NIT No 1075-DT/2P-101/2018 Dated, Kolkata 01/10/2018

Size: px
Start display at page:

Download "NIT No 1075-DT/2P-101/2018 Dated, Kolkata 01/10/2018"

Transcription

1 Government of West Bengal Department of Tourism New Secretariat Building, Block A, 3 rd floor, 1, Kiran Sankar Roy Road, Kolkata E mail wbtourismpublicity1@gmail.com NOTICE INVITING TENDER IN SEALED COVER FOR PROVIDING SUITABLE MANPOWER AND BRANDING IN THE TEMPORARY INFORMATION KIOSK/CANOPY IN THE SELECTED LOCATIONS IN AND AROUND KOLKATA IN VIEW OF DURGA PUJA, 2018 NIT No 1075-DT/2P-101/2018 Dated, Kolkata 01/10/2018 The Department of Tourism, Government of West Bengal desires to set up temporary Information Kiosk/Canopy inside the premise(s) of prominent Housing complexes in and around Kolkata in view of Durga Puja, 2018 during the period from to The Kiosk will be operational from AM to 9.00 PM each day for enabling promotion and publicity of W B Tourism and distribution of publicity materials. To start with, 26(approx) Durga Pujo of prominent Housing complexes (Durga Pujo of Abasik Samities) have primarily been selected for this campaign. Sealed tenders are invited from the reputed & bonafide agencies having sufficient credentials & experience in this field for providing suitable manpower at least one per kiosk) in said temporary information Kiosk/Canopy in the Housing complexes in view of Durga Puja, 2018 in and around Kolkata for dissemination of knowledge on Tourism destinations and distribution of Page 1 of 11

2 publicity materials of the department of tourism, Govt of West Bengal. Suitable branding of W B tourism has also to be made to these Kiosks. 1. Necessary earnest money to be submitted for participation is Rs. 20,000/- (Rupees twenty thousand only) through EMD drawn in favour of Joint Director (Accounts), Department of Tourism, Kolkata. 2. Refund of EMD After declaration of Award of Contract (AOC), the EMD will be refunded to the unsuccessful bidder. 3. Scope of work a) Providing of suitable manpower ( at least one per kiosk) with suitable branding in the temporary Information Kiosk/Canopy measuring an area of 8 x6 (minimum) or higher during the period from to from AM to 9.00 PM each day per kiosk. 4. Eligibility for Quoting I. The bidder should have registered with Registrar of Companies. II. III. IV. The bidder must have Trade License to deal the business. The bidder must have GST Registration certificate. The bidder must have been associated with publicity and promotion of West Bengal Tourism within last three years. Copy of the work order and completion certificate should be submitted alongwith the tender document. Page 2 of 11

3 5. ANNUAL TURNOVER REQUIREMENTS The intending bidders should have average minimum turnover of Rs lakhs in preceding 3 years ending totalling lakhs. 6. Submission of the tenders The tender is to be submitted in a two Bid System Bid A Technical documents. The technical documents include Company Specific pre-qualification documents and other technical documents as mentioned. Bid B Financial Bid in sealed cover separately. 7. The technical document should include 1) Application in the prescribed format given in Annexure I 2) Particulars of Bidder in Annexure 1(a) 3) Certificate from a Chartered Firm in Annexure II as per Proforma on Annual Turn over 4) PAN Card of the Bidder Company 5) GST Registration certificate and last quarter GST return. 6) Valid Trade License/Enlistment from Local Self Govt 7) Credential as mentioned above. 8) Income Tax Returns submitted for the Assessment year ) Any other document the prospective bidder may like to add. 7. BID B FINANCIAL COVER BOQ The folder as Financial Bid is to contain a. Cost of proving suitable man power (at least one) to run temporary Information Kiosk/Canopy during the period from to from AM to 7.00 PM each day Page 3 of 11

4 with suitable branding thereof as per approval design and exclusive of Goods & Services Tax (GST) to be quoted. Tax invoice(s) needs to be issued by the bidder for raising claim under the contract showing separately the tax charged in accordance with the provisions of GST Act, b. L1 will be determined on base price only. 8. Evaluation of the tenders a. During the tender evaluation process, the Bid A will be opened first. The Company related document and the credential related document will be verified and evaluated. b. The Bid B (Financial Bids) of only these Tenderers passing the essential qualification related to company specific documents and credential related documents will be opened. c. The decision of the tender evaluation committee regarding the acceptability of the design and drawing of the concerned bidder for the purpose of short-listing them. d. The Tenderers who have passed the technical evaluation will be shortlisted and financial bid of those bidders passing the technical evaluation will be opened. The bidder quoting the lowest rate will be considered as successful considering the order of Finance Department vide G...O. No F(Y) dated THE DECISION OF THE TECHNICAL EVALUATION COMMITTEE/TOURISM DEPT WILL BE FINAL AND BINDING IN THIS MATTER. 9. VALIDITY PERIOD OF AGREEMENT The contract period will be for a period 1(one) year from the date of declaration of award of contract. Page 4 of 11

