Bidder/Contractor from the tender process or take action as per the procedure mentioned in the "Guideline on banning of business dealing" annexed and marked as Annexure "A".

Section 4- Compensation for Damages

(1) If the Employer has disqualified in terms of the provisions in Section 3, the Bidder / Contractor from the tender process prior to the award of contract, the Employer is entitled to demand and recover the damages equivalent to Earnest Money Deposit / Bid Security.

Page 42: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

42

(2) If the Employer has terminated the contract during execution in terms of the provisions under Section 3, the Employer shall be entitled to demand and recover from the Contractor the damages equivalent to Earnest Money Deposit, Security Deposits already recovered and Performance Guarantee, which shall be absolutely at the disposal of the Employer.

Section - 5 Previous transgression

(1) The Bidder / Contractor declares that no previous transgression occurred in the last 3 years with any other Company in any country conforming to the Anti-Corruption approach or with any other Public Sector Enterprise in India that could justify his exclusion from the tender process.

(2) If the Bidder / Contractor makes incorrect statement on this subject, he can be disqualified

from the tender process or action can be taken as per the procedure mentioned in "Guideline on banning of business dealing".

Section - 6 Equal treatment of all Bidders / Contractors / Sub-Contractors

(1) The Bidder / Contractor undertakes to demand from all partners / sub-contractors (if

permitted under the conditions /clauses of the contract) a commitment to act in conformity with this Integrity Pact and to submit it to the Employer before signing the contract.

(2) The Bidder / Contractor confirms that any violation by any of his partners / sub-

contractors to act in conformity with the provisions of this Integrity Pact can be construed as a violation by the Bidder / Contractor himself, leading to possible Termination of Contract in terms of Section 4.

(3) The Employer will disqualify from the tender process all bidders who do not sign this Pact

or violate its provisions.

Section -7 Criminal charges against violating Bidders / Contractors / Sub-Contractors

If the Employer obtains knowledge of conduct of a Bidder, Contractor or Partners/Sub-Contractor, or of an employee or a representative or an associate of a Bidder, Contractor or Sub-Contractor, which constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer will inform the same to its Chief Vigilance Officer.

Section - 8 Independent External Monitor / Monitors

(1) The Employer shall appoint competent and credible Independent External Monitor for this

Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

(2) The Monitor is not subject to instructions by the representatives of the parties and will perform his functions neutrally and independently. He will report to the MD / RITES Ltd.

(3) The Bidder/Contractor accepts that the Monitor has the right of access without restriction to all Project documentation of the Employer including that provided by the Contractor. The Contractor will also grant the Monitor, upon his request and demonstration of a valid

Page 43: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

43

interest, unrestricted and unconditional access to his project documentation. The same is applicable to Partners/Sub-Contractors. The Monitor is under contractual obligation to treat the information and documents of the Bidder/Contractor/Partners/Sub-Contractor with confidentiality.

(4) The Employer will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an impact on the contractual relations between the Employer and the Contractor. The parties offer to the Monitor the option to participate in such meetings.

(5) As soon as the Monitor notices or has reason to believe that violation of the agreement

by the Employer or the Bidder/ Contractor, has taken place, he will request the Party concerned to discontinue or take corrective action , or to take any other relevant action. The Monitor can in this regard submit non-binding recommendations. Beyond this, the Monitor has no right to demand from the parties that they act in a specific manner or refrain from action or tolerate action.

(6) The Monitor will submit a written report to the MD/RITES Ltd. within 8-10 weeks from

the date of reference or intimation to him by the Employer and should the occasion arise, submit proposal for correcting problematic situations.

(7) If the Monitor has reported to the MD/RITES Ltd. of a substantiated suspicion of an

offence under relevant IPC/PC Act, and the MD/RITES Ltd. has not, within reasonable time, taken visible action to proceed against such offender or reported it to the Chief Vigilance Officer, the Monitor may also transmit this information directly to the Central Vigilance Commissioner.

(8) The word Monitor would include both singular and plural.

Section – 9 Pact Duration This pact begins when both parties have legally signed it. It expires for the Contractor when his Security Deposit is released on completion of the Maintenance Period and for all other Tenderers six months after the Contract has been awarded. If any claim is made/lodged during this time the same shall be binding and continue to be valid despite the lapse of this pact specified above, unless it is discharged/determined by MD/RITES Ltd.

Section - 10 Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction shall be as stated in the Contract Agreement.

(2) Changes and supplements as well as termination notices need to be made in writing. (3) If the Contractor is a partnership or a consortium, this agreement must be signed by the

Partner in charge/ Lead Member nominated as being incharge and who holds the Power of Attorney signed by legally authorised signatories of all the partners/Members. The

Page 44: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

44

Memorandum of Understanding /Joint Venture Agreement will incorporate a provision to the effect that all Members of the Consortium will comply with the provisions in the Integrity Pact to be signed by the Lead Member on behalf of the Consortium. Any violation of Section 2 above by any of the Partners/Members will be construed as a violation by the consortium leading to possible Termination of Contract in terms of Section 3

(4) Should one or several provisions of this agreement turn out to be invalid, the remainder of

this agreement remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

RITES Ltd. Agent / Power of Attorney Holder _________________________ _________________________ (For & on behalf of the Employer) (For the Bidder/Contractor) (Office Seal) (Office Seal) Place:………………………… Date:………………………. Witness 1: (Name & Address) ----------------------------- ----------------------------- ----------------------------- ----------------------------- Witness 2 (Name & Address) ----------------------------- ----------------------------- ----------------------------- -----------------------------

Page 45: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

45

ANNEX - A

Guidelines on Banning of Business Dealings

1. Introduction 1.1 RITES, being a Public Sector Enterprise and ‘State’, within the meaning of Article 12 of

Constitution of India, has to ensure preservation of rights enshrined in Chapter III of the Constitution. RITES has also to safeguard its commercial interests. It is not in the interest of RITES to deal with Agencies who commit deception, fraud or other misconduct in the execution of contracts awarded / orders issued to them. In order to ensure compliance with the constitutional mandate, it is incumbent on RITES to observe principles of natural justice before banning the business dealings with any Agency.

1.2 Since banning of business dealings involves civil consequences for an Agency concerned,

it is incumbent that adequate opportunity of hearing is provided and the explanation, if tendered, is considered before passing any order in this regard keeping in view the facts and circumstances of the case.

2. Scope 2.1 The procedure of (i) Suspension and (ii) Banning of Business Dealing with Agencies, has

been laid down in these guidelines. 2.2 It is clarified that these guidelines do not deal with the decision of the Management not to

entertain any particular Agency due to its poor / inadequate performance or for any other reason.

2.3 The banning shall be with prospective effect, i.e., future business dealings. 3. Definitions

In these Guidelines, unless the context otherwise requires: i) `Bidder / Contractor / Supplier' in the context of these guidelines is indicated as

‘Agency’.

ii) ‘Competent Authority’ and ‘Appellate Authority’ shall mean the following: a) The Director shall be the ‘Competent Authority’ for the purpose of these

guidelines. MD, RITES shall be the ‘Appellate Authority’ in respect of such cases.

b) MD, RITES shall have overall power to take suo-moto action on any information available or received by him and pass such order(s) as he may think appropriate, including modifying the order(s) passed by any authority under these guidelines.

Page 46: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

46

iii) ‘Investigating Department’ shall mean any Department, Division or Unit investigating into the conduct of the Agency and shall include the Vigilance Department, Central Bureau of Investigation, the State Police or any other department set up by the Central or State Government having powers to investigate.

4. Initiation of Banning / Suspension:

Action for banning / suspension business dealings with any Agency should be initiated by the department / unit having business dealings with them after noticing the irregularities or misconduct on their part.

5. Suspension of Business Dealings

5.1 If the conduct of any Agency dealing with RITES is under investigation by any

department, the Competent Authority may consider whether the allegations under investigation are of a serious nature and whether pending investigation, it would be advisable to continue business dealing with the Agency. If the Competent Authority, after consideration of the matter including the recommendation of the Investigating Department / Unit, if any, decides that it would not be in the interest to continue business dealings pending investigation, it may suspend business dealings with the Agency. The order to this effect may indicate a brief of the charges under investigation. The order of such suspension would operate for a period not more than six months and may be communicated to the Agency as also to the Investigating Department.

The Investigating Department / Unit may ensure that their investigation is completed and whole process of final order is over within such period.

5.2 As far as possible, the existing contract(s) with the Agency may be continued unless the

Competent Authority, having regard to the circumstances of the case, decides otherwise. 5.3 If the Agency concerned asks for detailed reasons of suspension, the Agency may be

informed that its conduct is under investigation. It is not necessary to enter into correspondence or argument with the Agency at this stage.

5.4 It is not necessary to give any show-cause notice or personal hearing to the Agency before

issuing the order of suspension. However, if investigations are not complete in six months time, the Competent Authority may extend the period of suspension by another three months, during which period the investigations must be completed.

6. Grounds on which Banning of Business Dealings can be initiated 6.1 If the security consideration, including questions of loyalty of the Agency to the State, so

warrants;

Page 47: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

47

6.2 If the Director / Owner of the Agency, proprietor or partner of the firm, is convicted by a Court of Law for offences involving moral turpitude in relation to its business dealings with the Government or any other public sector enterprises or RITES, during the last five years;

6.3 If there is strong justification for believing that the Directors, Proprietors, Partners, owner

of the Agency have been guilty of malpractices such as bribery, corruption, fraud, substitution of tenders, interpolations, etc;

6.4 If the Agency employs a public servant dismissed / removed or employs a person

convicted for an offence involving corruption or abetment of such offence; 6.5 If business dealings with the Agency have been banned by the Govt. or any other public

sector enterprise; 6.6 If the Agency has resorted to Corrupt, fraudulent practices including

misrepresentation of facts; 6.7 If the Agency uses intimidation / threatening or brings undue outside pressure on the

Company (RITES) or its official in acceptance / performances of the job under the contract;

6.8 If the Agency indulges in repeated and / or deliberate use of delay tactics in complying

with contractual stipulations; 6.9 Based on the findings of the investigation report of CBI / Police against the Agency for

malafide / unlawful acts or improper conduct on his part in matters relating to the Company (RITES) or even otherwise;

6.10 Established litigant nature of the Agency to derive undue benefit; 6.11 Continued poor performance of the Agency in several contracts;

(Note: The examples given above are only illustrative and not exhaustive. The Competent Authority may decide to ban business dealing for any good and sufficient reason).

7. Banning of Business Dealings 7.1 A decision to ban business dealings with any Agency shall apply throughout the

Company. 7.2 If the Competent Authority is prima-facie of view that action for banning business

dealings with the Agency is called for, a show-cause notice may be issued to the Agency as per paragraph 8.1 and an enquiry held accordingly.

Page 48: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

48

8. Show-cause Notice 8.1 In case where the Competent Authority decides that action against an Agency is called

for, a show-cause notice has to be issued to the Agency. Statement containing the imputation of misconduct or mis-behaviour may be appended to the show-cause notice and the Agency should be asked to submit within 30 days a written statement in its defence. If no reply is received, the decision may be taken ex-parte.

