Date post: | 10-Feb-2017 |
Category: |
Documents |
Upload: | dinhnguyet |
View: | 218 times |
Download: | 0 times |
Global Expression of Interest to
Build, Own, Operate &Transfer (BOOT) Model
Turnkey Work Laser Show with HD projection on Aqua Screen, Sound
System, Light effects, Pyro Color Flame & Musical Fountains excluding
related Civil, Mechanical, Structural & Electrical work at New Gomti-Ghat,
Dwarka, Gujarat, India.
TOURISM CORPORATION OF GUJARAT LTD.
(A Government of Gujarat Undertaking)
Block No. 16, 4th floor, UdhyogBhavan,
Sector - 11, Gandhinagar - 382 017
Phone: 91-79-23222523, 23225447
Website: -www.gujarattourism.com
Particulars Required along with the Submission of D.T.P
1 Title for “Global Expression Of
Interest” on Build, own, Operate
&Transfer (BOOT) Model
: Turnkey work of Laser Show with HD
projection on Aqua Screen, Sound System,
Light effects, Pyro Color Flame& Musical
Fountains excluding related Civil,
Mechanical, Structural & Electrical work at
New Gomti-Ghat, Dwarka, Gujarat, India.
2 Ref. No. : TCGL/L&S/11/2015
3 G-EOI Type : Pre-qualification cum G-EOI Document
notice on Turnkey Basis
4 Type of Bidding : Online – Bid System (e-tendering).
5 Project Cost (Multimedia Only) : Rs. 15.00 Crore
6 EMD Value : Rs. 15,00,000.00
7 Cost of G-EOI document : Rs. 18,000.00
8 Last Date &time of submission : 05/08/2015up to 3.00 pm
9 Date & time of opening technical bids : 05/08/2015at 4pm(Technical Bid)
10 G-EOI Validity : 150 Days
11 Security Deposit : Equi. to 2.5% of contract value having
validity of 3 years in Form of Fixed Deposit in
favor of Tourism Corporation of Gujarat
Limited
12 Retention Money : 5% in form of Bank Guarantee having validity
of 3 years and Equi. To 2.5% of contract value
will be deducted from each running bill
including final bill
13 Pre-qualification norms & Checklist : As per G-EOI
14 Pre-Bid Meeting– Date : 07/07/2015at 3.00 pm
15 Venue of Pre bid meeting & Mailing
Address
Tourism Corporation of Gujarat Ltd.
Nigam Bhavan Sector 16,Block C,
First Floor, Nr. Gh 4 ½ Bus Stand
Gandhinagar-382016, Gujarat
India
16 Contact person : Mr. Javed Waris
Zonal Engineer
Tourism Corporation of Gujarat Ltd.
Gandhinagar (Gujarat), India.
Mail ID: [email protected]
17 Project Consultant : Mr. N. J. Naidu
Managing Director
Rhino Engineers Pvt. Ltd.
Ahmedabad, Gujarat
India
(M) : 9924304071
Mail ID: [email protected]
TOURISM CORPORATION OF GUJARAT LTD.
(A Government of Gujarat Undertaking)
Pre- Qualification
&
Technical Requirements
Turnkey work of Laser Show with HD projection on Aqua Screen, Sound System, Light
effects, Pyro Color Flame & Musical Fountains excluding related Civil, Mechanical,
Structural & Electrical work at New Gomti-Ghat, Dwarka, Gujarat, India.
TOURISM CORPORATION OF GUJARAT LTD.
Block No. 16, 4th floor, Udhyog Bhavan,
Sector - 11, Gandhinagar - 382 017
Phone: 91-79-23222523, 23225447
Website: -www.gujarattourism.com
PREAMBLE:
Dwarka town, the headquarters of Okhamandaltaluka is located in the extreme west of the
Saurashtra peninsula, on the Arabian Sea at a height of 6.7 m above mean sea level. It is
located at 2222’ N latitude, 6905’ E longitude.
Dwarka is one of the four divine abodes (dhams) by which the Hindus signify the spiritual
boundaries of India. Dwarka is one of the sacred sites of India as Saptapuri. Dwarka is also
the site of one of the 12 Jyotirlingas in India. Shri. AdiShankaracharya is believed to have
visited Dwarka in 9th Century AD and established a Shardapeeth.
Dwarka is bound on the south by the Gomti Creek, on the west by the Arabian Sea and on
the northern and eastern sides by a belt of sandstone formations. The town is at 6.7 m above
MSL altitude. Temple and the walled are located on the highest mound, which is 14.00 m
above the sea level. The area around RavlaLake (now dried) is a low-lying area. The soil is
generally derived from trap rock, as the geographic formation is of volcanic origin. The soils
here are classified as alluvial, black, light brown and alkaline.
BRIEF HISTORY
HISTORY AND EVOLUTION:
History of Dwarka dates back to 5200 years, when Lord Krishna fled from the battle against
Jarasandh and settled in Dwarka and earned the name “Ran-Chhod”. There occurs a vivid
description of the town of Dwarka in SkandaPurana of Mahabharata. It was also called
Dwaramati, Dwarawati, and Kushsthali. Architectural style of main temple indicates that it
was built approximately 1200 years ago, during the Solanki Dynasty.
2nd century to 6th century: After the decline of the Yadav power, the Kalas or Vaghers
were in control of Okhamandal.
6th century AD: Conquest of Okhamandal by Chavdas.
8th century AD: AdiShankaracharya visited Dwarka.
Middle of 13th century to beginning of 19th century: Okhamandal subsequently passed into
the hands of Hindu and Muslim rulers.
1804 AD: Okhamandal captured by British.
1817 AD: Okhamandal was handed over to the Gaekwad of Baroda.
1949 AD: Merger of BarodaState (Okhamandal a part) in BombayState.
1959 AD: Inclusion of Okhamndal in Jamnagar district.
Geographical and topographical elements resulted in the settlement.
With temple and development of trade and port activity the settlement grew within the
fortified town. To describes Dwarka as an island in 19th century.
The island joined with the main land. The temple was well established and prosperous to
support the community. During 700-775 AD AdiShankaracharya visited Dwarka and
established SharadaPeeth. The Ghats developed, with various chatris and shrines built
around them.
With the densification of the area within the fortified walls, the areas outside the wall
developed. The Sudras occupied area from East gate to PathanChowk. Dharamshalas and
temples came up in the west.
With railway line in 1910 AD, the Dwarka was directly connected with the other major
centers throughout the country and hence gained in importance.
The temple and the settlement, within the fortification form the focus of the Old city. It is
located on 14 m high mound above sea level. The town was fortified primarily for
protection. The pockets between the Ghats and the temple consist primarily of religious,
institutional buildings. Residential density is as high as 300- 350 persons/ ha. Four gates
mark the limits of the old city, Eastern Gate, Kharwa Gate, Market Gate, BramhaKund Gate.
Purpose of Global EOI:
The purpose of implementation Turnkey work of Design, Supply, Installation, Testing and
Commissioning of Laser Show with HD projection on Aqua Screen, Sound System, Light
effects, Pyro Color Flame & Musical Fountains excluding related Civil, Mechanical,
Structural & Electrical work at New Gomti-Ghat, Dwarka, Gujarat, India, on BOOT Model.
The Department wishes to short list eligible bidders through Global Expression of Interest
(G-EOl) on BOOT Model, process and take them through a competitive bidding process, to
the final selection of Vendor for providing the latest and state of art systems. Interested
Bidders are invited to submit their proposal with technical expertise, experience,
organizational strengths and capabilities.
Note: Pre-Qualified bidder will be invited for the concept presentation.
Name of Work: Turnkey work of Laser Show with HD projection on Aqua Screen,
Sound System, Light effects, Pyro Color Flame & Musical Fountains at New Gomti-Ghat,
Dwarka.