5 10. Payment terms i. Payment will be made on successful installation of temporary information kiosk as per approved drawing/design & submission of implementation plan thereof. ii. The payment will be made through RTGS/NEFT directly to the bank account of the agency. 11. TIME SCHEDULE 1. Date of floating of the tender Last date for submission of tender in the drop box to be kept in the publicity cell of this office Date of opening of technical bid Date of opening of financial bid Date of issue of award THE DEPARTMENT OF TOURISM RESERVES THE RIGHT TO CHANGE THE ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTER PUTTING UP A NOTICE IN THE DEPARTMENTAL WEBSITE. 13. General instruction to the Bidder i. The cost for HR deployment ( at least one) with suitable branding in the information Kiosk includes all incidental charges & allied work. No escalation of price in the pendency of the contract period will be allowed. ii. The way bill will be the responsibility of the bidder and the department will no way responsible to issuance of way bills. Page 5 of 11

6 iii. Bidder s proposal must respond to each and every requirement outlined in this document in order to be considered responsive. iv. Site Clearance & removal of garbage on account of de-branding from the site after the execution of the project is the responsibility of the selected agency. v. All statutory clearances/licenses are the responsibility of the bidder. 14. THE DEPARTMENT OF TOURISM RESERVES THE RIGHT TO ct CHANGE THE ABOVE SCHEDULE IN CASE OF ANY EXIGENCIES AFTER PUTTING UP A NOTICE IN THE DEPARTMENTAL WEBSITE. 15. Legal Jurisdiction The legal jurisdiction of this contract shall be restricted within judicial jurisdiction of High Court, Calcutta. 16. In case of dispute/difference arising out between the agency and the Tourism Dept relating to any matter, such dispute or differences shall be settled in accordance with the Arbitration and Conciliation Act, The Arbitral Tribunal shall consist of three Arbitrators, one each to be appointed by the Tourism Department and the Agency. The third Arbitrator shall be chosen by two Arbitrators so appointed by the Parties and shall act as Presiding Arbitrator. The decision of the Board of Arbitration thus formed shall be binding upon the Parties. 17. Prospective bidders may mail their queries in the following e mail addresses wbtourismpublicity1@gmail.com, 18. The technical evaluation Committee reserves the right to cancel the N.I.T. due to unavoidable circumstances or to withdraw any item or items and no claim in this respect will be entertained. Deputy Secretary Tourism Department Page 6 of 11

7 APPLICATION FORMAT ANNEXURE I ( To be furnished in the Company s official letter pad with full address and contact no, E mail address etc) (To be submitted on the Letter head of the consultant) To The Deputy Secretary, Govt of West Bengal, Department of Tourism, Subject Submission of bid in response NIT no TW/ dated. Dear Sir, 1. Having examined the NIT document, we, the undersigned, herewith submit our bidding response to your NIT No. with the said NIT document. dated.. in full conformity 2. We have read and understood the provisions of the NIT document and confirm that these are acceptable to us. 3. We agree to abide by this bid, consisting of this letter, the detailed response to the NIT and all attachments, and validity of the bid shall be for a period of 120 days from the date of opening of the Financial Bid. Page 7 of 11

8 4. We hereby declare that we are not involved in any litigation that may have an impact of affecting or compromising the delivery of services as required under this assignment and we are not under a declaration of ineligibility for corrupt or fraudulent practices. 5. We certify that we have not been blacklisted by any department/ society/ body/organization of central/ state government. 6. We hereby declare that all the information and statements made in this bid are true and we accept that any misrepresentation/ wrong information contained in it or suppression of material or relevant facts/ figures may lead to our disqualification. Yours Sincerely, For [ Name] Page 8 of 11

9 ANNEXURE 1(a) PARTICULARS OF BIDDER 1 Name of the Bidder Company 2 Name of the authorized person to submit the Bid (Who holds DSC) 3 Telephone No of authorized person 4 Mobile no of the authorized person 5 Fax No of Bidder 6 E mail ID of Bidder 7 Type of Legal Entity 8 Year of Incorporation/registration 9 Registered Address 10 Correspondence Address of Head Office 11 Telephone No of Head office 12 Fax No of Head office Page 9 of 11

10 15 E mail ID of Head office 16 Correspondence Address of local office, if any Page 10 of 11

11 ANNEXURE II (Certificate from Chartered Firm in the official pad) This is to certify that having been examined the audited Balance Sheet & P/L accounts and other records of M/S... having its official address at... It is also certified that Annual Turnover of the firm for the Financial years , & are Rs...lakh., Rs...lakh. & Rs...lakh. respectively (as per P/L accounts & Balance Sheet of the firm submitted) Signature of the Chartered Firm with Registration No Countersigned Signature of the authorised signatory (bidder) Page 11 of 11