You are on page 1of 12

Bid Number/बोली मांक ( बड सं या) :

GEM/2023/B/4036254
Dated/ दनांक : 05-10-2023

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 16-10-2023 12:00:00

Bid Opening Date/Time/ बड खुलने क


16-10-2023 12:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


90 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Uttar Pradesh

Department Name/ वभाग का नाम Na

Organisation Name/संगठन का नाम N/a

Office Name/कायालय का नाम Directorate Of Cottage And Rural Industries Up

Event or Seminar or Workshop or Exhibition or Expo


Management Service - National; Conferences; undefined,
Item Category/मद केटे गर Conceptualization and Planning, Marketing and Promotion,
Participation arrangements, Coordination and Staffing;
Service provider premise; Full d..

Contract Period/अनुबंध अविध 10 Day(s)

Minimum Average Annual Turnover of the


bidder (For 3 Years)/ बडर का यूनतम औसत 50 Lakh (s)
वा षक टनओवर (3 वष का)

Years of Past Experience Required for


same/similar service/उ ह ं/समान सेवाओं के िलए 3 Year (s)
अपे त वगत अनुभव के वष

Past Experience of Similar Services


required/इसी तरह क सेवाओं का पछला आव यक Yes
अनुभव है

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Experience Criteria,Bidder Turnover,Certificate (Requested


in ATC)
Document required from seller/ व े ता से मांगे *In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

1 / 12
Bid Details/ बड ववरण

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 2 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Estimated Bid Value/अनुमािनत बड मू य 2500000

Evaluation Method/मू यांकन प ित Total value wise evaluation

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक PUNJAB NATIONAL BANK

EMD Amount/ईएमड रािश 75000

ePBG Detail/ईपीबीजी ववरण

Advisory Bank/एडवाइजर बक PUNJAB NATIONAL BANK

ePBG Percentage(%)/ईपीबीजी ितशत (%) 2.00

Duration of ePBG required (Months)/ईपीबीजी क


1
अपे त अविध (मह ने).

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
Manager
08 Tilak marg Dalibagh Lucknow
(Manager, Up Matikala Board Lucknow)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

MII Compliance/एमआईआई अनुपालन

MII Compliance/एमआईआई अनुपालन Yes

2 / 12
MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता No

1. The minimum average annual financial turnover of the bidder during the last three years, ending on 31st
March of the previous financial year, should be as indicated above in the bid document. Documentary evidence in
the form of certified Audited Balance Sheets of relevant periods or a certificate from the Chartered Accountant /
Cost Accountant indicating the turnover details for the relevant period shall be uploaded with the bid. In case the
date of constitution / incorporation of the bidder is less than 3-year-old, the average turnover in respect of the
completed financial years after the date of constitution shall be taken into account for this criteria.
2. Years of Past Experience required: The bidder must have experience for number of years as indicated above in
bid document (ending month of March prior to the bid opening) of providing similar type of services to any
Central / State Govt Organization / PSU / Public Listed Company. Copies of relevant contracts / orders to be
uploaded along with bid in support of having provided services during each of the Financial year.
3. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.
4. Past Experience of Similar Services: The bidder must have successfully executed/completed similar Services
over the last three years i.e. the current financial year and the last three financial years(ending month of March
prior to the bid opening): -
1. Three similar completed services costing not less than the amount equal to 40% (forty percent) of the
estimated cost; or
2. Two similar completed services costing not less than the amount equal to 50% (fifty percent) of the estimated
cost; or
3. One similar completed service costing not less than the amount equal to 80% (eighty percent) of the estimated
cost.

Additional Qualification/Data Required/अित र यो यता /आव यक डे टा

The Bidder must have successfully executed at least XX projects of any value in past 3 years of
providing similar services to Central/State Government, PSUs or any other government
organizations:Fulfill terms and conditions

During the (full) duration of contract or contract period Service provider must have a dedicated
team of manpower strength of XX to conduct events:Fulfill terms and conditions

Event Or Seminar Or Workshop Or Exhibition Or Expo Management Service - National;


Conferences; Undefined, Conceptualization And Planning, Marketing And Promotion,
Participation Arrangements, Coordination And Staffing; Service Provider Premise; Full
D.. ( 1 )

Technical Specifications/तकनीक विश याँ

Specification Values

Core

Location of event National

State NA

District NA

pincode NA

3 / 12
Specification Values

Nature of events Conferences

undefined , Conceptualization and Planning , Marketing and Promotion ,


Category of work required
Participation arrangements , Coordination and Staffing

Event premises Service provider premise

Duration of event Full day

Coverage of the event Photography , Report Writing , Videography , Webcasting Open for all

Lunch , Water Bottles , Separate space for lunch/dinner of the Chief Guest/
Boarding
Resource Persons