Details Notice Inviting On-Line Tender
Department Name : TOURISM CORPORATION OF GUJARAT LTD.
Circle : The Managing Director,
TOURISM CORPORATION OF GUJARAT LTD.
Block No. 16, 4th floor, Udhyog Bhavan,
Sector - 11, Gandhinagar - 382 017, Gujarat
Division : General Manager,
TOURISM CORPORATION OF GUJARAT LTD.
Block No. 16, 4th floor, Udhyog Bhavan,
Sector - 11, Gandhinagar - 382 017, Gujarat
IFB No. : Of 2014-15
Name of Work : Laser Show with HD projection on Aqua Screen,
Sound System, Light effects, Pyro Color Flame &
Musical Fountains at New Gomti-Ghat, Dwarka.
Estimated Contract Value (INR) : Rs. 15,00,00,000/-
Period of Completion (in :
Months)
6 (Months) from the date of issue of work
order/letter for commencement of work or within
two months of completion of civil/electrical work,
whichever is later.
Bidding Type :
:
E– Tendering
Bid Call (Nos.) : 2
Tender Currency Type : Single
Tender Currency Settings : Indian Rupee(INR)
Joint Venture : Applicable
Rebate : Applicable
Amount Details:
Bid Document Fee : Rs.18,000/- Bid Document Fee Payable To : THE MANAGING DIRECTOR
TOURISM CORPORATION OF GUJARAT LTD.
4th Floor, Block No. 16, Udhyog Bhavan,
Sector 11, Gandhinagar.
Ph. No. -079-23222523, 23222630
Website: - www.gujarattourism.com
EMD (INR) : Rs. 15,00,000/- Bid Security/EMD in favour of : Managing Director, TOURISM CORPORATION
OF GUJARAT LTD. Block No. 16, 4th floor,
Udhyog Bhavan, Sector - 11,
Gandhinagar - 382 017, Gujarat
G-EOI Dates:
Bid Document Downloading : 23/06/2015 onwards
Bid Document Downloading : End
Date
Up to 06/08/2015 at 3.00 pm
Last Date & Time for Receipt :
(Submission)of Bids online
06/08/2015 at 4.00 pm
Bid Validity Period : 150 days
Remarks : G-EOI document can be downloaded from 23/06/2015
to 06/08/2015, up to 3PM. Demand draft for EMD of Rs.
15,00,000/- (Rupees Twenty Five Lacs Only) and G-EOI
Document fees of Rs. 10,000/- (Non Refundable) shall
be submitted in electronic format only through online
(by scanning), while up loading the bid. This submission
shall mean that EMD and G-EOI Document fees are
received, accordingly offer of those shall be opened
whose EMD and G-EOI Document fees is received
electronically.
However for the purpose of realization of DD, bidder
shall send the DD in original through RPAD/Speed
Post/Courier, so as to reach to the Managing Director,
Tourism Corporation of Gujarat Ltd., Gandhinagar, on
or before @ 3:00 PM of Technical Bid submission online.
Penetrative action as per govt. circular 10/2008/5/s /part
file dated 27/11/08 for not submitting EMD and G-EOI
Document in original to TCGL by bidder shall be
initiated. Bidder has to submit the entire Technical Bid
(Scanned and submitted online-Annexure) and also in
hard copy which includes the prequalification
documents, mandatory to qualify in separate envelop on
or before the online submission date and time, to:
THE MANAGING DIRECTOR
TOURISM CORPORATION OF GUJARAT LTD.
4th Floor, Block No. 16, Udhyog Bhavan,
Sector 11, Gandhinagar.
Ph. No. -079-23222523, 23222630
Website: - www.gujarattourism.com
Other Details
Bid Opening Date : 06/08/2015 if possible
Officer Inviting Bids : Managing Director
Bid Opening Authority : TOURISM CORPORATION OF GUJARAT LTD.
Address : TOURISM CORPORATION OF GUJARAT LTD
Block No. 16, 4th floor, Udhyog Bhavan, Sector - 11,
Gandhinagar - 382 017, Gujarat,
Tender Terms and Conditions:
(A) Details of Tender Item:
Sr.
No
.
Name of Work Estimated
Tender Value
In Rs.
EMD In RS. Tender Fee
In Rs.
Period of
Completion of
Work
1 Laser Show with HD
projection on Aqua Screen,
Sound System, Light
effects, Pyro Color Flame
& Musical Fountains at
New Gomti-Ghat, Dwarka.
Rs
15,00,00,000/-
Rs.15,00,000/- RS 18,000/- 6 (Months) from the
date of issue of
work order/letter
for commencement
of work or within
two months of
completion of
civil/electrical
work, whichever is
later.
General Terms and Conditions:
(1) Bidders can download the G-EOI document free of cost from the website.
(2) Bidders have to submit Price bid in Electronic format only on website
www.gujarattourism.com or www.nprocure.com till the last date & time for submission.
(3) Offers in physical form will not be accepted in any case.
(4) Please upload the required documents in black/ whiteresolutionwith75-100DPI only.
(5) Incomplete and/ or un-eligible document will not be considered, and in absence of such
document tender/ bid will be considered as NON–RESPONSIVE.
All bidders participating as a firm will have to attach a valid Power of Attorney in the name
of the person who signs the bid unless it is signed by the managing director himself/herself.
Bidders will also nominate and authorize the person who will attend various meetings such
as opening of technical and financial Bids. Persons other than such nominated and
authorized shall not be permitted to attend and participate in G-EOI Document. Apart from
registered joint ventures with ROC other consortiums, tie-ups etc. would be ineligible for
bidding.
Pre-Qualification for G-EOI is invited for implementation of Laser Show on turnkey basis
from international companies, Indian company registered with ROC, Partnership Company
and Proprietors.
DOCUMENTS COMPRISING THE BID
The bid prepared by the bidder shall comprise the following documents:
a) EMD and G-EOI Document Fee (physical as well as scanned copy online)
b) Pre Qualification Details
The single envelope containing documents (a) envelope & (b) envelope as mentioned above
should reach TCGL office on or before 06/08/2015 up to 3:00 PM.
Documents to be scan by bidders:
Primary Stage
Upload scan copy of the Bid Fee
Upload scan copy of the Earnest Money Deposit
Upload scan copy of Bank Solvency of Rs. 10 Crore of Nationalized/Scheduled/
Reputed Private Bank issued incurrentcalendaryeari.e.2015.
Upload Scan copy of Permanent Account Number (PAN) along with last three
Years IT returns Certificate and CA turnover certificate.
Upload Scan copy of Valid Service Tax Registration Certificate
Upload Scan copy of Valid Commercial Tax (CST/VAT) Registration Certificate.
Upload Scan copy of other documents, if any.
Upload all annexures.
Pre-Qualification Stage
Online offer for G-EOI on BOOT Model are invited from bidders having experience of
minimum 3 years in handling such Laser Show with Sound, Light, Laser Special Effects &
Musical Fountains etc.
The scope of work includes Conceptualizing, Designing, Execution, Operation and
Maintenance (5 Years) of Laser Show with Sound, Light, and Laser Special Effects & Musical
Fountains. The cost of work under the scope is estimated approximately at INR 15.00Crore.
Sr.
no.
Description Documents to Submit/Upload. Yes No Remark
1 The bidder should be reputed
Bidder of related field of
working having well-established
infrastructure in India with an
office in Gujarat & having
average annual turnover of Rs.
18 Crore of last 3 years (up to
2014-15) in the field of Pro-
AV/ELV.
Bidders have to submit the CA
certified turnover certificate for
last 3 years( up to 2014-15) The
Authorized System Integrator
duly authorized by OEM for the
exclusive purpose of
participation in this tender
various equipment listed in G-
EOI. The MAF should clearly
mention the Tender Name.
.