8.2 If the Agency requests for inspection of any relevant document in possession of RITES,

necessary facility for inspection of documents may be provided. 8.3 After considering the reply of the Agency and other circumstances and facts of the case, a

final decision for Company-wide banning shall be taken by the Competent Authority. The Competent Authority may consider and pass an appropriate speaking order: a) For exonerating the Agency if the charges are not established; b) For banning the business dealing with the Agency.

8.4 The decision should be communicated to the Agency concerned along with a reasoned

order. If it decided to ban business dealings, the period for which the ban would be operative may be mentioned.

9. Appeal against the Decision of the Competent Authority 9.1 The Agency may file an appeal against the order of the Competent Authority banning

business dealing, etc. The appeal shall lie to Appellate Authority. Such an appeal shall be preferred within one month from the date of receipt of the order banning business dealing, etc.

9.2 Appellate Authority would consider the appeal and pass appropriate order which shall be

communicated to the Agency as well as the Competent Authority. 10. Review of the Decision by the Competent Authority

Any petition / application filed by the Agency concerning the review of the banning order passed originally by Competent Authority under the existing guidelines either before or after filing of appeal before the Appellate Authority or after disposal of appeal by the Appellate Authority, the review petition can be decided by the Competent Authority upon disclosure of new facts /circumstances or subsequent development necessitating such review.

11. Circulation of the names of Agencies with whom Business Dealings have been banned.

11.1 Depending upon the gravity of misconduct established, the Competent Authority of RITES may circulate the names of Agency with whom business dealings have been banned, to the Ministry of Railways and PSUs of Railways, for such action as they deem appropriate.

Page 49: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

49

11.2 If Ministry of Railways or a Public Sector Undertaking of Railways request for more

information about the Agency with whom business dealings have been banned a copy of the report of Inquiring Authority together with a copy of the order of the Competent Authority / Appellate Authority may be supplied.

12. Restoration 12.1 The validity of the banning order shall be for a specific time & on expiry of the same, the

banning order shall be considered as "withdrawn". 12.2 In case any agency applies for restoration of business prior to the expiry of the ban order,

depending upon merits of each case, the Competent Authority which had passed the original banning orders may consider revocation of order of suspension of business/lifting the ban on business dealings at an appropriate time. Copies of the restoration orders shall be sent to all those offices where copies of Ban Orders had been sent.

Page 50: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

50

SECTION – 2.

TENDER & CONTRACT FORM

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

( A Govt. of India Enterprise ) CP DIVISION, RITES OFFICE COMPLEX-II ,

PLOT NO-144, SECTOR-44, GURGAON – 122001.

Page 51: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

51

SECTION 2

TENDER AND CONTRACT FORM FOR WORKS To

SBU Head RITES Ltd RITES Office Complex – II,

No - 144, Sector - 44, GURGAON - 122001.

Sub : TENDER FOR THE WORK OF “Supplying, Assembling/Fixing & Placing in position

FURNITURE in Annexe Buildinsg for SIS (School of International Studies), SSS-III (School of Social Sciences), SLL&CS (School of Language, Literature & Cultural Studies) & School of Computational & Integrative Sciences (SC&IS) at JNU, New Delhi.”

(TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012 ISSUED BY AGM (Tender Cell )

TENDER

1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers,

Special Conditions, Schedules A to F, Technical Specifications, Drawings, Schedule / Bill of Quantities and General Conditions of Contract as well as other documents and rules referred to in GCC and all the details contained in the Tender Document for the work.

2. I/We hereby tender for the execution and completion of the work and remedy any defects

therein, specified in the Schedule of Quantities within the time specified in Schedule “F”, and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers and in Clause 11 of the Clauses of Contract and with such materials as are provided for, by, and in respects in accordance with, such conditions so far as applicable.

3. We agree that our tender shall remain valid for a period of 90 days from the due date for

submission of bid or extended date as stipulated and not to make any modifications in its terms and conditions.

4. A sum of Rs7,17,200.00 (Rupees Seven Lacs, Seventeen Thousand only) is hereby

forwarded in the form of Banker’s cheque/Pay Order /Demand Draft issued in favour of RITES Ltd., payable at Gurgaon / New Delhi as the Earnest Money.

5. If I/We withdraw my/our tender during the period of tender validity or before issue of

Letter of Acceptance which ever is earlier or make modifications in the Terms and Conditions of the Tender which are not acceptable to the Employer, then the Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest Money absolutely.

Page 52: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

52

6. If I/We fail to furnish the prescribed Performance Guarantee and Additional Performance

Guarantee (if applicable) within prescribed period, I/We agree that the said Employer shall, without prejudice to any other right or remedy, be at liberty to forfeit the said Earnest Money absolutely.

7. If, I/We fail to commence the work within the specified period, I/We agree that the

Employer shall, without prejudice to any other right or remedy available in law, be at liberty to forfeit the Earnest Money and Performance Guarantee and Additional Performance Guarantee (if applicable) absolutely.

8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest

Money & Performance Guarantee and Additional Performance Guarantee (if applicable) as aforesaid in paras 5 to 7, I/We shall be debarred from participation in re-tendering process of the work.

9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest

Money shall be retained by the Employer towards Security Deposit, to execute all the works referred to in the Tender document upon the Terms and Conditions contained or referred to therein and to carry out such deviations as may be ordered, upto maximum of the percentage mentioned in Schedule F at rates as stipulated in relevant Clauses of contract and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clauses 12.2 and 12.3 of the tender form.

10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within

28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree that we shall not submit any Bill for Payment till the Contract Agreement is signed.

11. I/We hereby declare that I/We shall treat the tender documents, drawings and other

records connected with the work as secret/confidential documents and shall not communicate information derived there from to any person other than a person to whom I/We am/are authorized to communicate the same or use the information in any manner prejudicial to the safety of the Employer/State.

12. I/We hereby declare that I/We have not laid down any condition/deviation to any content

of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.

13. I/We understand that the Employer is not bound to accept the lowest or any tender he

may receive. I/We also understand that the Employer reserves the right to accept the whole or any part of the tender and I/We shall be bound to perform the same at the rates quoted.

14. Until a formal agreement is prepared and executed, this bid together with our written acceptance thereof shall constitute a binding contract between us and RITES.

Page 53: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

53

15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign on behalf of my/our company/as one holding the Power of Attorney issued in my favour as Lead Member by the Members of the Joint Venture.

Signature of Authorized Person/s Date Name/s & Title of Signatory Name of Tenderer Postal Address Seal Witness Signature Name Postal Address Occupation

Page 54: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

54

SECTION – 3.

SPECIAL CONDITIONS / SPECIFICATIONS

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

( A Govt. of India Enterprise ) CP DIVISION, RITES OFFICE COMPLEX-II ,

PLOT NO-144, SECTOR-44, GURGAON – 122001.

Page 55: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

55

SECTION 3

SPECIAL CONDITIONS

1. NO LABOUR CAMPS SHALL BE ALLOWED IN JNU CAMPUS.

2. ADDITIONAL PERFORMANCE GUARANTEE ( Unbalanced Bid )

When L-1 offer is less than 90% of the Justified Cost/Market rate analysis cost the bid shall be treated as Unbalanced. The workability of the rates shall be assessed & commented upon by the tender committee/ RITES. If an evaluation, the price analysis is not found to be satisfactory, the bidder shall be to furnish Additional Performance Guarantee to extent of the total Quoted cost is lower than 90% of Justified Cost/Market rate analysis cost.

3. THE BIDDER HAS TO ENSURE THE FOLLOWING

a. During the approval of samples displayed by the bidder any minor change in design to improve the furniture should be incorporated without any variation in price.

b. The bidder should have BIFMA membership, & the certificate shall be provided at the time of bidding.

c. The bidder should be ISO 9001: 2000, ISO 14001:2004, OHSAS 18001:2007 & AIOTA

Certified. Certificate shall be provided at the time of bidding.

d. The bidder should have Inhouse Testing Facility as per BIFMA standards.

e. The bidder should have their own factory having all the required machinery.

f. The contractor shall provide the facilities whatsoever required & also bear all cost for at sampling, testing & quality assurance in the field & in Laboratory. The contractor shall carry out all sampling & testing in accordance with relevant Indian Standards and or International standards & this technical specifications. Where no specific testing procedure is mentioned , the tests shall be carried out as per best prevalent Engineering practices & to the directions of Engineer – in charge.

g. All test required for all materials ( bought by the contractor ) and workmanship shall be

done / got done by the bidder at his own cost. The unit rate for respective items shall include the cost for all works, activities, equipment, instrument, personal , material etc whatsoever associated to comply with sampling, testing & quality assurance requirement including construction tolerances & acceptance criteriaas per relevant codes & sound Engineering practices.

h. The contractor shall get the samples approved of all the furniture items including shade/

colour/latex foam/ upholstery & necessary hardware before the bulk supply from Engineer – in charge, or the same can be inspected at the Factory / manufacturing unit

Page 56: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

56

of the bidder. The bidder shall make all arrangements for inspection of furniture items at factory for checking the quality.

i. Where the testing of any material shall be required to be carried out in Govt approved

Laboratory , the samples & the testing charges shall be paid by the bidder . All arrangement for cartage, packing of samples shall be arranged by the bidder for which nothing extra shall be paid on this account. Apart from this the items should accompany test certificates.

4. BIDDING by the MANUFACTURER/ AUTHORISED DISTRIBUTER/ AGENT i. It is clarified that if manufacturer itself is submitting the bid then bid of any of his Agent /Dealer/ Associate/ Channel Partner on his behalf will not be considered i.e. both cannot

bid simultaneously. ii. In case bidder is not manufacturing itself then he can submit the bid as authorized

Agentt/Dealer/ Associate/ Channel Partner of only one manufacturer i.e he cannot submit bid on behalf of another manufacturer.

Note ; Throughout these bidding documents the terms ‘ bid’ & ‘ Tender ‘ and their derivatives

are synonymous.

Page 57: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

57

TECHNICAL SPECIFICATIONS & LINE DIAGRAM

Table for Faculty (Item No. 1 of BOQ)

Castors (Dwg. No-1) Supplying & placing Faculty Room table of the following specifications: Main Table - 1500 X 750 X 725 mm Return Unit - 1050 X 450 X 725 mm Main table, Return Table and side panel made up of 25 mm thick Plain Particle Board (PPB) with 0.6 mm thick post formed laminate and 0.6 mm thick backing Laminate. The table shall have a provision of grommet hole for wire management. Flat edge duly sealed with 2mm thick Polyvinyl Chloride Beading. The Modesty Panel for Main table shall be 18mm thick Plain Particle board (PPB) with 0.6mm thick Laminate on both sides. Edge sealed with 2mm thick Polyvinyl Chloride beading. The size for Pedestal storage (Drawers) in the side table is 390 (W) X 450D X 640H The construction of the pedestal assembly is welded and 0.8 mm thick Cold Rolled Closed Annealed (CRCA) steel for body shell, drawer front and tray is used. 5 lever Cam lock & Central locking mechanism for Pedestal. The Front castors for the pedestal are lockable castors mounted below the body shell. The finish of the pedestal is Epoxy Polyester Powder coated to the thickness of minimum 50 micron. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 1)

Page 58: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

58

Table for Chairman Side Table for Chairman Back Unit for Chairman (Item No. 2 of BOQ) (Item No. 2 of BOQ) (Item No. 2 of BOQ)

(Dwg. No-2) (Dwg. No-3) (Dwg. No-4) Main Table for Chairman ( Size - 2200mm L x 1190mm D x 750mm H )

TOP Work surface

2 layers of 18 mm thick MFC Board with 3 mm Polyvinl Chloride edging. Edging of 2 colour tone.