Flower Decoration , Certificates , Backdrop Standees , Mike and Sound


Inclusion for the event
Setup , Welcome Lamp

Seating arrangement Classroom style , Board Room , Cluster/Banquet Seating , Theatre Style

Addon(s)/एडऑन

Additional Details/अित र ववरण

Estimated/ Indicative number of


500
participants in the event

Additional Specification Documents/अित र विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार

Consignee
S.No./ . Reporting/Officer/ Number of Additional
परे षती/ रपो टग Address/पता event to be Requirement/अित र
सं. organized आव यकता
अिधकार

1 SARVESH KUMAR 226001,8 tilak marg Lucknow 1 N/A

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The buyer can increase or decrease the contract quantity or contract duration up to 25
percent at the time of issue of the contract. However, once the contract is issued, contract quantity or
contract duration can only be increased up to 25 percent. Bidders are bound to accept the revised
quantity or duration

2. Generic

Bidder financial standing: The bidder should not be under liquidation, court receivership or similar
proceedings, should not be bankrupt. Bidder to upload undertaking to this effect with bid.

3. Forms of EMD and PBG

4 / 12
Bidders can also submit the EMD with Fixed Deposit Receipt made out or pledged in the name of A/C
(Name of the Buyer). The bank should certify on it that the deposit can be withdrawn only on the demand
or with the sanction of the pledgee. For release of EMD, the FDR will be released in the favour of the
bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped along
with covering letter. Bidder has to upload scanned copy/ proof of the FDR along with bid and has to ensure
delivery of hardcopy to the Buyer within 5 days of Bid End date/ Bid Opening date

4. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

SCOPE OF WORK AND SPECIFICATION


1. MATIKALA MELA/ EXHIBITION UNDER MARKETING & PUBLICITY SCHEME OF 10 DAYS DURATION T
O BE ORGANIZED AT LUCKNOW DURING THE PERIOD FROM 02NOVEMBER, 2023 TO 11NOVEMBE
R, 2023,
2. 03 DAYS MATIKALA TECHNICAL SEMINAR\MATIKALA TOOLS KITS DISTRIBUTAION AND STATE AW
ARD HONOUR TO MATIKALA CRAFTS MAN AS PER SCHEDULE.

S.No Scope of work Specification


.
Mandatory Work from Permission from district authority/ poli
the part of the fabrica ce/ fire departments has to be obtaine
tor d by the fabricator for which no cost w
ill be compensated except actual amou
nt charged by the department.
1 Stalls · Stalls: 50 Nos.
(a) 10 ft. (L) X 10 ft. (W) X 10 ft. (H) – 50 N
os.
Roofing by CGI sheet. Waterproofing of roof
by tarpaulin 8ft. X 2ft. Size Octonorm table
and two Plastic chairs for each Stall. All
Stalls should be internally covered with whi
te cloth and floor covered carpet. Provision
for front cover of the stalls to close during n
ight. In front of stall 4ft, wide carpet to be p
rovided. Flex Facia mounted on each Stall
with name of the participants
2 Racks · No. 50racks (one rack) for each stall to dis
play product or article.
3 Office Ø An Office Room of 20x10x10 ft. will be ma
de and 2 tables and 4 chairs have to be p
rovided in office room.
Ø A VIP Room of 20x20x10 ft. will be made a
nd in which 2 sofa sets 2 centre table & c
orner table and 10 chairs have to be provi
ded.
4 Toilet As per Requirment Or Mobile Toilet etc.
5 Gate Ø No. of Gate 01of size 30x18x4 ft. has to b
e made.
Ø Sigh board of exhibition has to be display
ed on the gates and given proper lighting
has to be made on it.

5 / 12
6 Water Arrangeme Ø There should be proper and sufficient arr
nts angement of water for drinking and other
purposes.

7 Boundary
As per Requirment

8 lights Lighting System:


Ø Two tube light /LED bulb and one night bu
lb should be provided in each stall. One t
ube light should be provided on facia of e
ach stall.

Ø The whole ground should be illuminated


with 50 /LED bulbs of 45 watts, 20 Haloge
n light 50 tube light and 10 metal lights.
ØProper light decorations have to be made i
n the exhibition.
Ø All Place like- stalls, parking, ground, toile
ts and place of back side of the ground sh
ould be illuminated by proper lighting arr
angement.
Electricity arrangements :
Ø The bidder firm will obtain electric connec
tion of appropriate capacity and security (
refundable) will be paid by the bidder firm
. Generator of appropriate capacity will ha
ve to be installed as power back-up, diese
l & operational charges of generator will b
e met out by the bidder. 24 Hrs. proper lig
hting in the exhibition premises will have
to be ensured by the bidder.
Ø Electric connection will have to be
obtained by the bidder for which only act
ual amount charged by the electricity dep
artment will be reimbursed by UP Matikal
a Board.
Ø If electric Connection is not obtained the
generator of appropriate capacity will hav
e to be installed by the bidder.