2 Documentary evidence with
proof of past installation &
completion certification from
end user of Single job done
having value of Rs.12 Crores for
Aqua fountain/ Water Screen/
Pyro technics and 2.0 Crores
for SRS shall be submitted
Copy of work order and
Completion Certificate of Client
should be submitted.
Proof of experience for the past
3 years shall also be submitted
3 In case of the Joint Venture, the
international/National partner
(other than lead partner) should
have successfully executed
projects with minimum value
2.2MIL.USD (Or equivalent to
Indian Currency), for Laser
Shows/ Aqua/ Pyro
technics/RGB LED Light surface
and underwater effects/ Musical
Fountains and USD 750
Thousand Or equivalent to
Indian Currency) if the lead
partner does not have the
credentials as per Clause 2.
The work orders and
completion certificates of
Client to be submitted by
bidders
4 The Bidder should have branch
office / service centre in India
for the last minimum 7 years
Scan copy of Valid Commercial
Tax (CST / VAT) Registration
Certificate should be enclosed.
6 The Bidder should be a
company registered and
operating under a Indian
Companies Act 1956 or a
Partnership Firm registered
under the Indian Partnership
Act 1932 since April 1, 2005 or
earlier.
Attested true copies of company
registered shall be enclosed
7 The Bidder must have on its roll
at least 10 technically qualified
professional in the area Project
Management/Execution/Desig
n/Service & Maintenance in
providing the services in the
AV/ ELV Field.
C.V and their last qualified
certificate shall be attached.
8 The Bidder shall not be under a
Declaration of ineligibility of
corrupt or fraudulent practices
or blacklisted with any of the
Government agencies.
Annexure Documents should
be submitted by the bidders.
9 The Bidder must provide a list
of places where such system
have been installed and/or are
being maintained by him with
their configuration and with
the references. International/
Local reference required.
Work order or purchase order
copies etc. the bidder is
required to provide assurance to
arrange for a visit at such places
in case the committee needs to
evaluate the performance of the
installation.
10 The bidder should be
Authorized System Integrator
for the manufacturer or OEM
for G-EOI related equipment’s.
Bidder should submit
undertaking from the
manufacturer in original to
ensure that they will required
support to technical support to
bidder and also for after sales
service of equipment supplied
for next 5 years
15 The bidder should furnish valid
commercial sales and service
tax registration certificates and
tax paid challans for last 3 years
and valid Permanent Account
Number (PAN) issued by
Income Tax department. (In
case of JV – applicable to the
Lead partner.)
Copy of Permanent Account
Number (PAN), Vat, and
Service tax Certificate along
with last three Years IT returns
Certificate and CA turnover
certificate.
16 The Bidder must submit ISO
certification
Copy of the ISO certificate to be
attached.
EVALUATION POINTS &CRITERIA.
Sr. No Description Marks How to Get Marks
1 Year of Establishment of
the Indian Partner
5
2011-2014 = 1 Marks,
2004 to 2010= 4 Marks,
2003 and earlier = 5 Marks
2 Average Annual turnover
of Rs. 18 Crore in last
three years
10
8 Cr. Or less = 2 Marks,
09 Cr. To 13 Cr. = 3 Marks,
13 Cr. To 18 Cr. = 6 Marks,
18 Cr. Or above= 10 Marks
3 Type of Company (Pvt.
Ltd. / Limited/
Partnership/ Proprietor)
5
Limited/ Pvt. Ltd. = 5 Marks
Partnership = 4 Marks
4 In case of Joint Venture
the International/National
Partner should have
successfully executed a
project with minimum 2.2
MIL.USD. The
successfully executed
project should consist of
all similar items mention
in G-EOI& with a
minimum audience
capacity of 1000 Persons.
Proof of documents
submitted.(In Indian
currency)
10
USD2.2 MIL.USD or above = 10 Marks
1 MIL.USD to 2.1 MIL.USD = 6 Marks
Less than 1 MIL.USD = 3 Marks
5 The work experience of
Authorized System
Integrator and Proposed
Technology used for G-
EOI Project requirement.
Work Completion
Certificates of client
should be submitted
54
(A) System Integrator Experience and
Work completion in the field =10 Marks
(i) Single order of Rs. 12 Crores for Similar
Systems =3 Marks
(ii) Single order of Rs 2.0 Crores for SRS= 3
Marks
(B) Proposed Technology = 35 Marks
(i) Laser Show with HD projection on
Aqua Screen = 25 Marks
(iii) Sound Reinforcement System = 4
Marks
(iv) RGB LED Light surface and
underwater effects = 3 Marks
(v) Pyro Color Flame System=3 Marks
(vi) Musical Fountains = 5 Marks
(C) Any Other Proposed Innovative & New
Technology
= 9 Marks
7 The bidder should furnish
valid commercial tax
registration certificate,
valid service tax
registration certificate and
Permanent Account
Number (PAN) issued by
income Tax department
5
Valid sales tax registration certificate = 2
Marks
Valid service tax registration
Certificate = 2 Marks
Permanent Account Number
(PAN) = 1 Mark
8 Certificate of ISO
5
ISO Certificate = 5 Marks
Minimum Qualifying Marks: 60
SCOPE OF WORK:
Overview of Project Scope
2.1 The prime bidder is required to carry out the above project on turnkey basis for proper
integration and operation of the complete system excluding related civil, structural,
Mechanical, Structural and electrical works. Bidders have to submit system architecture
design data base presentation for proposed turnkey project.
2.2 The Scope of complete work would broadly be: Designing, Supply, Testing, Installation
and Commissioning of all project deliverables. Any cutting/ modification/ removal/ re
installation in the existing structure, prior permission to be taken from the department.
The OEM or Authorized System Integrator shall have to provide details on size, fixing
arrangement of the equipment. The OEM or Authorized System Integrator would also
have to liaise /coordinate with other Govt., trust, authority, architect, PMC, contractor for
getting the same done as per site requirement.
2.3 The OEM or Authorized System Integrator shall act as single point of contact to organize
and manage the entire project - including design, supply, installation, testing and
commissioning of all required hardware, software, accessory items like cable, connector
excluding related civil, structural, Mechanical, Structural and electrical works etc. as per
project requirements and for the equipment supplied.
2.4 If the offers received are without OEM or Authorized System Integrator having carried out
site visit / survey, it would be considered that the OEM or Authorized System Integrator
has understood the requirement fully and shall comply with the functional requirements
of the offered system including the scope of work / services in totality at their own risk
and cost.
2.5 The listed components are the general guidelines for the solution. The turnkey project to
be set up must comprise of state of the art of hardware equipment and software with
collectively offering high uptime.
The estimated cost for the project is Rs.15.00Crore (Multimedia only) and is to be completed
in six months time from the date of issuance of work order/G-EOI or from the date of
handing over of the clear site whichever is later. The project includes the major components
other than the basic requirement as listed below:
Visualizing & making the script by TCGL Agency
Partially Voice over will be arranged by TCGL Agency at bidder cost
Mixing, Programming and Art Production by the Bidder
The duration of content should not be less than 30 minutes.
Basic Requirements :( The bidder must be visit the site. The employer will approve the design
proposal.)
A. Project related required Civil, Structural, Mechanical, Structural and Electrical Work bidder
should submit requirement and work will be carried out by TCGL on e-Tendering system.
A.1. Related props installation for required technologies.
A.2. Required Water Storage & recycling arrangement.
A.3. Administrative & Ticketing Blocks.
A.4. Waiting Launch for visitors and tourists.
A.5. Entry & Exists arrangements for visitors and tourists.
A.6. System Control Room.
A.7. Operating & Technical staff residing arrangements.
A.8. Electric power permission, connection, distribution, lighting and cabling etc.
A.9. Acoustic Diesel Generating set as backup power for complete installation.