UNDERSTRUCTURE Side Panels,Legs

Side panels, Legs should be of MFC Board covered with 45 mm MDF profile at vertical edges. Connected to the top panel by minifix & wooden dowels. Adjustable Stud.

Modesty

Modesty panel shall be made of 18 mm thick MFC Board with curved shape. Connected to Top & Side panels with minifix fitting & Wooden dowels.

STORAGE Mobile Pedestal

The pedestal fixed in the table should be of 4 Drawers with central lock. Top drawer shall be pencil tray 280 x 280 mm. Carcass 18 mm thick MFC Board and 25 mm thick top panel. Black Metallic handles of 128 mm distance. 450 mm L runner. 55 diameter x 25 mm H Plastic adjustable glide. Connected to Top with 2 nos. of metallic support 109 mm H x 75 diameter.

Side Table for Chairman ( Size -1380mm L x 480mm D x 700mm H)

TOP Work surface

2 layers of 18 mm thick MFC Board with 3 mm Polyvinl Chloride edging. Edging of 2 colour tone.

STORAGE Pedestal

The pedestal with the side table should be of 4 Drawers with central lock. Top drawer is pencil tray 280 x 280 mm. Carcass 18 mm thick MFC Board and 25 mm thick top panel. Black Metallic handles 128 mm distance. 450 mm L runner. 55 diameter x 25 mm H Plastic adjustable glide. Connected to Top with metallic support tube of size 60 mm H x 75 diameter.

Page 59: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

59

Back Unit for Chairman (Size -2400mm L x 450mm D x 1200mm H)

TOP Cabinet Top Panel

The top of the back Unit should be of 25 mm thick MFC Board with 2 mm Polyvinl Chloride edging.

BODY Medium Cabinet

The main body of the back unit should be of 18 mm thick MFC Board with Polyvinl Chloride edging & Back panel 8 mm thick. 55 mm diameter x 25 mm H adjustable plastic glide. Door with locks. Black metallic handles at 96 mm distance. 1 fixed shelf connected to side panels with minifix fittings & 1 adjustable shelf. Entire carcass connected with minifix fittings & wooden dowels. Fixing of Top panel with side panels shall be with screws. Back panel shall be placed in the slut / groove provided on Top, bottom & side panels.

DOORS Glass Doors The doors for the back unit shall be of 5 mm thick polished edges glass. Fixing using overlay glass hinges & a black metallic knob

Wooden Doors

The wooden doors of the back unit should be of 18 mm thick MFC Board with 2 mm Polyvinl Chloride edging. Black metallic handles of 128 mm. Square lock provided. Fixing using full overlay hinges.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of EIC. (Ref.- Dwg. No.- 2, 3, 4)

Page 60: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

60

Additional Storage for Faculty Room (Low Height) (Item No. 3 of BOQ)

(Dwg. No.- 5) 25mm Prelaminated Partical Board Top Size of the base storage should be 900mm (W) x 700mm (H) x 450mm (D) with continuous Pre Laminated Board TOP to cover the storages of size 900mmW x 25mm thick x 450mm D so that the overall dimensions of the storage is 900mm W x 725mm H x 450mm D.

Feature Of Parameter Specifications Construction Of material • Rigid Knock down Construction.

• Prime quality CRCA of 0.8 mm thickness. Sliding Door Arrangement

• Sliding door with top hanging arrangement to prevent derailment.

• Each door must be provided with Grooves for smooth movement of door and less noise

Locking & Handle • Snap-on type a die cast 5 lever cam lock must be provided. • Plastic/PVC Handle.

Shelving • Height wise adjustable Shelf Mounting • Uniformly distributed load capacity of minimum 60 KG. • Prime quality CRCA of 0.8 mm thickness.

Leveller • Screw Type Leveller with Plastic Base. Finish • Epoxy Polyester Powder coated to the thickness of

minimum 50 micron. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 5)

Page 61: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

61

Additional Full Ht Storage for Faculty Room (Full Height) (Item No. 4 of BOQ)

(Dwg. No. -6) Glass Door Size of the storage should be 900mm (W) x 1650mm (H) x 450mm (D). The Doors shall be of Glass with thickness of 4mm with framing along the sides of the glass of 0.8 mm thick CRCA steel.

Feature Of Parameter Specifications Construction Of material • Rigid Knock down Construction.

• Prime quality CRCA of 0.8 mm thickness. Hinge /Sliding Door

Arrangement • For Hinge Door the shutters shall have self-closing hinges. • For Sliding door top hanging arrangement to prevent

derailment. Locking & Handle • Snap-on type a die cast 5 lever cam lock must be provided.

• Plastic/PVC Flush Handle. Shelving • Height wise adjustable Shelf Mounting

• Uniformly distributed load capacity of minimum 60 KG. • Prime quality CRCA of 0.8 mm thickness.

Leveller • Screw Type Leveller with Plastic Base. Finish • Epoxy Polyester Powder coated to the thickness of

minimum 50 micron (+/-10). The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 6)

Page 62: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

62

Main Chair for FACULTY (Item No. 5 of BOQ)

(Dwg. No.- 7)

Dimensions of the Chair: Seat Height (SH): 450mm Seat Depth (SD): 480mm, Overall Depth-760mm (D), Seat Width-520mm (SW) Overall Height (H):965mm, Back Size-Height-660mm, Width-470mm

1) Seat & Back Assembly- The seat and back are made up of 12 mm. thick hot-pressed

plywood, upholstered with fabric and moulded Polyurethane foam, together with moulded seat and back covers. The back foam is designed with contoured lumbar support for extra comfort.

2) Polyurethane Foam- The Polyurethane foam is moulded with density of 45 +/- 2 kg/m

and Hardness of 20 +/- 2 on Hampden machine at 25% compression.

3) Seat & Back Covers- Moulded seat and back covers.

4) Armrest- The armrest are made of black integral skin polyurethane with 50-70 Shore Hardness and reinforced with Mild Steel insert. The Poly Urethane armrests are then fixed to black powder coated height adjustable armrest brackets made of 5mm Thk. HR steel. The armrest height can be adjusted upto 70mm in seven steps. The armrests are scratch and weather resistant.

5) Front Pivot Synchro Mechanism- The adjustable tilting mechanism is designed with the

following features: • 360 deg revolving type. • Tilt tension adjustment. • 4-position locking with anti-shock feature. • Seat/back tilting ratio of 1: 2 (11 seat tilt / 22 back tilt).

6) Pneumatic Height Adjustment-. The pneumatic height adjustment has an adjustment

stroke of 90 mm.

Page 63: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

63

7) Pedestal Assembly- The pedestal is injection moulded in black 30% glass-filled Nylon

and fitted with 5 nos. twin wheel castors. The pedestal is 660mm. Pitch-center dia. (760mm with castors).

8) Twin Wheel Castors-The Twin Wheel castors are injection moulded in black Nylon.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 7)

Page 64: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

64

Visitor Chair for FACULTY (Item No. 6 of BOQ)

(Dwg. No.- 8)

Dimensions of the Chair: Seat Height (SH): 450mm Seat Depth (SD): 480mm, Overall Depth-700mm (D), Seat Width-520mm(SW) Overall Height (H): 830mm Back Size-Height-530mm, Width-450mm

1) Seat & Back Assembly- The seat and back are made up of 12 mm. thick hot-pressed

plywood, upholstered with fabric and moulded Polyurethane foam, together with moulded seat and back covers. The back foam is designed with contoured lumbar support for extra comfort.

2) Polyurethane Foam- The Polyurethane foam is moulded with density of 45 +/- 2 kg/m

and Hardness of 20 +/- 2 on Hampden machine at 25% compression.

3) Seat & Back Covers- Moulded seat and back covers.

4) Armrest (Fixed)- The one-piece armrests are made of black integral skin polyurethane reinforced with Mild Steel insert with 50-70 Shore ‘A’ hardness. The armrests are scratch and weather resistant. The armrests are fitted to the seat with armrest brackets made of 0.5cm.thick. High Resistance steel.

5) Permanent Contact Mechanism-The Permanent Contact mechanism is designed with

the following features: • 360 deg revolving type. • 14 deg maximum back tilt only. • 4-position locking with anti-shock feature. • Seat/back tilting ratio of 1: 2 (11 seat tilt / 22 back tilt).

Page 65: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

65

6) Pneumatic Height Adjustment- The pneumatic height adjustment has an adjustment stroke of 90mm.

7) Pedestal Assembly- The pedestal is fabricated from 2mm. thick Cold Rolled steel, powder coated and fitted with an injection molded black Polypropylene hub cap and 5 nos. twin wheel castors. (castor wheel dia. 50mm.) The pedestal is 600mm. Pitch-centre dia. (700mm with castors).

8) Twin Wheel Castors-The Twin Wheel castors are injection moulded in black Nylon.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 8)

Page 66: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

66

Main Chair for Chairman (Item No. 7 of BOQ)

(Dwg. No.- 9)

Dimensions of the Chair: Overall Width (W): 770mm,Seat Width-490mm Overall Depth (D): 770mm,Seat Depth-480mm Height (H): 1345mm Seat Height (SH): 500mm Back Size-Height-790mm, Width-530mm

1) Seat & Back Assembly- The seat and back are made up of 12mm. thick hot-pressed

plywood, upholstered with fabric and moulded Polyurethane foam, together with moulded seat and back covers. The back foam is designed with contoured lumbar support for extra comfort.

2) Polyurethane Foam- The Polyurethane foam is moulded with density of 45 +/- 2 kg/m

and Hardness of 20 +/- 2 on Hampden machine at 25% compression.

3) Seat & Back Connecting Spine- The seat and back are arrested together with a 90mm (W) spine made of 8mm thick HR steel. The spine is black powder.

4) Front Pivot Synchro Tilt Mechanism-The mechanism is designed with the following

features: • 360 deg revolving type. • 12° Seat tilt 19° Back tilt. • Front pivot for tilt with feet resting on ground ensuring more comfort. • Tilt tension adjustment. • 5-position locking with anti-shock back mechanism, which prevents the backrest

from impacting the user when the lock is released.

Page 67: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

67

• Static seat depth adjustment = 50mm with 5 position locking

5) Pneumatic Height Adjustment-. The pneumatic height adjustment has an adjustment stroke of 90mm.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 9)

Page 68: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

68

Revolving Visitor Chair for Chairman (Item No. 8 of BOQ)

(Dwg. No.- 10)

Dimensions of the Chair: Seat Height (SH): 450mm Over all Depth (D): 770mm, Seat Depth: 480mm Height (H): 990mm Over all Width (W): 770mm, Seat Width: 490mm Back Size-Height-540mm, Width-530mm

1) Seat & Back Assembly- The seat and back are made up of 12mm. thick hot-pressed plywood, upholstered with fabric and moulded Polyurethane foam, together with moulded seat and back covers. The back foam is designed with contoured lumbar support for extra comfort.

