Welcome to
INDIA TRADE PROMOTION ORGANISATION
GSTIN : 07AAATI2955C1ZX , PAN No : AAATI2955C
ITPO/Muba/3/C&D/2013-14
INDIA TRADE
PROMOTION ORGANISATION
(F&B
Unit)
Sub: Bids for Construction
& Decoration of India Pavilion at Muba Fair, Basel (Switzerland), Feb.
14-23, 2014
1. INTRODUCTION
1.1
India Trade Promotion Organization (ITPO) is the nodal agency
of the Govt. of India for promoting trade.
To meet its objectives, ITPO is engaged in organizing fairs, exhibitions
and conventions in India and abroad including trade fairs, India shows, buyer
seller meets, market surveys, etc.
MCH Swiss Exhibition (Basel) Ltd. is the
organizer of Muba Fair. MUBA is Switzerland’s oldest and biggest consumer fair
launched in 1917. Over a surface area of 75,000 sq. mtrs, about 950 exhibitors
present their products, trends and innovations to more than 3,00,000 visitors
from Switzerland and neighboring countries. Retail sales are allowed in this
fair.
2.1
ITPO is representing India in the following fair and will set
up India Pavilion in the area allocated to ITPO. India has been given
an area of 136 sq mtrs in Hall 2 Lay out plan and Design plan are attached.
Name of the fair/exhibition |
Muba Fair, Basel |
Date of the Fair |
Feb. 14-23, 2014 |
Venue |
MCH Messe Basel, Switzerland |
Fair Organiser |
MCH Swiss Exhibition (Basel) Ltd |
Gross area allotted to ITPO |
136 sq mts |
Area required to be build up |
136 sq mts |
2.2
ITPO is inviting bids from the interested companies for
construction & decoration of India Pavilion in the above Show.
3. SCOPE OF WORK
3.1
Gross area allocated to ITPO by the Show Organiser is 136 sqm
in Hall no 2 There will be approximately 20 exhibitors in the India having different size of the booths i.e.
6/9/12/18 sq mtr as per lay out plan.
3.2
The work will include booth construction of the Pavilion in maxima
system of 3.5 mtr height in the front elevation of booths and octonorm system for
stand construction as per specifications given in the drawing/lay out plan
(attached) with display props/furniture, lights, carpeting, power connections,
fascias, carpeting of passage area, title graphics. The Hall will be available
as per fair authorities guidelines, attached herewith and may also may be seen
at the fair authorities website at http://www.muba.ch.
The work must be completed latest by 11a.m on Feb 13, 2014. The premises must
be handed over to the Fair organizer in a neat and clean condition one day
after the conclusion of the event as per the guidelines of the Show
Organizer/Venue Owner.
Guidelines/Regulations of MCH Messe Schweiz, Basel may please be seen at
http://www.mch-group.com and http://www.muba.ch and strictly adhered to. The
Agency will submit all necessary documentation and application forms to
concerned authorities for use of the venue and approval of plans etc. The selected agency will undertake the C
& D activities for the event on turnkey basis and on hire purchase.
3.3
Lay out indicating the circulation plan and size of the
booths is attached. The construction work has to be in accordance with this lay
out plan.
3.4
Designs of standard booth size of 6, 9, 12 and 18 sq mtrs
indicating display aids and furniture, i.e. table, chairs, lockable counter,
shelves, pegboard, electric socket, dustbin, stand lights (600 watt for 12 sq
mtr and rest proportionate), fascia and carpet are attached. The agency will
provide the same as per details given in the plan drawings attached.
3.5
The agency will undertake cleaning of the India Pavilion on
daily basis and maintain cleaning throughout the day.
3.6
The agency will ensure presence of technical manpower onsite
throughout the show for attending any complaint/contingency.
3.7
The agency will provide new carpet inside the booth area as
per the color (red) indicated in the layout plan.
3.8
The material such as wall panels, maxima system, furniture,
display aids etc. to be used by the agency has to be of a very high quality. Chairs/Tables,
counters, display aids etc provided in the stand area should be of same type
& colour.
3.9
Fascia name and booth numbers will be provided by ITPO
separately. Each corner booth will have 2/3 fascias.
3.10
Please provide 3D mages/presentation of India pavilion (both
hard and soft copy) clearing showing the complete projection of India pavilion
from different angles. It must also show the complete 3D look of standard booth
of 6/9/12/18 sq mtrs with complete display aids and furniture. The 3D presentation
should also graphics etc. in detail.