A.10. UPS power protection to hi-end sensitive products
A.11. Sound and Lights mounting arrangements.
A.12. All other project design base items.
B. Laser Show with HD projection on Aqua Screen
B.1. Digital Data Controller: Should accept & store encoded data of reqd. show.
B.2. 2 or more nos. of Aqua Screens (22 meterdia. minimum), which should be able to
function satisfactorily in saline water.
B.3. 2 or more nos. of High powered projectors (20K ANSI Lumens minimum).
B.4. Laser Projection System: Solid state Green &RGB Multi colour beams.
B.5. Research and designing show concept.
B.6. Visualizing & Dramatization of the script in first language.
B.7. Content and art production.
B.8. Partially voice over will be arranged by TCGL Agency.
B.9. Mixing, Programming and Art Production.
B.10. Arranging music (original score), recording, mixing, re-mixing.
B.11. The duration of content should not be less than 30 minutes.
B.12. Final system integration &soft commissioning of the project.
C. Sound Reinforcement System:
C.1. Sufficient line array/speakers as out file accompanied by subs.
C.2. Power Amplifiers & processors, microphones.
C.3. Digital Fiber Optic Snake cable connections.
C.4. Required hi-end systems for best show sound performance.
D. RGB LED Light surface and underwater effects
D.1. Sufficient lights effects.
D.2. LED RGBW Wash/Par lights.
D.3. LED RGBW Underwater lights.
D.4. Required DMX controllers.
E. Pyro Color Flame System
E.1. Pyro devices should be fired over and over again.
E.2. Column of flame between 30 feet minimum.
E.3. The systems should shoot as high as 75 feet.
E.4. It should have license to shoot flames from regulations governing body.
E.5. The colors include: purple, blue, green, yellow, orange, and red.
E.6. Required DMX controllers.
F. Musical Fountains
F.1. 16 or more nos. with minimum 32 metre spanning
F.2. Minimum 2 meter pitch with swinging, fixed and brackish type.
F.3. Nozzle, pump & pipe material stainless steel 304.
F.4. Installation on the floating tanks stainless with anti-corrosion painting.
F.5. Digital control fountain swing water features
F.6. Digital nozzle should swing and go round in 360 degree
F.7. Able to operate Multimedia/Music/ Program Control / Classic Static etc.
G. Other Facilities:
G.1. Advance facilities for online booking.
G.2. Related websites and maintenance.
G.3. Display of promos/show clips etc. on site LED Screens/Video walls.
Note:
1. The above mentioned requirements for the show are indicative and bare minimum,
however bidder has liberty to offer the best of industry installation.
2. Complete system installation design should be full proof & protective against corrosion,
dust, rain water and electric leakage current.
NOTE:
a. Seeking necessary approvals (what so ever) from the work related appropriate
authority will be in scope of work of bidder, however department will assist for
the approvals.
b. CRZ (Coastal Regulation Zone), Environment statutory requirements, ASI and
local govt. department approvals are must and will be obtained by the bidder
however department will extend assistance to sought required approval from
various govt. bodies.
Details Functionalities:
The project includes the following major components:
1. Civil, Structural, Mechanical, Structural & Electrical Work: (Scope of TCGL)
c. Bidder to visit the site before submitting offer at their own expenses.
d. Required water storage arrangement by making a bund or check dam on the river.
e. Recycling of water, necessary arrangement to be designs & executed.
f. Rigs, Truss, Structure, Props or any other required mounting arrangements for
Water Screen, Projectors, Fountains & piping, pumps, nozzles, lighting, sound
system and pyro flame system.
g. Administration Blocks, Ticketing Block, Waiting Launch, Entry/Exit
arrangements, Viewers gallery, Control room, Residence blocks for technical &
operating staff to be designs and executed.
h. Obtain required electrical power load from local state electricity company and
comply required norms.
i. Required setup for power distribution with relative cabling etc.
j. Supply and providing required UPS and Acoustic D.G. sets to be installed as back
power to the complete system.
k. For approval purpose, related complete layouts to be submitted.
l. Administration block, ticketing block, all other related design data including
visitors seating arrangement, control room design will be approved from TCGL
and Trust.
2. Content and Art Production:
a. Research and concept towards the Laser Show to be implemented in consultation
with TCGL’s agency.
b. Dramatization of the script in first language, seeking approval from the
appropriate authority & in consultation with TCGL.
c. Voice over will be arranged by TCGL at bidder cost.
d. Bidder should arrange music (original score), recording, mixing, re-mixing, etc.
in consultation with TCGL.
e. Bidder will do the final production of show in consultation of TCGL.
f. Visualizing the content as per the concept with consultation of TCGL.
g. Creating the content (Should not differ from History/ASI declarations)
h. The duration of content should not be less than 30 minutes.
i. All content must get approval from TCGL & Trust.
j. Submission of necessary documents in form of hard/softcopies.
k. The content need to be changed every six months of operation and it should be
made with minimum two versions so that same can be changed after given
interval of time splits as directed by TCGL.
3. Viewers gallery, Control room: (Scope of TCGL)
a. Bidder to visit the site before submitting G-EOI Document offer at their own
expenses.
b. Layout and plans of viewer’s gallery and control room should be submitted by
bidder for approval& Execution to TCGL.
c. Viewer’s gallery & control room design should be approved by TCGL and Trust.
4. Languages
a. Translation of dramatized show scripting Hindi & English and Gujarati language
only.
b. Arrange music (original score), recording, mixing, re-mixing, and tracking in
consultation with TCGL by the bidder.
5. Hardware
a. Location & installation of Hardware should be TCGL &Trust approval.
b. Procurement of Hardware as per the details submitted during presentation & as per
the concept conceived and designed BOQ.
c. Proper installation of the Hardware including all associated works to be completed
in schedule time.
d. Hardware shall be installed without damaging any structure, for which, prior
approval shall be taken from TCGL/Trust.
6. Production, Programming System, Integration soft commissioning in consultation
with TCGL by the bidder.
a. Transferring the voice-over and content generated in the suitable format.
b. Programming and production of the content along with the voice-over, HD
projection on aqua screens, laser and lights effects along with musical fountains
and pyro color flame performance.
c. Final system integration for soft commissioning of the project as per presentation.
7. Any other related work pertaining to laser show not specified/mentioned here in
above is in scope of bidder (other than civil related work).
8. Modifications/ Alterations:
After the show is soft commissioned, the same will be reviewed by the TCGL& Trust.
Suggestion in the concept/integration etc. received from the TCGL or Trust, the same
need to be incorporated before the show is finally commissioned.
9. OPERATION & MAINTENANCE:
A. This show to be arranged between 7 PM to 9 PM, with prior permission from
TCGL and Trust.
B. The power requirement should be not more than 50 KW, which will be
Arranged & managed by bidder.
C. Ticketing, administration and security management will be designed & managed
by bidder.
D. As per site requirement, tourist seating arrangement is a part of G-EOI
Document. Entry, exit and waiting area design and execution are also in the
scope of bidder.
E. Show Ticket charges will be collected by bidder for their routine Maintenance
expenses.
F. TCGL/Trust will decide cost of ticket and shall be reviewed as and when
required but not before six month of last changed of cost of tickets date.
10. Standby Power: UPS, Invertors & Diesel Generator :
Bidder has to arrange for standby power facilities by way of installation of UPS,
invertors and diesel generators etc. for flawless running of the show, in case of power
failure. Bidder has to work out carefully the total electrification, cabling, change over
switch arrangement for the total Laser show equipment. Bidder should consider UPS
for all the hardware installation for receiving the fine power.
11. Life of Components
The implementation of the project is of permanent nature &all the components are
expected to have life of not less than 10years except routine wear and tear.