2) 2) Polyurethane Foam- The Polyurethane foam is moulded with density of 45 +/- 2 kg/m

and Hardness of 20 +/- 2 on Hampden machine at 25% compression.

3) Seat & Back Connecting Spine- The seat and back are arrested together with a 90mm (W) spine made of 8mm thick HR steel. The spine is black powder-coated.

4) Seat & Base Assembly- The Seat & Base Assembly is designed with the following

features : 360 deg revolving type

5) Pneumatic Height Adjustment- The pneumatic height adjustment has an adjustment stroke of 120mm.

6) Telescopic Bellow Assembly- The bellow shall be 3 piece telescopic type and injection

moulded in black Polypropylene.

7) Pedestal Assembly- The pedestal shall be made of die-cast Aluminium with buffing finished. It shall be fitted with 5nos. twin wheel castor. The pedestal shall be 670 mm pitch-center dia. (770mm with castors).

8) Twin Wheel Castors-The twin wheel castors shall be injection moulded in black Nylon.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 10)

Page 69: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

69

Chair with Desk let (Item No. 9 of BOQ)

(Dwg. No.- 11)

Dimensions of the Chair: Seat Height (SH): 440mm Seat Depth (SD): 440mm, Overall Depth-(D):810mm Height (H): 750mm, Overall Width (W):540mm,Seat Width (SW): 450mm

1) Seat & Back Assembly- The seat and back are made up of 12mm. thick hot-pressed plywood, upholstered with fabric and moulded Polyurethane foam, together with moulded seat and back covers. The back foam is designed with contoured lumbar support for extra comfort.

2) Polyurethane Foam- The Polyurethane foam is moulded with density of 45 +/- 2 kg/m

and Hardness of 20 +/- 2 on Hampden machine at 25% compression.

3) Tubular Frame-The tubular frame should be cantilever type & made of Dia.25.4mm. (1”) x 14 BG Mils Steel Electrically Resistant Welding tube and black powder coated. The Armrest Tube should be of Dia.25.4mm. (1”) x 14 BG Mils Steel Electrically Resistant Welding tube is welded to mainframe. The desklet should be fitted on the right hand side.

4) Desklet Assembly-The wooden desklet should be made of 18mm thick MDF Board with

8mm thick Polyvinl Chloride lipping all around. SIZE should be 540mm (W) X 290mm (D).

5) Armrests-The Armrest Tube should be of Dia. 25.4mm.(1”) x 14 BG Mild Steel

Electrically Resistant Welding tube is welded to mainframe.

6) Paper Tray- The paper tray should be made of 2mm diameter Mild Steel wire spot welded to form a mesh. It should be black powder coated. SIZE should be 345mm (W) X 345mm (D) x 125mm(H)

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 11)

Page 70: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

70

Conference Room Chair (Item No. 10 of BOQ)

(Dwg. No.- 12)

Dimensions of the Chair: Seat Height (SH): 450mm Overall Depth (D): 780mm, Seat Depth-480mm (SD), Seat Width-510mm Height (H): 890mm, Back Size-Height-645mm, Width-480mm

1) Seat & Back Assembly- The seat and back are made up of 12mm. thick hot-pressed

plywood, upholstered with fabric and moulded Polyurethane foam, together with moulded seat and back covers. The back foam is designed with contoured lumbar support for extra comfort.

2) Polyurethane Foam- The Polyurethane foam is moulded with density of 45 +/- 2 kg/m

and Hardness of 20 +/- 2 on Hampden machine at 25% compression.

3) Armrest (Adjustable) - The armrest top should be made of moulded polyurethane (Poly Uretahne) and mounted on to a drop lift height adjustable type Mild Steel tubular armrest support chrome plated. The armrest height should be adjustable up to 65mm in 5 steps & also should have swivel adjustment of 22 Deg on both sides.

4) Knee Tilt Synchro Mechanism-The Knee tilt synchro mechanism should be designed

with the following features - 360° revolving type, Tilt tension adjustment, 4-position locking with anti-shock feature, Seat back tilting ratio of 1:2 (11° Seat Tilt /22° back tilt).

5) Adjustable backrest-The backrest consists of a sliding up down mechanism, which

should be adjusted in the range of 75mm and should be locked in 4 positions for correct position of lumber support.

6) Pneumatic Height Adjustment-. The pneumatic height adjustment has an adjustment

stroke of 90mm.

7) Twin Wheel Castors-The twin wheel castors shall be injection moulded in black Nylon.

8) Pedestal Assembly-The pedestal shall be made of steel & chrome plated and assembled with injection moulded Black Polyprelyne hub cap & 5 Nos. twin wheel Castors. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 12)

Page 71: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

71

Center Table for Chairman / Faculty

(Item No. 11 of BOQ)

(Dwg. No.- 13)

Over all Size of the table should be: 900mm (L) x 500mm (W) x 450mm (H).

1) Under structure- Legs, Frame & bottom tie members are made of 18mm thick Prelaminated Partical Board.

2) Top-10mm thick Toughened Glass. 3) Construction-Knockdown Assembly. 4) Finish-Prelaminated Partical Board with Glass Top. 5) Hardware- Knockdown Assembly with High Quality Standard Hardware like screws,

Metal inserts etc.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 13)

Page 72: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

72

Side Table for Chairman /Faculty (Item No. 12 of BOQ)

(Dwg. No.- 14)

Over all Size of the table should be: 450mm (L) x 450mm (W) x 450mm (H).

1) Under structure- Legs, Frame & bottom tie members are made of 18mm thick Prelaminated Partical Board.

2) Top-10mm thick Toughened Glass. 3) Construction-Knockdown Assembly. 4) Finish-Prelaminated Partical Board with Glass Top. 5) Hardware- Knockdown Assembly with High Quality Standard Hardware like screws,

Metal inserts etc.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 14)

Page 73: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

73

Sofa for Faculty/Chairman (Item No. 13, 14 & 15 of BOQ)

(Dwg. No.- 15) (Dwg. No.- 16)

(Dwg. No.- 17)

Over all Size of the sofa for single seater : 860mm (W) X 740mm (D) X 785mm (H). Over all Size of the sofa for two seater : 1380mm (W) X 740mm (D) X 785mm (H). Over all Size of the sofa for three seater : 1900mm (W) X 740mm (D) X 785mm (H).

1) CONNECTING BEAM ASSEMBLY: It is a fabricated assembly made by welding MS.

square pipe 60mm x 60mm x 10 BG. thick to 5mm thick HR. Steel plate on each side for fixing the moulded side frame assembly. The connecting beam assembly is black powder coated.

2) SEATREST ASSEMBLY: The seat rest assembly consists of a fabricated inner-frame

assembly made of 40mm x 40mm MS Square Hollow Pipe with 12mm thick plywood insitu-moulded with Polyurethane foam having density = 45 +/- 2 Kg./cm3. The hardness of the Poly Urethane foam = 23 - 27 Kgs. on Hampden m/c. for 25% compression of the foam. The complete moulded seat rest assembly is covered with a replaceable fabric upholstery cover of approved shade.

SEAT SIZE: 520mm (W) X 500mm (D) X 60mm (T) Approx.

3) BACKREST ASSEMBLY: The backrest assembly is flexing type and consists of a

fabricated inner-frame assembly made of 40mm x 40mm MS Square Hollow Pipe with 12mm thick plywood insitu-moulded with Polyurethane foam having density = 45 +/- 2 Kg./cm3. The hardness of the Poly Urethane. foam = 16 – 20 Kgs. on Hampden m/c. for 25% compression of the foam. The complete moulded backrest assembly is covered with a replaceable fabric upholstery cover of approved shade.

BACK SIZE: 520mm (W) X 570mm (H) X 120mm (T) Approx.

Page 74: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

74

4) SIDEFRAME (ARMREST) ASSEMBLY: The side frame assembly, which forms the

armrest assembly, is fitted to the two ends of the connecting beam assembly to form the leg-cum-armrest assembly It consists of a fabricated inner-frame assembly made of 40mm x 40mm MS Square Hollow Pipe with 12mm thick plywood insitu-moulded with Polyurethane foam having density = 45 +/-2 Kg./cm3. The hardness of the Poly Urethane. foam = 16 - 20 Kgs. on Hampden m/c. for 25% compression of the foam. The complete moulded side frame assembly is covered with a replaceable fabric upholstery cover of approved shade.

SIDEFRAME (ARMREST) SIZE: 630mm. (D) X 580mm. (H) X 120mm. (T) Approx.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 15, 16 & 17)

Extra for Leatherette for Sofas (Item No. 16 of BOQ)

Specification same as above BOQ Item No. 13, 14 & 15 with Leatherette finish

Page 75: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

75

Lounge Room Sofa (2 & 3 Seater) (Item No. 17 & 18 of BOQ)

(Dwg. No.- 18 & 19)

The size of the Sofa is - 2 Seater Size-Height: 745 mm, Width: 1257 mm, Depth: 775mm 3 Seater Size-Height: 745 mm, Width: 1830 mm, Depth: 775mm

1) LH/RH Side Frame- The Left side and the right side frame is fitted to the two ends of the

seat/back mounting frame to form the leg assembly. It is made of SS J4 Grade tube Ø 44.4mm. x 1.5mm thick.

2) Seat/Back Mounting Frame- The seat/back mounting frame assy. holds the two side

frames together. The mounting frames, 2nos are used to connect the side frames. The mounting frame is made of Mild Steel. Electrically Resistant Welding tub Ø50.8m. x 3.15mm thick black painted. The seat/back is mounted on 40mm x 20mm x 2mm thick Mild Steel rectangular tube which is welded on the beam of seat/back mounting frame.

3) Seat/Back Assembly- The seat/back assembly consists of 12mm thick plywood insert

with Polyurethane foam having density = 45 +/- 2 Kg/cu.cm and hardness of the P. U. foam = 18 to 22 kg on Hampden m/c for 25% compression of the foam. The complete moulded seat/back assembly is covered with a replaceable fabric upholstery cover.

4) Bottom shoes- The side frames are fitted with front and rear bottom shoes made of

injection moulded polypropylene.

5) Fabric- The complete moulded seat/back assembly is covered with a replaceable fabric upholstery cover.The surface of the fabric being used is made up of 100% Polyamide and its weight is 320gms per metre sq. The width of the fabric is 140 cm per 56'. The abrasion levels are more than 1,00,000 cycles.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of EIC. (Ref.- Dwg. No.- 18 & 19)

Page 76: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

76

3 Seater Waiting Chair (Item No. 19 of BOQ)

(Dwg. No.- 20)

Overall Size for 3 Seater-1800mm (L) x 680mm (D) x 780mm (H)

1) Cross Beam: It is made of black powder-coated rectangular M.S. ERW tube having 80x40x2mm size.