3.11
It shall be the responsibility of the agency for making and
fixing Façade Boards/ Graphics indicating “India†title in German (Indien) and
Hindi at different locations as per the design attached.
3.12
Power supply and main electrical connection will be arranged
by ITPO. It shall be the responsibility of the Agency to distribute the
electricity across the India pavilion.
3.13
The price quoted will be for the whole duration of the event
& include assembling, dismantling, and transportation, maintenance,
cleaning on the day before opening and daily thereafter including waste
disposal and thereafter till the handing over the space in a neat condition to
the fair authorities.
3.14
The Agency is also required to quote rates for optional items
such window dresser/decorators, trolleys, furniture/display items including
shelve, counters, showcase, garment rail, peg board, tables, chairs etc. for
use by ITPO or exhibitors directly.
3.15
The approved agency will be responsible to have sufficient
manpower present at the site for construction & maintenance of the pavilion
and coordination of the event till the end.
3.16
The approved agency will have to settle all bills of the Show
organizers and other vendors before vacating the venue.
4.
Eligibility Criteria
Agencies having the
following criteria are hereby invited to bid for the event on turnkey basis.
4.1
Must be a registered business entity/service provider. Registration no. of TAN/Direct tax/Income
tax/Trade Tax/VAT/GST, etc. as applicable may be quoted in the technical bids
format and copy of the certificate/proof must be attached.
4.2
Minimum annual turnover of Rs. 20 Million for the last 3 years
from the business of setting up of pavilions in international events. Proof of annual turnover from the said
business activities with certificate from auditor or any other empowered
authority must be attached.
4.3
A minimum of 3 years experience in designing and executing
the project on turnkey basis for setting up Pavilion in International events
organized outside India. List of major
events undertaken and clients with whom they have worked in the past must be
attached.
4.4
Submission of EMD in the form of DD is essential for the bid
without which the bid offer will be rejected.
5.
TERMS & CONDITIONS
5.1
The approved bidder will work under the directions and
guidance of ITPO. It shall be the sole
responsibility of the Agency to ensure all activities undertaken by them for
ITPO are in accordance with the Swiss Laws.
5.2
Bid value should be quoted in CHF (Swiss Francs) only
inclusive of all taxes.
5.3
Interested eligible agency may submit their bids as per
Annex-I & II with supporting documents including earnest money (EMD) of Rs.
one lakh or equivalent Euros in the form of a demand draft drawn in favour of
India Trade Promotion Organization payable at New Delhi. The EMD will be refunded to the unsuccessful
bidder after the selection of the vendor.
The EMD will be refunded to the successful bidder after completion of
the project satisfactorily.
Misrepresentation of facts/withdrawals of bids will lead to forfeiture
of EMD.
5.4
Agency will ensure that the manpower engaged for India
Pavilion should be in the line with the local laws. Further, the agency indemnifies ITPO against
any claim.
5.5
The agency is required to sign each page of the bid documents
by the authorized signatory.
Authorization letter is to be enclosed.
Validity of the bid is till 90 days of last day of submission of bids.
5.6
ITPO shall have right to appoint different agencies for
different services envisaged in the offer.
5.7
ITPO requires that bidders under this contract observe the
highest standard of ethics during the period of agreement and free from any vigilance
enquiry. The bidders have to bear the
cost associated with the preparation and submission of bid documents to ITPO.
5.8
ITPO will reject a proposal for award of work if it is
determined that the Applicant recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in question.
5.9
ITPO will declare a Applicant/Bidder ineligible, either
indefinitely or for a stated period of time, to be awarded a
contract/contracts, if it at any time determines that the Applicant/Bidder has
engaged in corrupt or fraudulent practices in competing for, or in executing
the contract.
5.10
Agency will indemnify ITPO against any claims, loss, suit,
liability or judgment suffered.
5.11
ITPO reserves the right to
:
·
Make minor changes in the Design plan.
·
Extend the deadline for the submission of applications/bid
documents at its discretion.
·
Accept or reject any proposal at any time prior to award of
contract/order, without assigning any reasons and without any liability on
ITPO.
·
Suspend the project, cancel the contract with the selected
party in part or in the whole at any time if in the opinion of the ITPO it is
necessary or expedient in the public interest.
The decision of the ITPO shall be final and binding in this regard. ITPO shall
also not be responsible for any damage or loss caused or arisen out of
aforesaid action.