12. List of Hardware with minimum quantity and approved make:
Details of scope and broad specifications shall be as per price bid:
ID No. Brief Description of work Unit Approx. Qty. 1. SHOW CONTROL
1.1 Digital Data Pumps & Media Servers No. 4 2. AQUA SCREENS
2.1 Aqua Screen System 22m Diameter (fixed, salt)
No. 2
3. AUDIO SYSTEM
3.1 Amplifiers No. 2
3.2 Speakers No. 4 3.3 Subwoofers No. 4 3.4 Data Cabling Qty. Lot
4. FOUNTAINS
4.1 Fountain System- (swinging, fixed brackish) No. 16
5. LASER RAY SYSTEM 5.1 Stella ray No. 2 6. LED LIGHTING
6.1 Fittings - LED RGBW Wash – Underwater lights
No. 1280+16
7. PYRO FX
7.1 Color Flame Systems No. 4 Ap
pro
x.
Qt
y.
8 SPECIAL FX
8.1 Bubble Machine/Foggers No. 18 9 VIDEO HIGH DEFINITION
9.1 Lenses
No.
Accesso
ries
2 9.2 Projectors No. 2
TECHNICAL REQUIREMENT:
The manufacturers/OEM/system integrators are advice to consider latest & “state-of-the-art”
technologies. Location layout for proposed site is attached with this document, for Turnkey work
of Design, Supply, Installation, Testing and Commissioning of Laser Show with HD projection
on Aqua Screen, Sound System, Light effects, Pyro Color Flame & Musical Fountains excluding
related Civil, Mechanical, Structural & Electrical work at New Gomti-Ghat, Dwarka, Gujarat,
India, however all the OEM’s or Authorized System Integrators are advice to visit the site and
arrange to prepare required new drawings for the design base concept presentation.
OEM’s or Authorized System Integrators have to check the tourists/visitors seating arrangement
along with entry & exist arrangement. The revenue generation from ticketing is in the scope of
bidder, hence required administrative block and tickets issue center with proper queue/waiting
space to be design and executed. Advance facilities for online booking, related websites, display
of promos/show clips etc. on site LED Screens/Video walls to be design and executed.
The proposed location is in the middle of Gomti River connected to Arabian Sea. The Gomti
River usually in dry state except monsoon season. The work excludes design & execution of
required civil, structure & Mechanical, Structural work to retain sufficient level of water for the
show requirement. The proposed location is near seashore; hence bidders need to take note wind
velocity for planning and operation of show. The required system control room & source of
electrical power to be considered as per site requirement.
Technical Specification of Table Content:
A. Digital Data Pump: (Make: Master Inc. Touch Screen Series I - Category: Sino
dial Series or equivalent) it should accept & store encoded data from multiplexers.
The hard disk recording & random access replay unit should repeat up to 99
synchronized shows in real time. The package includes touch screen control. It
should have capabilities encompass, the simultaneous processing & controlled
delivery of signals ranging from digital audio, laser scanners, robotics, DMX-512
theatrical lighting control, projectors, fountains & aqua-screens, serial computer &
switched output control plus time code. Each data pump should hold up to 3 hours
of show data & delivers simultaneous signals to dual decoders. Data pump output
should translated through decoders that in turn drive the real-time operation of
whatever presentation equipment is connected. Master data pumps unit with touch
screen PC interface & a ‘Slave’ unit should be reliant on its connect with ‘Master’. It
should have - over 52 virtual channels, touch screen interface (Master unit), employs
parallel pipeline architecture, multiple media capture & delivery system, minimum
2,048 channels of DMX lighting protocol processer, samples, proprietary & standard
protocols should be deliver, plastic & glass fiber outputs for up to 4km transmission,
up to 16 physical data channels, dual discrete decoder drivers or 2 fiber signal
redundancy & 12-channel proportional analogue control.
B. High Power Projector: Minimum 20000 ANSI Lumens Xenon illuminated
(CHRISTIE/BARCO) - min. 2 nos. (20,000 ANSI lumens 3 chip DLP technology
SXGA+ 1400 x 1050 resolution1800:1 contrast ratio enabling highly enhanced image
detail, with blacker blacks and whiter whites. All new 10-bit image processing
providing broader color spectrum and wider input signal compatibility Built-in
stacking and rigging 3kW Xenon Bubble lamp system providing photo-realistic color
with the ability to edge-blend and tile images wide source compatibility and built-in
Ethernet networking for full compatibility with total projector monitoring
and control. It should be 3D upgradable.
C. Audio System: Amplifiers – As required, Front house sound system shall
consist of two set of sufficient line array system as out file accompanied by subs as
prescribed by manufacturer. The array tops shall consist of 2” compression drivers of
150 watts for reproduction of mids and high frequency. Two 10" transducers of 500
watts for low / low mid frequency. (Bose, El- Acoustic, Adamson's, Meyers) The
Mixing console should be capable of 5.1 Surround. Digital Fiber Optic Snake
connecting Console work surface to Stage Input Racks. (Midas/Digico/Yamaha).
D. LV Fountains System: 16 Nos. with 32 meter spanning @2meter pitch with
swinging, fixed and brackish type. Which is installed on the floating tanks in iron
steel or stainless with anti-corrosion painting since its floating platform system
could rise or drop with
the water levechanges, the fountain operating schedule should not be affected by
seasonal water level difference, which should be widely applied in large natural or
artificial lake or river. It should be able to operate Multimedia Control / Music
Control / Program Control / Classic Static etc. It’s should have nozzle material & pipe
material stainless steel 304 with pump material of stainless steel 304 or cast-iron as
per the site requirement. It should be digital control fountain swing water
features can synchronously or solely swing and rotary in two/three-dimensional
directions, which should produce discretionary and tridimensional water shape.
Installed on the frame of inlet/outlet intersecting water pipes, powered by
underwater motors, the nozzle can swing and go round in 360 degree, to form many
different water shapes. It should have accurate machining process, highly advanced
control technology; digital nozzle to be used. It should easy to maintain after
installation.
E. Lighting and Effect machines:
LED Par light
PAR20/PAR30/PAR38
Voltage: 220-240V
Number of LED: 15/36/60
Wattage: 0.8 to 4W
Colors: white/warm, white/red/yellow/blue/green/color changing
Lifetime: 50,000 hours life
Certifications: CE and RoHS
LED Par/Wash Lights
Power: 3W
Light source: LED red, green, blue
Function: It is max mix color, color change, flash, speed/luminance the adjustable
Control signal: Controller with DMX512 (4CH)
Shell : Aluminum, iron and 2color: black, white
F. Stella Ray Laser System: It is having immense power requirement for large
scale outdoor special FX, The eye of the Stella ~ Ray should extremely powerful. It
should generate an emerald green beam of incredible brilliance to allow it to
dominate the sky at night. The high power YAG technology should be provided for
highest visible special effects.
“ +15 Watts- solid state RGB Multi color LASER, producing 16.5 millions of colors
capable of production of graphic & 3 D abstracts projection through high speed
scanning system, controlled through Pangolin Animation Software, c/w beam show,
synchronized to voice /music, running on CAT-6 networking cable”
“+5 Watts- solid state Green single color LASER capable of producing graphics & 3 D
abstracts projected through high speed scanning system, controlled through Pangolin
Animation software, running on CAT-6 networking cable” Required for projecting
laser Graphics, Manual/Motorized.
G. Pyro color flame system: It should be safer than pyro devices and should be
fired over and over again. It should be a column of flame between minimum 30 feet.
The systems should shoot as high as 75 feet. It can refer to as flame cubes. There
should line burners that should produce a wall of flame between 30 feet long that can
reach up to 70 feet high. It have license to shoot flames from regulations governing
body. The colors include: purple, blue, green, yellow, orange, and red. The effect
should dazzle and nothing screams haunted attraction more than colored flames.