2) Leg and armrest: are chrome Plated made of cold rolled steel with 1.2 mm thickness. Armrest & Leg is assembled to the Cross Beam with 2 nos. M10 x 100 mm bolts.

3) Seat-Back Shell: The 1.6 mm thk powder-coated perforated shell is made from cold rolled M.S. Sheet. The Side Bar is made of Chrome plated solid steel 30 x 12 mm (DIN 174) with fluting and plastic inserts. The shell is assembled on the Cross Beam with help of M8 Bolts (Per Seat – 8 nos. Seat to Bracket and 4 nos. Bracket to Cross Beam).

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 20)

Page 77: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

77

Conference Room Table (Item No. 20 of BOQ)

(Dwg. No.- 21)

Size- 4500mm (L) x 1200mm (W) x 725mm (H)

S. NO.

ELEMENTS DESCRIPTION

1 Work surface Laminate The worksurface of the table should be of 25mm Thick

Grade II , Type-II as per IS:12823 and backing laminate of 0.6mm All the exposed edges are finished with 2mm thick PVC lipping machine pressed.

2 Cross Member Cross Member are in CRCA steel and the Beam is made of MS and has size 75x50 mm of 1.5mm thickness in powder coated finish of 50 microns thickness and is connected with legs to allow for traversing of wires horizontally.

3 Legs Legs are made of Aluminum/CRCA Extrusion of 1.2-1.6mm thickness with aesthically designed elliptical Cover sections. Legs are designed to facilitate wire management.

4 Access Flap & Switch Mounting Tray

The beam raceway provided with slots for fixing data and electrical switches and sockets for each user under the table with Access Flap/Power Dock above Top

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 21)

Page 78: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

78

Conference Table Well Shaped

(Item No. 21 of BOQ)

(Dwg. No.- 22)

Supplying and placing conference room table – well shaped of the following dimensions- Overall Size-Type-1: 6600mm (L) x 2550mm (W) x 600mm (D) x 725mm (H) - 24 Seater Overall Size-Type-2: 7950mm (L) x 3900mm (W) x 600mm (D) x 725mm (H) - 32 Seater Overall Size-Type-3: 7950mm (L) x 2550mm (W) x 600mm (D) x 725mm (H) - 28 Seater Overall Size-Type-4: 5250mm (L) x 2550mm (W) x 600mm (D) x 725mm (H) - 20 Seater Overall Size-Type-5: 3900mm (L) x 2550mm (W) x 600mm (D) x 725mm (H) - 16 Seater Providing & Supplying. Well-Shape Conference table- 1) Worktop (Overall Thickness - 37mm) cladded with 0.4mm PVC membrane on substrate of MDF using PU glue for better adhesion. This foil shall be pre-coated with layer of polyurethane for better scratch resistance. Work surface shall be 37mm thick (18mm MDF+18mm one side Prelam Board +0.4mm PVC membrane foil clad ) in Approved Colour . 2) Water fall edge with the Radius of 19mm on the top edge. 3) Legs shall be made from 36mm Pre-Laminated Particle Board (18+18) having straight profile with half round edges and clad with 0.6mm thick Post-forming laminate. Overall thickness of the leg shall be 38mm in Black Laminate. 4) Modesty Panel shall be made of Pre-Laminated board of 18mm thick in Black Laminate. 5) Each seater module shall have dimensions 1350W x 600 D. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 22)

Page 79: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

79

Multipurpose Table (Item No. 22 of BOQ)

(Dwg. No.- 23)

Supplying and Placing Class Room table of the following specifications. The size of the table should be 1200 (W) x 600 (D) x 725 (H). The material of the table is Prelaminated Particle Board with 18mm thick table top and 15mm thick understructure covered with Polyvinl Chloride Lipping. Locking facility available for draswer/s only. Attractive handles for all drawers. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 23)

Page 80: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

80

Discussion Table (4 Seater) (Item No. 23 of BOQ)

(Dwg. No.- 24)

Supplying and placing Discussion Table of the following specifications- The overall size of the table should be 900mm (W) x 1200mm (L) x 725mm (H). The worktop of the product should be made from 25 mm thick PLB Tops with 2mm thick Polyvinyl Chloride Edge Beading. The C Frames Under the structure should be made from 1.6 mm thick powder coated M.S C Frame Supporting the Top. The Legs must have a Dia of 38.1 x 1.6 mm thick mild steel electrically resistant welding tube. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 24)

Page 81: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

81

Information Counter (Item No. 24 of BOQ)

(Dwg. No.- 25)

Suppying and Placing Information counter of the following specifications- The size of the table should be 1800mm (L) x 750mm (W) x 725mm (H) The laminated Top should be 25mm thick with 2mm lipping all around. The understructure of the table should be CRCA Steel frame of Circular Tube of 1.2-1.6 mm thick with 3 mm thick plates for bolting the legs. Legs are made up of CRCA Powder Coated Steel Electrically Resistant Welding Round tube of diameter 50 x 1.2-1.6 mm thick. The Modesty Panel should be perforated CRCA Steel Sheet of 0.8-0.9 mm thick diameter.. The table should consist of storage below the table of 640mmH x 390mmW x 450mmD. The construction of the pedestal assembly is welded and 0.8 mm thick Cold Rolled Closed Annealed steel for body shell, drawer front and tray is used. 5 lever Cam Lock & Central locking with mechanism for Pedestal. The Front castors for the pedestal should be lockable castors mounted below the body shell. The finish of the pedestal should be Epoxy Polyester Powder coated to the thickness of minimum 50 microns. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 25)

Page 82: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

82

Office Table (Item No. 25 of BOQ)

(Dwg. No.- 26)

Supplying & Placing Office Table for reception area of the following dimensions- The size of the table should be 1500 x 750 x 725mm H. The worktop of the material should be made from 25 mm Thick Pre-laminated Particle board. All the edges should be sealed with 2 mm thick PVC edge band all around. The side panels for the understructure should be made from 25 mm Thick Pre-laminated Particle board. All the edges should be sealed with 2 mm thick PVC Edge band. The side panels should have 2 glide screws each for leveling of the desk. The modesty panel should be Made from 18 mm Thick Pre-laminated Particle board. All the edges should be sealed with 2mm thick PVC edge band all around. The free standing pedestal should be made from 18 mm Pre-laminated Particle board with 2mm PVC Edge band on all the exposed surfaces as per requirement. The drawers should be provided with suitable slides for smooth operation. All the pedestal drawers should be centrally locked with a single key. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 26)

Page 83: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

83

Common Room Table (Item No. 26 of BOQ)

(Dwg. No.- 27)

Supplying and Placing Common Room Table- Size-1800mm x 900mm x 725mm H) The workstop of the product is made from 25 mm Thick PLB Tops with 2mm Thick PVC Edge Beading. The Eliptical Legs Under the structure are made from 1.2mm thick CRCA Steel Supporting the Top. The Legs have a Dia of 120/70mm x 1.2mm thick M.S ERW tube. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 27)

Page 84: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

84

2 Seater Desk for Student (Item No. 27 of BOQ)

(Dwg. No.- 28)

Supplying and Placing Student desk for classrooms of the following dimensions. The size of the desk should be 1050 W x 880(D) x 820 (H). The Depth of student desk top should be 450mm. (Ht of Desk Top is 750mm from F.F.L & Ht. of Top of Back Rest is 820mm from F.F.L)

PARTS ELEMENTS SPECIFICATIONS Tops Seat &

Backrest The Panels have their corners rounded for safety in usage. The Panels should be made from 18mm thick Prelaminated Boards with Polyvinyl Chloride Edge banding on all sides.

Under structure

The under structure should be Made of 25.4 x 25.4mm x 1.25mm thk. Powder coated electrically resistant welding tubes at base which are welded to the desk and seat supports that are made of 1.0mm thk. Powder coated Mild Steel ‘C’ Sections. Stiffeners are provided between the two vertical frames at base and back of seat, should be made from 25.4 x 25.4 x 1.25mm thk. Powder coated electrically resistant welding tubes. The tubes should be closed with Plastic cap. Additional horizontal supports 0.8mm thk. Powder coated Mild Steel ‘C’ sections are placed below the desk and seat to add the rigidity to structure. The storage shelf is made from 0.8mm thk powder coated Mild Steel sheet which is affixed below the desktop. Hooks are provided on either sides of the vertical Cross sections of the desk, for hanging bags/bottles. They are made from 6.0mm diameter Mild Steel rods. The desk is mounted for inclination to ensure comfortable writing posture. Level adjusters are provided to take care of unevenness in floor. The Desk shall be with Modesty panel made of CRCA steel with Perforation.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 28)

Page 85: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

85

Reception Table (Item No. 28 of BOQ)

(Dwg. No.- 29)

Supplying and Placing Reception table of the following dimensions.

The Inside radius should be 700.0 mm, Outside radius should be 1350.0 mm and the Depth should be 650 mm.

The Rubberized cork should have a thickness of18mm.Frosted Glass should be of 10mm thickness with Diamond cut finishing on edges whose Inside Radius should be 1202.5mm and the Outside radius should be 1402.5mm with a Depth of 200mm should be used.

The under structure should consist of Modesty Panel which should be MS Perforated sheet Below Worksurface should be 0.8 mm (thick) and 665.0 mm (height) and 1345.0 mm (flat length) Above Worksurface, 0.8mm (Thick) with 260 mm (height) and 1345.0 mm (flat length).

The legs should be made of MS tube 1.6 mm thick with a Diameter 50.8 mm and Height 604 mm.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 29)

Page 86: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

86

Book Case For Library (Item No. 29 of BOQ)

(Dwg. No.- 30)

Supplying and Placing Display storage for library of the following dimensions. Dimensions of the storage should be 1740mm (H) x 914mm (W) x 300mm (D). The storage must have knock down construction and the material used should be high quality cold rolled closed annealed Steel, Panels and frames must be 0.8 mm thickness. Each door must have 6 Lever Cam lock with common key. Each Door must have 3-4 mm Thk transparent glass for clear inside vision secured in a Metal Frame through rubber gasket. Finish of the product must be epoxy Polyester Powder coated to the thickness of not less than 50 microns. Each compartment has a storage shelf. Uniformly distributed load capacity of 80 kgs per each shelf. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 30)

Page 87: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

87

Book Racks (Double sided) (Item No. 30 of BOQ)

(Dwg. No.- 31)

The size of the Double sided storage is- Height: 1800mm Width: 900mm Depth: 590mm

Feature Of Parameter Specifications Construction- Rigid knockdown Construction.

Each rack should be provided with stiffener at bottom for strength.

Material- The material of the product should be 0.8 mm cold rolled closed annealed Steel for Racks, & Skirting. Thickness of the Side panels: 25mm thick Prelaminated particle board (PLB) with laminate on both sides.

Finish- CRCA Steel Powder Coated of thickness not less than 50microns Stack ability- The add-on units can be stacked width wise to form a bank of

racks having common side panel.

Number of Racks- Bottom plus four fixed racks on each side. Each rack should be provided with stiffener at bottom for strength. Uniformly Distributed Load Capacity per each full shelf should be 60 Kg maximum.