9 Led display Ø Led wall panel display unit at main gate f


or 10 days
10 Security
As per Requirment

6 / 12
11 Fire Fighting arra Ø Proper fire fighting arrangements have to
ngements be made as per guidelines of fire departm
ent.

12 Cleaning/ Sanitati Ø Proper Cleaning and Sanitation arrangem


on arrangement ent have to made and dustbin will be plac
ed at appropriate place.
13 Garlands, Flower Ø Proper Gate and other place will be decor
Decoration etc. ation by flower and garland as per require
ments. Appropriate number of bouquets a
nd garland should be supplied at the time
of inauguration and closing ceremony.

14 Sound System Ø Proper sound system has to be provided.

15 Hoardings

Five flex hoarding of 20ftx10ftand 03 flex h


oarding of 20ftx30ft Size have to be display
ed for 15 days (5days before start of the ex
hibition) at prominent locations of the city
where exhibition is organize.

Standee Ø 100 nos. on flex of 8ftX5ft and 5ftX3ft size


16 standee with iron frame have to be displa
yed at different locations of the city wher
e exhibition is organized including hangin
g and printing.

17 Printing of invitati Ø 300 nos. invitation cards along with printi


on card ng and envelop have to be provided.

18 Photography & vi Ø Arrangement for photography (100 nos.


deography during whole exhibition period) & daily vi
deography have to be made and edited
CDs Should be provided.
19 Certificate & mem Ø Certificate & momento for participants 10
ento 0 nos. each have to be provided including
printing.
20 Refreshment. Ø Good quality arrangement for refreshmen
t/tea/ coffee/packaged drinking water for
50 nos. VIPs and 300 nos. gen. persons ha
ve to be provided on the day of inaugurati
on & closing days.
Ø Good quality arrangement of Lunch and D
inner for 10 days for 02 persons of each S
tall

7 / 12
21 Female promoter Ø Two female promoter for exhibition ingua
and ration and momento\award presentation
Announcer etc

22 Plant with garden Ø 50 garden pot with plant fordisplay all ov


pot er exihibition ground.

23 Lodging arrange Ø Beding arrangement for 60 craftsman\par


ment ticipentfor 10 days
24 Sanitation Ø Sanitation for Lodging venue for 10 days
25 Promotion of Mela Promotion of Matikala Mela and schemes to be done o
n LED display panels which are mounted across Luckno
w (Location will be decided as per awailability).
Ø

S.No Scope of work Specification


.
Vanue\Auditorium Santgadge Auditorium and matikala mela g
round, sangeetnatak academy, gomti naga
r, lucknow.
1 Back drap
As per Requirment
2 Standee & Flax B
anners As per Requirment
3 Dias arrangement
VIP 10 Chair And Table With Table Cover,
Firl And Flower Decoration,Bouque etc.

4 Led wall panel


As per Requirment
5 Lunch,tea\snacks
and drinking wate 25 vip lunch each day
r 200 normal lunch& Dinner each day
150 tea and snacks each day
300 bottles of 200 ml. each day
6 Table
60 normal table size 5ftX3ft with cover and
lining border for tools kits display and distri
bution
7 Photography and
videography Complete photography and videography of
the seminar for 03 days.

VALIDITY OF OFFER: The tender/ offer should be valid up to 3 months fro


m the date of submission to UP Matikala Board.
Evaluation of offer:
Stage I;The technical bids of firms who have submitted bids as per the requ
irement of tender/offer document will be opened and evaluated by the com

8 / 12
mittee. After evaluation of technical offers, qualified firm will be selected for
opening of their financial offer.
Stage II; The financial offer of the qualified firms in technical offer evaluatio
n will be opened and fabricator will be selected.
The selected fabricator shall have to enter into an agreement on stamp pap
er of Rs. 100/- with U.P. MATIKALA BOARD at the time of award of work whic
h shall contain the specific terms & conditions governing the contract.
The decision of U.P. Matikala Board with regard to selection of the fabricator
will be final and binding and no communication in this regard will be entertai
ned.
U.P. Matikala Board reserves the right to accept any tender/ offer or reject a
ny for all offer fully or partially without assigning any reason, thereof.
TIME FOR COMPLETION OF WORK
The fabricator selected for the execution of the job will ensure completion of
the job as per specification and latest by two day prior to the date of inaugur
ation of the exhibition/fair. Any laps/ shortfall on the part of the fabricator m
ay result in cancellation of Contract including forfeiting of performance guar
antee and penalty as deemed fit by U.P. Matikala Board.
GENERAL TERMS & CONDITIONS

Offers are invited from parties having experience in construction and fabrication of stalls in exhibitions. Th
e relevant documents in support of experience to be produced with the technical bid.