H. Inverter/UPS: It should be suitable to sensitive hardware equipment. The
approved make (SU-KAM, LUMINOUS, APS) the rating should be as per site
requirement of installed hardware equipment.
I. Acoustic DG Set: The DG Set should be required for complete system setup.
The DG Set must be silent with appropriate Acoustic Enclosure & canopy. Necessary
Change over switches must be required & Proper Earthling required for DG Neutral
& Body. Approved make: (Kirloskar, Sudhir, Gmmco)
The Tourism Corporation of Gujarat Limited values the creativity and technical excellence
of its professional partners. As such it is looking for a unique and innovative company that:
a. Can provide a turnkey solution of the highest quality and taste, befitting the stature
of the content and site.
b. Attracts devotees, holds their interest, and becomes a must-see part of the Dwarka
experience.
c. Can successfully demonstrate impeccable show-control reliability, repeatability, and
re-programmability
d. Is easily operable nightly on a multiple performance basis, and can be operated and
maintained by personnel nominated by The Tourism Corporation of Gujarat following
the proper training.
e. The successful bidder will have to interact with the nominated Architects to mold
their proposal as per designs already available.
f. Has sufficient capacity to supply the necessary mediums.
CODES:
The equipment and installation shall comply with the current provisions of the following
codes and standards:
Underwriters Laboratories (UL)
International Standards Organization (ISO)
ISO-9000
ISO-9001
European Union (EU)
EMC Directive 89/336/EEC
Electromagnetic Compatibility Requirement
AnnexureA-1: Declaration Letter of Bidder
(Must be submitted on bidder’s letter pad with authorized signatory)
Date:
To,
The Managing Director,
TOURISM CORPORATION OF GUJARAT LIMITED,
Block No. 16, 4th floor,
Udhyog Bhavan, Sector – 11,
Gandhinagar, PIN 382 017,
Gujarat, India.
Sir,
I/We have carefully gone through the G-EOI document regarding Pre-qualification of
Vendors for “Turnkey work of Design, Supply, Installation, Testing and Commissioning of
Laser Show with HD projection on Aqua Screen, Sound System, Light effects, Pyro Color
Flame & Musical Fountains excluding related Civil, Mechanical, Structural & Electrical
work at New Gomti-Ghat, Dwarka, Gujarat, India.
I / we hereby declare that
1 All the information related to our company, manpower, customer base, projects,
financial details, data sheet of the products offered etc. provided in our offer is true
and without any alteration / modifications.
2 All the provisions of this G-EOI Document are acceptable to my company. No violation
of the terms and conditions as mentioned in the G-EOI document has been made.
3 I declare that my company including consortium members has not been debarred / black
listed by any Government / Semi Government organizations in India.
I further certify that I am an authorized signatory of my company and am,
Therefore, competent to make this declaration.
Yours faithfully,
(Signature of the Bidder)
AnnexureA-1: Declaration Letter of Joint Venture
(Must be submitted on letter pad with authorized signatory of all partners including lead partner)
Date:
To,
The Managing Director,
TOURISM CORPORATION OF GUJARAT LIMITED,
Block No. 16, 4th floor,
UdhyogBhavan, Sector – 11,
Gandhinagar, PIN 382 017,
Gujarat, India.
Sir,
I/We have carefully gone through the G-EOI document regarding Pre-qualification of
Vendors for “Turnkey work of Design, Supply, Installation, Testing and Commissioning of
Laser Show with HD projection on Aqua Screen, Sound System, Light effects, Pyro Color
Flame & Musical Fountains excluding related Civil, Mechanical, Structural & Electrical
work at New Gomti-Ghat, Dwarka, Gujarat, India.
We hereby declare that
1 All the information related to our specific work as described in G-EOI Document that
company, manpower, customer base, projects, financial details, data sheet of the
products offered etc. provided in our offer is true and without any alteration /
modifications.
2 All the provisions of this G-EOI Document are acceptable to our company. No violation
of the terms and conditions as mentioned in the G-EOI document has been made.
3 I declare that our company including consortium members has not been debarred / black
listed by any Government / Semi Government organizations in India.
We further certify that we are an authorized signatory of our company and therefore,
Competent to make this declaration.
Yours faithfully,
(Name of Lead Partner) (Name of First Partner) (Name of Second Partner)
Annexure A-2: Authorization Letter from OEM
(Must be submitted on OEM’s letter pad with authorized signatory)
Date:
To,
The Managing Director,
TOURISM CORPORATION OF GUJARAT LIMITED,
Block No. 16, 4th floor,
Udhyog Bhavan, Sector – 11,
Gandhinagar, PIN 382 017,
Gujarat, India.
Sub. :Turnkey work of Design, Supply, Installation, Testing and Commissioning of Laser
Show with HD projection on Aqua Screen, Sound System, Light effects, Pyro Color Flame &
Musical Fountains excluding related Civil, Mechanical, Structural & Electrical work at New
Gomti-Ghat, Dwarka, Gujarat, India.
Ref.: Tender ID
This is to certify that we M/s as Original Equipment Manufacturer of
system are participating directly for this tender or authorizing M/s. To
quote against this tender no. On our behalf to Government of Gujarat.
We also undertake that we will support this project of “TOURISM CORPORATION OF
GUJARAT LTD.” Directly or through our Authorized Distributor M/s by providing service
support for a period of 4 years after the warranty period.
We are pleased to inform you that M/s is associated with us from last years
continuously and they have trained man power to support our products.
Thanking you,
Yours faithfully,
(Signature of Authorized Person and Seal)
ANNEXURE A-3
BANK GUARANTEE
Form of Performance Guarantee Bond (Bank Guarantee)
Whereas M/s. ____________________________________________________ have been
awarded a contract dated ___________________for the project ____ as specified in the EOI
Document by the Managing Director, TCGL.
Whereas the said M/s. __________________________________________has approached
Us ___________________________________________Bank to provide a PERFORMANCE
GUARANTEES BOND to The Managing Director, TCGL for the work undertaken by M/s.
________________________ and
Whereas. We, the _____________________________ Bank have agreed to provide such a
PERFORMANCE GUARANTEE BOND.
Now therefore, we the _______________________Bank provided the following
performance Bank Guarantee by way of these Bond to The Managing Director, TCGL.
1. The contract value of the contract provided to M/s. _____________________by The
Managing Director, TCGL in `___________. This guarantee in the nature of
PERFORMANCE GUARANTEE is provided so as to ensure and indemnify The
Managing Director, TCGL for full and proper performance of the contract by M/s.
______________________the _______________________________Bank hereby
indemnify The Managing Director, TCGL for all losses and / or damages to the
existing structures/amenities surface which would be laid or resurfaced by
M/s.________________________ and such PERFORMACE GUARANTEE would
include any damage to the structure, steel structures which may be suffered by The
Managing Director, TCGL as a result of defective material, because of poor
workmanship, or at all, by way of this bond, we the
_________________________________Bank agree and promises that in the
eventuality of the contractors M/s.
__________________________________________not repairing or remedying the
problem, loss or damage to the road surface we shall indemnify and pay The
Managing Director, TCGL such expenses, losses and damages that may be incurred
by The Managing Director, TCGL, as a result of The Managing Director, TCGL
getting the work done itself or from the other source.