Stiffener- Each rack should be provided with stiffener at bottom for strength.

Label Holder- One label holder on each main unit for identification. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 31)

Page 88: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

88

Movable Storages (Double Bay 8 Bodies) (Item No. 31 of BOQ)

(Dwg. No.- 32) Configurations can have following type of blocks –

1) Single Static (SS) 2) Single Last (SL) 3) Twin Mobile(TM) – 2 body back to back.

Main Body: (a) Construction:

Rigid Knock Down construction made out of 0.8 thick. Cold Rolled Closed Annealed Steel conforming to IS: 513 Gr. D.

Each body block (SS/SL/TM) building consists of 1 Main unit & 1Add-on units. Each unit has 4/5 loading levels formed by 3/4 nos. adjustable shelves.

Body units are bolted to undercarriage.

Optimizer Height from ground is 1980

(b) Size:

Description Depth (mm) Width (mm) Height (mm) (Body) Height With Undercarriage & Rails (mm) 457D x 915W x 1980H (Each Body)

(c) Finish:

The bodies including shelves are given anti rust surface treatment & are powder coated with epoxy polyester powder. It involves an 8 step treatment consisting of Hot water rinse, Knock of degreasing, cold water rinse, phosphating, cold water rinse, and passivating & dry off oven treatment. Final finish consists of epoxy polyester powder coating of approved colour & shade with a Dry Film Thickness of minimum 40 microns. The testing of paint is done for various physical & chemical properties as per IS: 101. The material is then oven baked with a controlled temperature of 1800 C to 2000 C.

Page 89: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

89

Shelf: (a) Construction:

It is made of 0.8 thk Cold Rolled Closed Annealed steel conforming to IS: 513 Gr. D or DD. Its max load bearing capacity is 80 Kg uniformly distributed per shelf for P1 Type of Configuration. Please refer to the chart mentioned below giving breakup of allowable UDL per Shelf as per different configurations. Shelves are mounted on support brackets & shelf level can be adjusted at approx. 25.4 pitches. There are 3/4 adjustable shelves per body giving 4/5 loading levels, if no Cradle pair is provided.

Undercarriage: (a) Construction:

The Undercarriage is a welded frame made of HR sheet 3.15 mm thk conforming to IS: 10748 suitably fabricated to take the loads based on configuration.

(b) Size:

Sizes of Undercarriage: Single Static / Last – 915 x (no. of bays) (Width) X 457 / 381 (Depth) X 65 (Height) Twin Mobile - 915 x (no. of bays) (Width) X 915 / 762 (Depth) X 65 (Height)

(c) Finish:

The undercarriage, after pre-treatment, is coated with final finish consisting of epoxy polyester powder coat of approved color & shade with a Dry Film Thickness of minimum 40 microns.

Drive Type Configuration movement of units is achieved mechanically through a PU Drive wheel and ‘Sprocket-Chain- Tensioner’ arrangement mounted rigidly onto body side. Fittings: (a) Centralized Locking:

A Centralized locking arrangement is provided through Locking Stiffener mounted onto back of Single Last unit so that it gets locked on channels when all the units are brought together. The recess handle lock is of Godrej make & placed at suitable height. This arrangement occupies a space of 90.0 mm.

When the last unit is Twin Movable, hinged doors are provided for the end bodies; so in this case locking stiffener is mounted onto drive unit cover; and with tile fascia option,it will be mounted in the recess of vertical trim.

Each Drive type units have Locking Knob near the Drive wheel for manual locking of individual units when a person is using those units. Knob shall be rotated to unlock position when units are to be moved. After the unit is moved, before entering into aisle for accessing, this knob shall be rotated to lock position. End stoppers are provided at the end of channels to prevent derailment.

(b) Door Locking / handle:

Hinged doors have Recessed Die cast Handle cum lock giving 3 way locking through a

Page 90: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

90

lever & shooting bolts. While Sliding doors have a die cast lock & separate plastic snap-on handles.

(c) Fasteners:

The nuts & bolts are galvanized / black ozonized / Zn Plated. (d) Guide Channels:

It consists of 2 mm thick HR sheet & 25 mm Square bright bar – both connected by screws. Prior to the embedding of the guide channels with the help of raul plug & screw, the ground has to be in properly levelled condition.

(e) Label Holder:

Made from 2 mm thick clear transparent Acrylic sheet & having outer dimension of 155 mm X 106 mm.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg No.- 32)

Page 91: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

91

Workstations (2 Seater) (Item No. 32 of BOQ)

(Dwg. No.- 33)

Supplying and Placing Workstation Table of the following dimensions- System: Tile Based Thickness of partition: 50mm Main Frame: The System should having partition panels of height 1200mm. The framework for the partition comprise of Tile based partition of 50mm thick of height 1200mm with skirting height of 100mm (Raceway Made of CRCA sheet of 1.2mm thick) including M10x 50mm leveller and have 32mm (minimum) clear space between two tiles for wire management facilities. The basic framework is made up of CRCA Steel (nothing extra shall be paid for providing Aluminium frame) with thickness of 1.2mm. Vertical & Horizontal rail is made up of 1.2mm thick of aluminium extrusions. The thickness of the powder coating for all the aluminium/CRCA steel parts shall be minimum 50microns. Lower Module Tile Finish shall be PreLaminate and upper Module shall be Fabric. Laminated Tile- consists of 9.0 mm thick prelam particle board. Fabric Tile: consists of 4.0 mm thick medium density fibre board with fabric upholstered of approved shade pasted. Main Corner table: The size of Table shall be 1500mm x 1500mm x 600mm x 725mm H. The Table shall be made with prelaminated particle board of 25 mm thick with Poly Vinyl Chloride Edge. The under structure shall be made with CRCA legs with powder coated. The modesty panel shall be perforated panel and the wire management system shall be covered facia. The 3 drawer metal storage pedestal of size 390mmL x 450mmD x 640mmH The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 33)

Page 92: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

92

Workstation 900x 600x 1050mmH (4 Seater) (Item No. 33 of BOQ)

(Dwg. No.- 34)

Providing and Placing of Workstations of size 900mmW x 600mmD x 1050mmH in cross form having components like- System: Tile Based Thickness of partition : 50mm Main Frame: The System should having partition panels of height 1050mm. The framework for the partition comprise of Tile based partition of 50mm thick of height 1050mm with skirting height of 100mm (Raceway Made of CRCA sheet of 1.2mm thick) including M10x 50mm leveller and have 32mm (minimum) clear space between two tiles for wire management facilities. The basic framework is made up of CRCA steel (nothing extra shall be paid for providing Aluminium frame) with thickness of 1.2mm. Vertical & Horizontal rail is made up of 1.2mm thick of aluminium extrusions. The thickness of the powder coating for all the aluminium/CRCA steel parts shall be minimum 50microns. Lower Module Tile Finish shall be PreLaminate and upper Module shall be Fabric. Laminated Tile- consists of 9.0 mm thick prelam particle board. Fabric Tile: consists of 4.0 mm thick medium density fibre board with fabric upholstered of approved shade pasted. Work surfaces:- Work surfaces:- Worktop shall be made of 25 mm thick plain particle board interior grade conforming to IS:3087 : 1985. The top shall be laminated with laminate of 0.6mm thickness of approved shade as per IS: 2046-1995 and glue of Polyvinyl Chloride. Bottom shall have a backing laminate of minimum 0.6 mm thickness. All the edge of work surface shall be provided with machine pressed 2 mm thick Polyvinyl Chloride lipping glued hot melt EVA glue. Support Brackets:- The work surface are mounted on the work surface brackets of 2.5 mm thick CRCA Steel. A corner bracket used to support the work surface at the corner junction of the frame. Side panels will be attached to the upright using the side panel brackets. All the above brackets are powder coated black. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 34)

Page 93: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

93

Workstation 1200x 600x 1200mmH (Item No. 34 of BOQ)

(Dwg. No.- 35) Providing and Fixing of Workstations of size 1200mmW x 600mmD x 1200mmH in cross form having components like System : Tile Based Thickness of partition : 50mm Main Frame: The System should having partition panels of height 1200mm. The framework for the partition comprise of Tile based partition of 50mm thick of height 1200mm with skirting height of 100mm (Raceway Made of CRCA sheet of 1.2mm thick) including M10x 50mm leveller and have 32mm (minimum) clear space between two tiles for wire management facilities. The basic framework is made up of CRCA steel (nothing extra shall be paid for providing Aluminium frame) with thickness of 1.2mm. Vertical & Horizontal rail is made up of 1.2mm thick of aluminium extrusions. The thickness of the powder coating for all the aluminium/CRCA steel parts shall be minimum 50microns. Lower Module Tile Finish shall be PreLaminate and upper Module shall be Fabric. Laminated Tile- consists of 9mm thick prelam particle board. Fabric Tile: consists of 4.0 mm thick medium density fibre board with fabric upholstered of approved shade pasted. Work surfaces:- Work surfaces:- Worktop shall be made of 25 mm thick plain particle board interior grade conforming to IS:3087 :1985. The top shall be laminated with laminate of 0.6mm thickness of approved shade as per IS:2046-1995 and glue of Polyvinyl Chloride. Bottom shall have a backing laminate of minimum 0.6 mm thickness. All the edge of work surface shall be provided with machine pressed 2 mm thick Polyvinyl Chloride lipping glued hot melt EVA glue. Support Brackets:- The work surface are mounted on the work surface brackets of 2.5 mm thick CRCA Steel. A corner bracket used to support the work surface at the corner junction of the frame. Side panels will be attached to the upright using the side panel brackets. All the above brackets are powder coated black.

Page 94: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

94

Key Board Trays :- Metal keyboard tray shall be size of 500mm (W) x 42 mm (H) made of 0.9 mm thick CRCA Steel sheet of cold rolled close annealed Grade 'D' as per IS:513-1994. It Shall also have in built LHS/RHS mouse pad, made of 0.9 mm thick CRCA Steel sheet with textured black HIPS (High impact Polystyrene ) pad 3 mm thick. CPU Trolley:- L-225-330 mm (adjustment) W:225mm , H:330 mm 3 Dr. Pedestal :- Box-Box-File 390W x 450D x 640H with Welded Assembled, 0.6 thk cold rolled close annealed for body shell, Drawer Front Side Stiffener, top, bottom, Metal fronts with easy to grip full length integrated Handle. Metal front post formed with ergonomically plastic flush handle. All Drawer with double extension Precision ball slide. 4 Lever cam Lock & Central RH locking with actuator & lock channel mechanism for 'Box-Box-File'& '3 Big Box'. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 35)

Page 95: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

95

Workstation 1050x 600x 1050mmH (Item No. 35 of BOQ)

(Dwg. No.- 36) Providing and Fixing of Workstations of size 1050mmW x 600mmD x 1050mmH in cross form having components like System: Tile Based Thickness of partition: 50mm Main Frame: The System should having partition panels of height 1050mm. The framework for the partition comprise of Tile based partition of 50mm thick of height 1050mm with skirting height of 100mm (Raceway Made of CRCA sheet of 1.2mm thick) including M10x 50mm leveller and have 32mm (minimum) clear space between two tiles for wire management facilities. The basic framework is made up of CRCA steel (nothing extra shall be paid for providing Aluminium frame) with thickness of 1.2mm. Vertical & Horizontal rail is made up of 1.2mm thick of aluminium extrusions. The thickness of the powder coating for all the aluminium/CRCA steel parts shall be minimum 50microns. Lower Module Tile Finish shall be Pre Laminate and upper Module shall be Fabric. Laminated Tile- consists of 9.0 mm thick prelam particle board. Fabric tile: consists of 4.0 mm thick medium density fibre board with fabric upholstered of approved shade pasted. Work surfaces:- Work surfaces:- Worktop shall be made of 25 mm thick plain particle board interior grade conforming to IS:3087 :1985. The top shall be laminated with laminate of 0.6mm thickness of approved shade as per IS:2046-1995 and glue of Polyvinyl Chloride. Bottom shall have a backing laminate of minimum 0.6 mm thickness. All the edge of work surface shall be provided with machine pressed 2 mm thick Polyvinyl Chloride lipping glued hot melt EVA glue. Support Brackets:- The work surface are mounted on the work surface brackets of 2.5 mm thick CRCA Steel. A corner bracket used to support the work surface at the corner junction of the frame. Side panels will be attached to the upright using the side panel brackets. All the above brackets are powder coated black.