Other terms & conditions are as under.

1. The contractor should fabricate the exhibition or fair in the space allotted by U.P. Matikala Bo
ard.
2. The Contractor strictly follow the design detail and specifications approved while approval of
offer during execution and carry out work to complete satisfaction of the U.P. Matikala Board.
3. Contractor should complete the work as per the schedule of work given in the tender docume
nts.
4. The contractor should be systematic in work as well as in keeping the work place neat and cl
ean. Quality will be the prime importance.
5. The criteria for selection will include understanding of design, specifications, infrastructure an
d manpower availability and past record carrying out similar type of works.
6. The dismantling of the exhibition or fair and vacating the ground must be done by the contrac
tor with in a day after completion of the event.
7. The agency should make all arrangements to prevent an safeguard any incident form startin
g to work to dismantling of and clearing of the site.
8. Sugestions given by the authorized Matikala officers during the fabrication of the exhibition or
fair premises may be implemented immediately. No extra payment will be made for such type
s of changes suggested by them.
9. Tenders not properly filled, mutilated, with incorrect calculations or generally not complying
with the conditions may reject.
10. Contractor or fabricator has to follow covid-19 rules & regulation strictly.
11. As on requirement additional work may be allotted apart from work given in the tender. Depar
tment will make payment as per actual work done.
12. Payment will be subject to verification report submitted by the verification team on the basis
of actual arrangement made on the ground/ site.
TERMINATION OF CONTRACT

a) If at any time up matiakala board finds that the work of the contractor is not satisfactory as p
er the approved design or the progress of the work is very slow and not of the required speed,
UP Matikala Board can terminate the contract and award the same one or more parties in pan
el to complete the assignment within required time. In such an event contractor who has faile
d in the performance shall be liable for penalty besides forfeiture of performance guarantee.

b) All instructions, notices and communications etc. under the contract given in the writing if se

9 / 12
nt to the last known place of the business, shall deem to have served to the date, even in ordi
nary post, these would have been delivered to party.

c) UP Matikala Board will have the right to reject or accept any offer without assigning any reas
on there of and under no circumstances, will be bound to accept lowest offer.

13. ARBITRATION

If any disputes or differences of any kind arises between the fabricator and up matikala board
in connection with or relating to the terms of this agreement or to carrying out the work or to t
he interpretation of any of the terms of this agreement or relating to any matter incidental, an
cillary or consequential thereto, shall be referred to sole arbitrator to be appointed by the Gen
eral Manager of UP matikala board Lucknow, whose decision shall be final and shall be binding
upon the parties and it shall be in the exclusive jurisdictions of lucknow.

14. PERFORMANCE GUARANTEE/ LIQUIDATED DAMAGES FOR DAY

Selected Contractor or firm has to deposite performanceguarantee 3% of total order value.in t


he form Fixed Deposit or Bank guarantee in favour of U.P. MATIKALA BOARD payable at L
ucknow. The amount of performance guarantee will be released after successful completion
of the exhibition or fair.

15. DEVIATION

The party must comply with the tender/work specification and all terms & conditions of contrac
t. No deviation shall be entertain unless specifically mention by the party in the bid.

16. TAX DEDUCTION AT SOURCE

Income tax and other taxes shall be deducted at source from the running bills as per applicabl
e tax rules.

17. CONTRACTOR’S RATES

The contractor rates must include all the cost like transportation of material to the site, storag
e at site, all taxes such as sale tax, service tax, GST, Excise duty and octroi etc. and the fixing
or placing in position for which the items of work is intended to be operated.

18. COMMENCEMENT OF WORK/ PERIOD OF COMPLETION

The contractor shall commence work on site from 5 days before the start of exhibition or fair a
nd all work as per this tender will be completed one day before the start of exhibition or fair. T
ime shall be essence of the contract.

19. RISC FACTOR :


UPMatikala Board will not own any responsibilities for any kind of loss/ damages of materials o
r employee/ worker of the fabricator. Fabricator will have to own these risks.

19. AWARDING OF WORK ORDER:

Work order will be given to the selected fabricator after evaluation of actual requirements of
work and availability of fund by the exhibition committee on the day opening of tender. Total c
ost of work will be decided by the committee on basis of unit wise rate submitted by the firm i
n financial bid.

10 / 12
.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. Any clause(s) incorporated by the Buyer regarding following shall be treated as
null and void and would not be considered as part of bid:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process.
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is governed by the General Terms and Conditions/सामा य िनयम और शत, conditons stipulated in Bid and
Service Level Agreement specific to this Service as provided in the Marketplace. However in case if any condition
specified in General Terms and Conditions/सामा य िनयम और शत is contradicted by the conditions stipulated in
Service Level Agreement, then it will over ride the conditions in the General Terms and Conditions.
In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

11 / 12
12 / 12

You might also like