2. We _______________________________ Bank agree and understand that the
decision as to whether any losses or damages to the project have taken place or not
and / or whether the work suffers from poor workmanship or not will be taken by
the Advisor of The Managing Director, TCGL and on the Advisor 's decision
regarding such losses or damages or defect whatsoever being so notified by The
Managing Director, TCGL to us, We shall immediately take steps and ensure that
M/s. __________________________________ faithfully and diligently carry out the
necessary remedial steps to the full satisfaction of the Advisor of The Managing
Director, TCGL. The opinion of the Advisor as to whether full and complete remedial
steps, to the full satisfaction the Advisor of the Managing Director, TCGL have been
taken or not, will be that of The Managing Director, TCGL. For the purpose, of
arriving at such decision as aforesaid it will be open to the Advisor of The Managing
Director, TCGL in case he so desires, to delegate this power to subordinate like the
Engineer-in-Charge to take appreciate decision and the decisions referred to above
will be deemed to be properly taken and as if taken by the Advisor of The Managing
Director, TCGL. In the eventually of M/s.______________ not taking remedial action
to the almost satisfaction of the Advisor of The Managing Director, TCGL will be
entitled to get the work done itself or from other sources. On the Advisor of The
Managing Director, TCGL notifying to us the total expenses incurred for this purpose.
We hereby expressly have under taken to pay The Managing Director, TCGL the said
amount forth with and in any case not less than 7 days from taken to pay The
Managing Director, TCGL the said binding the amount indicted by the Advisor of
The Managing Director, TCGL and our obligation to pay such amount will be
continuing of The Managing Director, TCGL and our obligation irrespective of any
dispute of differences that may arise between us and M/s.
_____________________________ of between The Managing Director, TCGL and
M/s. ____________________________________.
3. The contract value is __________________________. This PERFORMANCE
GURANTEE is limited to ___ the said contract value and accordingly it comes to `
_______________________ our liability will be in all cases be limited to
`_________________.
4. We agree and undertake that this PERFORMANCE GURANTEE will be valid for a
period of 30 days from the date when the contract work is completed by the
M/s._____________________________________. The Advisor of The Managing
Director, TCGL notify such completion that to us. In case, no such completion it is
notified, this performance guarantee will be a valid for 30 days from the date of
completion of contract works. The Performance Guarantee will come into effect from
such completion date. In case however, the contract of several parts it will be opened
to the Advisor to indicate separate completion dates for separate part and to
simultaneously indicate a breakup of the contract value equivalent to the separate
part. In which case the PERFORMANCE GUARNATEE to extent of the different
completion dates. It is expressly understood that the considering this period of
applicable duration, the date by which The Managing Director, TCGL, intimate the
Bank about the losses, damages or problems as the case may be, shall be considered
as long as such intimation is within a period of 30 days from the completion date. We
the ___________________ Bank will be liable, irrespective of whether the remedial
actions or lack thereof has taken place after the period of the 30 days.
5. We _________________________________ Bank agree that the PERFORMANCE
GUARANTEE which is continuing guarantee will be binding, and enforceable
against us irrespective of any difference / disputes between The Managing Director,
TCGL and M/s. __________________________of between us and
M/s._________________________ and irrespective of any change or variation or
execution time or any forbearance or waiver made or grant by The Managing
Director, TCGL to M/s.___________________________________.
6. In case any disputes arise as to the interpretation or implementation of this
PERFORMANCE GUARANTEE, the matter shall be referred to the sole arbitration
of Advisor of The Managing Director, TCGL whose decision in the matter will be
final.
In case any resource to any court of law is necessitated, the appropriate Civil Court in the
Ahmedabad along will have Jurisdiction.
Date:
Signature of Contractor
ANNEXURE A-4
BANK SOLVENCY CERTIFICATE
Bank Solvency Certificate :
The bidder should furnish the Bank Solvency of Rs. 10 Crore of Nationalized or Scheduled
Bank issued in current calendar year i.e. 2015.
Attach true copy of certificate.
ANNEXURE –2
Format for annual turn overs per the audited accounts
Towards the pre-qualifying experience
2012-13 2013-14 2014-15
Revenue (in INR crores)
Profit Before Tax (in INR crores)
Net Worth of Company
Other Relevant Information
Information 2012-13 2013-14 2014-15
Revenue (in INR crores)
Profit Before Tax (in INR crores)
Net Worth of Company
Other Relevant Information
This is to certify that I/we have examined the above information on the basis of relevant
documents; books of accounts & other relevant information and the information submitted
above is as per record and as per details annexed.
Signature Seal & Membership No of
Chartered Accountant.
Note:
Copy of balance sheets along with profit & loss statements to be attached duly attested
by CA/Gazatted officer/Notary.
In case of Joint Venture copy of sheet of other partners should be attached.
Sheet of audit from Civil/Mechanical, Structural/electrical parties should be attached
ANNEXURE - 3
Experience in Installation of Hardware Equipment in the similar type of Permanent
Multimedia projection show or similar shows on monument / notified
buildings/Sea/River/Theme park Museum etc. On basis of finalization of agreements
executed during the last 3 years supported by minimum two credentials of bidder’s
experience. (In case of JV-applicable to all partners)
Sr.
NO.
Name of
The Show
Cost of the
Project in
INR
Name of the
Client
Starting
Date of
Project
Completion
Date of
Project
Details of
Show
(Authorized Signatory)
NOTES:
Each order/certificate/BOQ/BOM should indicate item details – equipment name, make,
model no., rated capacity & quantity and it should be attached to prove magnitude of
type and size of order completed.
Each of the above listed projects shall be supported with the copy of work completion
certificate
At tested satisfactory completion certificate from the employer indicating the scope of
work and magnitude of work is mandatory
Copy of certified bill and detail of receipt of payments should be attached.
At least 10 Photographs of the project executed shall be attached.
Non-disclosures of any information in the schedule will result in disqualification of the
firm.
In case of private work sufficient authentic proof of work done. Along with evidence of
financial transactions shall have to be furnished.
ANNEXURE – 4 A
List of the System Integrator Experience and Work completion in the field should be submitted
as a single order.
System Integrator Experience and Work
completion in the field
Cost of system executed successfully
Order value of 15 Crores for Aqua fountain/
Water Screen/ Pyro technics
Order value of 2 Crores for SRS
ANNEXURE – 4 B
List of the Proposed Technology
SR.
NO.
Proposed Technology
Mention the availability of the
Proposed Technology (a) For Civil, Structural, Mechanical, Structural and
Electrical related work
YES/NO 1 Related props installation for required
technologies
SOCPE of TCGL 2 Water Storage & recycling arrangement
3 Administrative & Ticketing Blocks
4 Waiting Launch for visitors and tourists
5 Entry & Exists arrangements
6 Operating and technical staff residing
arrangement
7 System Control Room
8 Electric power permission, connection,
distribution, lighting and cabling
9 Acoustic Diesel Generating set as backup power
10 UPS power protection to hi-end sensitive
products
11 Sound and Lights mounting arrangements
(b) Laser Show with HD projection on Aqua Screen
1 Digital Data Controller
2 2 or more nos. of Aqua Screens
3 2 or more nos. of High powered projectors
4 Laser Projection System: Solid state Green &RGB
Multi colour beams
5 Visualizing & making the script
6 Content and art production
7 Partially Voice over
8 Mixing, Programming and Art Production
9 Arranging music ,recording, mixing, re-mixing
10 Final system integration &soft commissioning of
the project.
(c) Sound Reinforcement System
1 Sufficient line array/speakers
2 Power Amplifiers & processors, microphones
3 Digital Fiber Optic Snake cable connections
4 Required hi-end system
(d) RGB LED Light surface and underwater effects
1 Sufficient light effects
2 LED RGBW Wash/Par lights
3 LED RGBW Underwater lights
(e) Pyro Color Flame System
1 should have license to shoot flames from
regulations governing body.
2 Colour Flame System
(f) Musical Fountains
1 16 or more nos. with minimum 32 metre
spanning
2 Minimum 2 meter pitch with swinging, fixed
and brackish type.
3 Nozzle, pump & pipe material stainless steel 304
4 Digital control fountain swing water features
5 Digital nozzle should swing and go round in 360
degree
(g) Any other technology proposed (submitt brief
description of technology)
ANNEXURE - 5
Brief company profile
The bidder needs to provide brief company profile and the details of important key personnel
like – chairman, director, CMD, CEO, Partners & Proprietor- Their Name and Address and
complete basic qualification and numbers in years in similar type of business.