Page 96: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

96

Key Board Trays :- Metal keyboard tray shall be size of 500mm (W) x 42 mm (H) made of 0.9 mm thick CRCA Steel sheet of cold rolled close annealed Grade 'D' as per IS:513-1994. It Shall also have in built LHS/RHS mouse pad , made of 0.9 mm thick CRCA Steel sheet with textured black HIPS (High impact Polystyrene ) pad 3 mm thick. CPU Trolley:- L-225-330 mm (adjustment) W:225mm , H:330 mm 3 Dr. Pedestal :- Box-Box-File 390W x 450D x 640H with Welded Assembled, 0.6 thk cold rolled close annealed for body shell, Drawer Front Side Stiffener, top, bottom, Metal fronts with easy to grip full length integrated Handle. Metal front post formed with ergonomically plastic flush handle. All Drawer with double extension Precision ball slide.4 Lever cam Lock & Central RH locking with actuator & lock channel mechanism for 'Box-Box-File'& '3 Big Box'. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge.(Ref.- Dwg. No.- 36)

Page 97: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

97

Workstation 1500x 600x 1050mm H (Item No. 36 of BOQ)

(Dwg. No.- 37) Providing and Fixing of Workstations of size 1500mmW x 600mmD x 1050mmH in cross form having components like System : Tile Based Thickness of partition : 50mm Main Frame: The System should having partition panels of height 1050mm. The framework for the partition comprise of Tile based partition of 50mm thick of height 1050mm with skirting height of 100mm (Raceway Made of CRCA sheet of 1.2mm thick) including M10x 50mm leveller and have 32mm (minimum) clear space between two tiles for wire management facilities. The basic framework is made up of CRCA steel (nothing extra shall be paid for providing Aluminium frame) with thickness of 1.2mm. Vertical & Horizontal rail is made up of 1.2mm thick of aluminium extrusions. The thickness of the powder coating for all the aluminum parts shall be minimum 50microns. Lower Module Tile Finish shall be Pre Laminate and upper Module shall be Fabric. Laminated Tile- consists of 9.0 mm thick prelam particle board. Fabric tile: consists of 4.0 mm thick medium density fibre board with fabric upholstered of approved shade pasted. Work surfaces:- Work surfaces:- Worktop shall be made of 25 mm thick plain partical board interior grade conforming to IS:3087 :1985. The top shall be laminated with laminate of 0.6mm thickness of approved shade as per IS:2046-1995 and glue of Polyvinyl Chloride. Bottom shall have a backing laminate of minimum 0.6 mm thickness .All the edge of work surface shall be provided with machine pressed 2 mm thick Polyvinyl Chloride lipping glued hot melt EVA glue. Support Brackets:- The work surface are mounted on the work surface brackets of 2.5 mm thick CRCA Steel. A corner bracket used to support the work surface at the corner junction of the frame. Side panels will be attached to the upright using the side panel brackets. All the above brackets are powder coated black.

Page 98: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

98

Key Board Trays :- Metal keyboard tray shall be size of 500mm (W) x 42 mm (H) made of 0.9 mm thick CRCA Steel sheet of cold rolled close annealed Grade 'D' as per IS:513-1994. It Shall also have in built LHS/RHS mouse pad, made of 0.9 mm thick CRCA Steel sheet with textured black HIPS (High impact Polystyrene ) pad 3 mm thick. CPU Trolley:- L-225-330 mm (adjustment) W:225mm , H:330 mm . 3 Dr. Pedestal :- Box-Box-File 390W x 450D x 640H with Welded Assembled, 0.6 thk cold rolled close annealed for body shell, Drawer Front Side Stiffener, top, bottom, Metal fronts with easy to grip full length integrated Handle. Metal front post formed with ergonomically plastic flush handle. All Drawer with double extension Precision ball slide. 4 Lever cam Lock & Central RH locking with actuator & lock channel mechanism for 'Box-Box-File'& '3 Big Box'. The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 37)

Page 99: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

99

CPU Trolley

(Item No. 37 of BOQ)

(Dwg. No.- 38) Supplying and Placing CPU Trolleys of the following Dimensions.

Length should be 225 having 330 mm (adjustment) Width should be 225mm and Height should be 330 mm.

The material being used should beHR Steel , Powder coated 50 MICRON DFT.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 38)

Page 100: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

100

Key Board Tray

(Item No. 38 of BOQ)

(Dwg. No.- 39)

Supplying and Placing Key Board Tray Trolleys of the following Dimensions.

Metal keyboard pullout tray shal be size of 500 mm (W) x 42 mm (H) made of 0.9 mm thick MS sheet of CRCA Grade 'D' as per IS:513-1994.

It Shall also have in built LHS/RHS mouse pad , made of 0.9 mm thick MS sheet withpad 3 mm thick.The said tray shall be mounted on Single extension ball slides.

The work shall be carried as per the line drawing, Specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 39)

Page 101: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

101

Additional Back Table for Conference Room (For 2 Seater)

(Item No. 39 of BOQ )

(Dwg. No.- 40) Supplying and placing Additional/Back table of the following specifications: Providing & Supplying. Back table for Conference-Worktop (Overall Thickness -37mm) cladded with 0.4mm PVC membrance on substrate of MDF using PU glue for better adhesion. This foil shall be pre-coated with layer of polyurethane for better scratch resistance.

Worksurface shall be 37mm thick (18mm MDF+18mm one side Prelam Board +0.4mm PVC membrane foil clad ) in Approved Colour.Water fall edge with the Radius of 19mm on the top edge.

Legs shall be made from 18mm thick Pre-Laminated Particle Board having straight profile with half round edges and clad with 0.6mm thick Post-forming laminate. Overall thickness of the leg shall be 18mm in Black Laminate.

Modesty Panel shall be made of Pre-Laminated board of 18mm thick in Black Laminate.Size for Table: – 1200mm W X 600D X 725 mmH.The table shall have a provision of gourmet hole for wire management.

The work shall be carried as per the line drawing, specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 40)

Page 102: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

102

Cartographic Table with Stool

(Item No. 40 of BOQ)

(Dwg. No.- 41)

Supplying and Placing Cartographic Room Table of size-900mmL x 600mm D with Overall Dimension-1015mmW x 660mmD x 780mmH of the following Specifications.

The top of the product is made from Tempered Safety Glass with Slidind Glass Tray Below.Understructure is made from powder coated steel construction.One No of Stool shall be provided made of CRCA steel Powder Coated with seat in Leatherite finish.

The work shall be carried as per the line drawing, specifications, approved shade & instructions of Engineer in charge. (Ref.- Dwg. No.- 41)

Page 103: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

103

Stackable Chair

(Item No. 41 of BOQ)

(Dwg. No.- 42)

Supplying & Placing Stackable Chair of following specifications : Basic structure is made up of pipe framework of Powder/Chrome Plated finish.Perforation in back ensures air circulation.Polypropelyne back without arms.Width-500mm (W) x Depth-560mm(D) x Height-800mm(H). SEAT HEIGHT-450mm.Groves on back rest makes it easly moveable. The work shall be carried as per the line drawing, specifications, approved shade & instructions of Engineer in charge. (Ref- Dwg No-42)

Page 104: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

104

LIST OF APPROVED MAKES FOR MATERIALS ( FURNITURE WORKS) All materials specified in these Specifications and Conditions of Contract must confirm to the following Brand name, be factory made and of first quality, BIS/IS marked wherever available. Fabricated items shall be manufactured in accordance with the CPWD/ISI Specifications and be first quality. Samples of all materials to be used submitted and got approved before procurement and, and M/S RITES Ltd., reserves the right to select any of the brand names specified herein for use.

S.

No. Material Approved Make

1. Float Glass Modi Guard, Indo Asahi, Pilkington, Saint Gobain,Tuff

2. Expansion Bolts Hilti, Hafla, Fischer 3. Glazing Sealant Dow Corning, GE Sealant, Wacker 4. Prelaminated Particle Board Novapan, Merino, Greenlam,

Fantoni 5. Resin based Adhesive Fevicol, Vamicol, Dunlop, Pidilite 6. Pin-Up Board Sitatex, Novapan, Greenlam,

Merino 7. Fire Retardant Paint Navair, Viper 8. SS/Chrome Coated Hardware EBCO, Dorset, Ar Kay. 9. Laminate Novapan, Greenlam, Merino,

Century, Sitatex, Formic 10. Aluminium Alloy Extruded section Hindalco, NALCO , Jindal ,

Indalco 11. Post Form Board Merino, Greenlam, Novapan

12. Fabric Protection Fabguard, Scotchguard

13. Locks Godrej, Dorset, Dorma, EBCO, Earl Bihari, Harrison,

14. Pivots, Handle bars etc. Dorma, Dorset in SS finish

15. Brass / Powder coated Hardwares Jarods, Palladium, Parmar, EBCO

16. Hardware/Castors/Drawer / Runners Haffele, Dorma, Earl bihari, Ebco, Hettich , Ebco, Halfe

17. Drawer Locks Efficient, Hafla, Dorset, GODREJ, ADEEB, EBCO

18. Loose Furniture Herman Millar, Steelcase, Godrej, BP Ergo, Vitra.

19. Modular Furniture Herman Millar, Steelcase, Godrej, BP Ergo, Vitra.

Page 105: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

105

ANNEXURE B

FIELD LABORATORY AND FIELD TESTING INSTRUMENTS

LIST OF EQUIPMENT FOR FIELD TESTING LABORATORY

FIELD TESTING INSTRUMENTS 1. Hardness tester ( for shore hardness testing) , 2. Cross Hatch Adhesion tester ( Paint /Powder finish adhesion test ) 3. Pencil scratch hardness tester with one pencil set 6B to 6H ( Paint / wood finishing to

film scratch resistance. ) 4. Steel tapes – 3m 5. Vernier Calipers & Micrometer Screw 25mm gauge 6. Surface Abrasion resistance tester ( Laminate abrasion resistance checking ) 7. Spirit minimum 30 cms long with 3 bubbles for horizontal / vertical measurement 8. Wire gauge (circular type) disc 9. Foot rule 10. Magnifying glass 11. Screw driver 30 cms long 12. Ball pen hammer, 100 gms.