·
Modify terms and conditions of the contract which shall be
granted to the successful bidder after the bidding process, if in the opinion
of the ITPO, it is necessary or expedient to do so in public interest or for
proper implementation of the project.
The decision of the ITPO shall be final and binding in this regard.
For interpretation of any
clause of this document, the decision of ITPO would be final and binding on the
bidder.
6.
SUBMISSION OF BIDS
Bids shall be submitted by the bidder with supporting
documents in a sealed envelope in the following manner:
Envelope I : Containing Earnest money in the form
of a DD. Of Rs.1, 00,000/-
Envelope II :
Containing Annexure I (Technical Bid) duly filled in with supporting documents. The envelope should be sealed and
marked as “Technical Bid for Construction/Decoration of India Pavilion at Muba
2014, Basel.
Envelope III : Containing Annexure – II (Financial
Bid) duly filled in for the bid value in CHF (Swiss francs) including all taxes
for the complete project of India Pavilion as per layout plan and terms &
condition of the Tender document. The envelop should be sealed and marked as
for Construction/Decoration of India Pavilion at Muba 2014, Basel.
Envelope- IV : Envelopes I, II & III should be
kept inside the Envelope – IV and again sealed.
The name of the bidder should be clearly written with full address, Tel:
nos., E-mail on the Envelopes (I, II, III & IV)
This Master Envelope (Envelope – IV) should be marked as “Tender Document
for Construction/Decoration of India Pavilion at Muba 2014, Basel.†and shall
be submitted/sent at the following address:
Mr. Sanjay Uppal,Deputy Manager
F&B Division
India Trade
Promotion Organization
Pragati
Bhawan, Room No. 133
Pragati
Maidan
New Delhi –
110001 (India)
Last date
of submission of Bids: 23.01.2014 (12.30 p.m.)
Date of
opening of Technical Bids: 23.01.2014 (3.00 p.m.)
Date of
opening of Financial Bids: 24.01.2014(3.00 p.m.)
·
In case the bidder require any clarifications or further
information, please contact ITPO, Mr SanjayUppal,Deputy Manager, Tel: 2337 8131 (direct), 23371540 ext. 210
Fax: 23371459, Email: sanjayuppal.itpo@gmail.com
during
office hours.
·
The evaluation of bids will be made in two stages – Technical
and Financial. The Technical bids shall
be opened on the same day in the presence of the bidders or their authorized
representatives.
·
Financial bids of only those firms will be considered for
opening who have fulfilled the technical requirement /evaluation. After opening of financial bids, financial evaluation will be made &
financial raking statement will be prepared and the selection of the
vendor/agency will be done on the basis of L1 criteria.
·
Bids received after the dead line of submission of
application will not be considered or opened under any circumstances.
·
No conditional bids shall be considered.
·
Bids received through email shall not be considered.
·
No modification or substitution of the submitted application
shall be allowed. An applicant may
withdraw its application after submission, provided that written notice of the
withdrawal is received by ITPO before the due date for submission of applications. In case an applicant wants to resubmit his
application, he shall submit a fresh application following all the applicable
conditions by the stipulated date.
7. Force-Majeure
If at any time, during the
continuance of this contract, the performance
in whole or in part, by either party, of
any obligation under this is prevented or delayed, by reason of war, or
hostility, acts of the public enemy, civic commotion, sabotage, Act of State or direction from Statutory Authority, explosion, epidemic,
quarantine restriction, strikes and lockouts (as are not limited to the
establishments and facilities of the contractor), fire, floods, natural
calamities for any act of GOD
(hereinafter referred to as EVENT), provided notice of happenings of any such
EVENT is given by the affected party to
the other, within 15 Calendar days from the date of occurrence thereof, neither
party shall, by reason of such event, be
entitled to terminate the this contract, nor shall either party have any such
claims for damages against the other, in
respect of such non-performance or delay in performance provided the
contract shall be resumed as soon
as practicable, after such EVENT comes
to an end or ceases to exist. The
decision of the CMD, ITPO as to whether the service may be so resumed (and the
time frame within which the service may be resumed) or not, shall be final and
conclusive, provided further that if the performance in whole or part of any
obligation under this contract is prevented or delayed by reason of any such
event for a period exceeding 30 days either party may, at his option terminate
the contract.
8. Arbitration
All matters of dispute arising