A copy of the joint venture agreement must be attached to this annexure. In case the joint
venture agreement is not acceptable to TCGL, the joint venture may be requested to modify
the agreement accordingly. Failure to submit a modified Joint venture agreement within three
days upon receipt by the applicant of the request for modification will disqualify the applicant
for further consideration.
Sr.
NO
Key personnel Basic Qualification Number of years in similar
type of
Business 01 Chairman 02 CMD 03 Managing Director 04 Director 05 Partner 06 Proprietor
Note:
Civil/Electrical/Mechanical, Structural Party have to mention details about company
profile in same format
Proposed Joint Venture Details: (Maximum three partners allowed including the lead partner)
Enclosure to be attached with Joint Venture Agreement
Name and address of JV
Role and
Responsibilities
(Specify in details)
Financial stake in
percentage
LEAD PARTNER
FIRST PARTNER
SECOND PARTNER
SIGNED ON BEHALF OF:
_________________ ___________________
___________________
(Name of Lead Partner) (Name of First Partner) (Name of Second Partner)
CONSTITUTED ATTORNEY CONSTITUTED ATTORNEY CONSTITUTED ATTORNEY
ANNEXURE – 6
CST/VAT/ Service Tax/ PAN
Bidder to provide the following details along with copy: (In case of JV-applicable to all
partners)
1. Commercial Tax: CST/VAT Registration Certificate
2. Service Tax Registration Certificate
3. Permanent Account Number (PAN)
Note:
The copies of Sales Tax, Service Tax & Income Tax Returns for last three years should be
submitted.
Attach true copy of all above
ANNEXURE - 7
Documented quality policy : ISO or CE Certification
Please provide here with or attach documented quality policy of the company, any ISO or CE or
similar certifications, awards etc.
ANNEXURE – 8
Other Financial Data :
Name of Applicant or partner of a Joint Venture:
Applicants, including each partner of a joint venture, should provide financial information to
demonstrate that they meet the requirements. Each applicant or partner of a joint venture must
fill in this form. If necessary, use separate sheets to provide complete banker information. A
copy each of the audited balance sheet for the last three years should be attached.
Summarize actual assets and liabilities in Rupees for the previous three years.
Financial Information 2012-13 2013-14 2014-15
1. Total assets
2. Current assets
3. Total liabilities
4. Current liabilities
5. Profits before taxes
6. Profit after taxes
7. Depreciation
8. Net worth
9. Annual turnover
Specify proposed sources of credit line to meet the cash flow demands of the projects.
Source of credit line Amount in Rs.
1.
2.
Attach audited financial statements for the last five years (for the individual applicant and / or
each partner of a joint venture).
Firms owned by individuals, and partnerships, may submit their balance sheets certified by a
registered accountant, and supported by copies of tax returns.
Attach Certificate(s) issued by any Bank or Financial Institution for available credit to the Lead
partner and all other joint venture partner.
Banker Name of banker:
Address of banker:
Telephone: Contact Name &Title:
Facsimile: TELEX:
ANNEXURE - 9
Details of Technical Team Member.
The bidder needs to provide the details of key personnel /support staff as proposed by him for
deployment on site for successful completion of the show C.V. and their last collage certificate
shall be attached.
Sr.
NO
Key personnel/ support staff Number to be given by the
Bidder
01 Team Director
02 Script Writer
03 Sound Engineer
04 Light Engineer / Expert
05 System Programmer
06 Other Manpower
The bidder may co-opt experts in any other field deemed necessary.
NOTE:
Civil/Mechanical, Structural/Electrical Party have to provide details key personnel
/support staff as proposed by him for deployment on site for successful completion of
the show C.V. and their last collage certificate shall be attached.
(Signature of Authorized Signatory)
ANNEXURE - 10
BRANCH OFFICE/ SERVICECENTER IN GUJARAT :
All bidders are requested to provide the information in the prescribed form given below.
1
Name of firm:
2 Local Gujarat office address :
Whether owned or rented? :
Copy of property sales deed or rent deed agreement (not less than 3 years).
Copy of sales tax registration.
Copy of service tax registration amendment.
Copy of professional tax registration.
Copy of shops & commercial establishment registration.
3 Mobile: Contact:
4 Landline: Contact:
5 Facsimile: Telex:
6 E-mail:
7 Company registration No:
8 Date of company registration
9 Main lines of business:
ANNEXURE- 11
UNDERTAKING
(On Company Letter head)
We certify that:-
1. I/We have gone through the bid documents and its terms and conditions and fully
understood it. All the terms and conditions are acceptable to me/us.
2. There has been no conviction by a Court of Law or indictment/adverse order by a
regulatory authority for a grave offence against us. It is further certified that there is no
investigation pending against us or the CEO, Directors / Manager /Employees of our
concern.
Date:
Place:
Signature & Seal of Bidder
42
ANNEXURE – 12
O & M OF SIMILAR TYPE PROJECT EXECUTED
The Bidder must provide a list of places where such systems have been installed
and/or are being maintained by him with their configuration & with the references,
Work order or purchase order copies etc. The bidder is required to provide assurance
to arrange for a visit at such place in case the committee needs to evaluate the
performance of the installation.
Sr. NO. Name of The
Show
Place Name of
the Client
Configuration References
(Authorized Signatory)
43
ANNEXURE - 13
UNDERTAKING FROM MANUFACTURER
Bidder to submit an undertaking from the Manufacturer in original to ensure that
they will provide required technical as well as sales & service support for warranty
and subsequent annual maintenance period of 10 years for major equipment.
44
ANNEXURE - 16
History of Litigation :
Application should provide information on any history of litigation or arbitration
resulting from contracts in last five year or currently under execution.
Year Award for / or
Against applicant.
Name of Client, cause of
Litigation and matter of
dispute.
Disputed amount in
Rupees.
NOTE:
If the information to be furnished in this schedule will not be given and come to the
subsequently will result in disqualification of the bidder.
45
Annexure 17: Formats for Submission of Details
All individual firms and each partner of a joint venture are requested to complete
the information in this form. Nationally information should be provided for all
owners or applicants that are partnerships or individually owned firms.
FORM I A: Details Of the OEM
Name
Nature of the legal status in India
Nature of business in India
Date of Incorporation
Date of Commencement of Business
Address of the Headquarters
Address of the Office/service center in Gujarat
Address of the Registered Office in India
Other Relevant Information etc.
FORM I B: Details Of the Authorized System Integrator
Name
Nature of the legal status in India
Nature of business in India
Date of Incorporation
Date of Commencement of Business
Address of the Headquarters
Address of the Office/Service center in Gujarat
Address of the Registered Office in India
Other Relevant Information etc.
Mobile: Contact:
Landline: Contact:
Facsimile: Telex:
E-mail:
Non-disclosure or wrong information/non-acceptance any shall result the
disqualification of the firm.
Change of the name of company or firm shall be supported by legal resolution as per
applicable norms.
46
NOTE:
In case of J.V details of other partners should also be submitted.
Details of Civil/Mechanical, Structural/Electrical Party should also be
mentioned.
(Authorized Signatory)
47
Annexure 18–Case Studies
Experience in execution of similar type of Permanent Multimedia projection show or
similar shows on monument / notified buildings/Sea/River/Theme park Museum etc.
Name of the Applicant: Sr.
No.
Nameof
Customer
Address Start date ofProject Completion
Dateof Project
Scope of the work. Also Specify the
systems installed and achievements
Value of Project in
Rupees
Present Status of
Project.
Note:
Please attach purchase order / contract agreement and completion certificate and
name and contact details of the officer in charge for each of project mentioned.
Advertisement is a part and parcel of the tender documents.