Page 106: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

106

SECTION – 4.

SCHEDULE A TO F

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

( A Govt. of India Enterprise ) CP DIVISION, RITES OFFICE COMPLEX-II ,

PLOT NO-144, SECTOR-44, GURGAON – 122001.

Page 107: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

107

SECTION - 4 PROFORMA OF SCHEDULES

( Operative Schedules to be supplied separately to each intending tenderer )

SCHEDULE ‘A’

Schedule of quantities ( As per Bill of Quantities attached )

( BOQ to be attached with Financial Bid )

SCHEDULE ‘B’ – Refer Clause 10 of Clauses of Contract

Schedule of materials to be issued to the contractor.

S.No Description of items

Quantity Rates in Figures & words at which the material will be charged to the contractor

Place of Issue

1 2 3 4 5

NIL / NOT APPLICABLE

SCHEDULE ‘C’ – Refer clause 34 of Clauses of Contract.

Tools and plants to be hired to the contractor.

S.No Description Hire charges per day Place of Issue 1 2 3 4

NIL / NOT APPLICABLE

SCHEDULE ‘D’

Extra schedule for specific requirements / documents for the work, if any.

NIL / NOT APPLICABLE

SCHEDULE ‘E’

Schedule of component of Cement , Steel, other materials, POL, Labour etc for Price Escalation

(Refer Clause 10 CC of Clauses of Contract)

CLAUSE 10 CC

Component of Cement (Xc)

expressed as percent of total value of work 00%

Page 108: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

108

Component of steel (X5)

expressed as percent of total value of work 00%

Component of other materials (XM) (except cement & steel)

expressed as per cent of total value of work 00%

Component of labour (Y)

expressed as percent of total value of work 00%

Component of P.O.L (Z)

expressed as percent of total value of work 00%

Total = 00 %

SCHEDULE ‘F’

Reference to General Conditions of Contract

Name of Work “Supplying, Assembling/Fixing & Placing in position FURNITURE in Annexe Buildinsg for SIS (School of International Studies), SSS-III (School of Social Sciences),SLL&CS(School of Language, Literature & Cultural Studies) & School of Computational & Integrative Sciences (SC&IS) at JNU, New Delhi.”

Estimated cost of work : Rs 7,17,02,748.00

Earnest money : Rs 7,17,000.00

Performance Guarantee (Ref. Clause 1) : 5% of Tendered value.

Security Deposit: (Refer clause 1A) : 5% of Tendered value

Notice Inviting Tender and Instruction to Tenderers Officer inviting tender : General Manager / RITES. CONDITIONS OF CONTRACT

Definitions

2 (iv) Employer : Jawahar Lal Nehru University (JNU), New Delhi.

2 (v) Engineer-in-Charge : GM RITES ,

2(vii) Accepting Authority : SBU Head ( GGM / GM) RITES .

2(ix) Percentage on cost of materials and labour to cover all : 15% overheads and profits. 2(x) Standard Schedule of Rates : Market Rates.

Page 109: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

109

2(xiii) Date of Commencement of work : 15 Days from the date of issue of LOA or the first date of handing over of site whichever is later. 9(a) (ii) General Conditions of Contract : RITES General Conditions of contract updated on 23rd August 2011 as modified & corrected CS No - 1 Dated 28th Nov 2011 & CS No – 2 Dated 9th Jan 2012. CLAUSES OF CONTRACT Clause - 1 (i) Time allowed for submission of Performance Guarantee( P.G.) from the date of issue of Letter of Acceptance : 15 Days.

(ii) Maximum allowable extension beyond the period provided in (i) above : 3 Days.

Clause - 2 Authority for fixing compensation under Clause - 2 : SBU Head ( GGM / GM) RITES . Clause - 2A Whether Clause - 2A shall be applicable : NO Clause - 5 5.1 (a) Time allowed for execution of work : 6 Months. Date of Start : 15 Days from the date of issue of LOA or the first date of handing over of site whichever is later. 5.1 (b) TABLE OF MILESTONE ( S )

S. No

Financial Progress Time Allowed in days ( from day of start )

Amount. to be withheld in case of Non Achievement of

Milestone 1 1/8th ( of the whole work ) 1/4th ( of the whole work )

45 Days. 1% of the tendered value of work .

2 3/8th ( of the whole work ) 1/2 ( of the whole work ) 91 Days

1% of the Balance value of work .

3 3/4th ( of the whole work ) 3/4th ( of the whole work ) 126 Days

1% of the Balance value of work.

4 Full Full

Page 110: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

110

Clause – 5 A Shifting of Stipulated date of Completion competent Authority : SBU Head ( GGM / GM) RITES .

Clause - 6 A Whether Clause 6 or 6A applicable : 6A Clause -7 Gross work to be done together with net payment/adjustment of advances for material collected, if any, since the last such payment for being eligible to interim payment : Rs 50 Lacs. Clause – 10A (i.) Whether Material Testing Laboratory : NO. is to be provided. (ii) If “YES’ list of equipments to be provided. : NA Clause - 10 B Whether Clause 10B (ii) to (v) applicable : Clause - 10B (ii), (iv), (v) & (vi) Applicable. Clause - 10B (iii) Not Applicable. Clause - 10 CC Whether Clause 10 CC applicable. : NO. Clause - 11 Specifications to be followed for execution : Technical Specification under Section-3 of work As specified in Specifications, IS codes, International Codes & best trade practices.

Clause -12 Clause 12.2 Deviation Limit beyond which i) For Furniture Works 12.3 & 12.5 Clauses 12.2,12.3 & 12.5 shall Plus 25% . apply. Minus No limit 12.5 Definition of Foundation item if other

than that described in Clause 12.5 : NOT APPLICABLE. Clause - 16 Competent Authority for : SBU Head ( GGM / GM) RITES . deciding reduced rates Clause - 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at

site :- The Contractor shall provide list of Mandatory machinery, tools & plants to be

deployed by them at site required for the proper execution of the work/works for the approval of Engineer–in charge along with the work programme (PERT/ CPM) as mentioned in clause 5.1 and its sub clauses. The deployment of type, capacity

Page 111: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

111

and number of machinery, tools and plants shall be done as approved by the Engineer–in charge whose decision will be final and binding on the contractor .

Clause - 25 Appellate Authority : SBU Head ( GGM / GM) RITES . Appointing Authority : Divisional Head / Executive Director RITES Clause - 36 (i) &(iii) Minimum Qualifications & Experience required and Discipline to which

should belong

Designation

Minimum Qualification

Minimum working experience

Discipline to which should belong

Nos

Principal Technical Representative

- - - -

Deputy Technical Representative

- - - -

Engineers - - - - .

Clause - 36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy Technical Representative

Designation Rate of Recovery per month (in Rs) for

non-deployment Principal Technical Representative - Deputy Technical Representative - Engineer (Degree ) - Engineer (Diploma Holder) -

Clause - 42 i)(a) Schedule/statement for determining NA theoretical quantity of Cement & Bitumen on the basis of Delhi Schedule of Rates printed by CPWD ii) Variations permissible on theoretical

Quantities.

a) Cement for works with estimated cost NA put to tender not more than Rs.5 lakhs for works with estimated cost put to NA tender more than Rs.5 lakhs

b) Bitumen for All Works. NA

Page 112: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

112

c) Steel Reinforcement and Structural NA steel sections for each diameter,

section and category

d) All other materials. NA

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Sl. No

Description of Item Rates in figures and words at which recovery shall be made from the Contractor.

Excess beyond permissible variation

Less use beyond the permissible variation

1 Cement NOT APPLICABLE 2 Steel reinforcement

3 Structural Sections 4 Bitumen issued free 5 Bitumen issued at stipulated

fixed price Clause – 46 Clause – 46.10. Details of temporary accommodation including number of rooms and their sizes as well as furniture to be made available by the contractor . NOT APPLICABLE. Whether Clause 46.11.1A shall be applicable Yes Whether Clause 46.13A shall be applicable No Clause - 46.17 City of Jurisdiction of Court DELHI Clause 47.2.1 Sum for which Third Party Rs. 5.00 Lakhs per occurrence with the Insurance to be obtained. number of occurrences limited to four. Clause - 55 Whether clause 55 shall YES be applicable. If yes, time allowed for completion 15 Days. of sample floor/unit.

Page 113: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

113

SECTION – 5.

GENERAL SPECIFICATIONS

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

( A Govt. of India Enterprise ) CP DIVISION, RITES OFFICE COMPLEX-II ,

PLOT NO-144, SECTOR-44, GURGAON – 122001.

Page 114: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

114

SECTION - 5

GENERAL SPECIFICATIONS

Nil

Page 115: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

115

SECTION - 6

DRAWINGS

TENDER No : RITES/CP/JNU/Furniture Annexe & (SC&IS)/2012

( A Govt. of India Enterprise ) CP DIVISION, RITES OFFICE COMPLEX-II ,

PLOT NO-144, SECTOR-44, GURGAON – 122001.

Page 116: TENDER AND CONTRACT DOCUMENT FOR - Rites FUR Tech Bid.pdf · TENDER AND CONTRACT DOCUMENT ... acting for and on behalf of Jawahar Lal Nehru University, New Delhi as an Agent / Power

116

LIST OF DRAWINGS ENCLOSED

S.No DRAWING TITLE DRAWING NO

A SSS-III ( School of Social Sciences )

1. Furniture Layout Stilt Floor Plan JNU-SSS-FUR-PLN-201R1

2. Furniture Layout First Floor Plan JNU-SSS-FUR-PLN-202R1

3. Furniture Layout Second Floor Plan JNU-SSS-FUR-PLN-203R1

4. Furniture Layout Third Floor Plan JNU-SSS-FUR-PLN-204R1

5. Furniture Layout Fourth Floor Plan JNU-SSS-FUR-PLN-205R1

B SIS ( School of International studies)

6. Furniture Layout Stilt Floor Plan JNU-SIS-FUR-PLN-201R1

7. Furniture Layout First Floor Plan JNU-SIS-FUR-PLN-202R1

8. Furniture Layout Second Floor Plan JNU-SIS-FUR-PLN-203R1

9. Furniture Layout Third Floor Plan JNU-SIS-FUR-PLN-204R1

C SLL&CS ( School of Language, Literature & Cultural Studies)

10. Furniture Layout Stilt Floor Plan JNU-SL-FUR-DET-201R1

11. Furniture Layout First Floor Plan JNU-SL-FUR-DET-202R1

12. Furniture Layout Second Floor Plan JNU-SL-FUR-DET-203R1

13. Furniture Layout Third Floor Plan JNU-SL-FUR-DET-204R1

D SC& IS ( School of Computational & Integrative Science)

14. Furniture Layout Ground Floor Plan JNU-SIT-FUR-DET-201R1