OFFICE OF THE DY. INSPECTOR GENERAL OF POLICE xzqi dsUn ... · Signature of Tenderer with seal Page...
Transcript of OFFICE OF THE DY. INSPECTOR GENERAL OF POLICE xzqi dsUn ... · Signature of Tenderer with seal Page...
Signature of Tenderer with seal Page 1
dk;kZy; iqfyl mi egkfujh{kd
OFFICE OF THE DY. INSPECTOR GENERAL OF POLICE
xzqi dsUnz] ds0fj0iq0cy] dkBxksnke] uSuhrky ¼mRrjk[k.M½
GROUP CENTRE, CRPF, KATHGODAM, NAINITAL (UTTARAKHAND) 05946-266434
e-mail:- [email protected]/ Tender Enquiry No: B.V.5/2018-19-GC KGM-Bldg MW (B/Wall in upper part) Dated, the 29 Jan, 2019
To, ……………………………….
………………………………. ……………………………….
Dear Sir,
On behalf of the President of India, I invite you to tender online bid under two bid system for the work of “Repair, Construction and maintenance work of Collapsed/Damaged 100 Running Meter Boundary wall &
06 Meter Retaining wall (05+20 RM Left side of GO's mess, 55 RM near barrack no 03 & 20 RM and 6 meter
retaining wall near BOAC ground in upper side/part of Camp” at Group Centre, CRPF Kathgodam.” Details of work is enclosed as Appendix-‘A 1’ of “Schedule to Tender”. 2. The conditions of contract which will govern any contract made are contained in pamphlet No. DGS&D-68 entitled “Conditions of contract governing contracts, placed by the Central Purchase Organizations of Government of India as amended up to 31-12-91 and those contained in the pamphlet No. DGS&D-229 and DGS&D Manual containing various instructions to tenderers quoting against e -tender enquiry issued by the DGS&D and read with the amendments enclosed with this tender enquiry and CPWD guidelines/instructions. Any special conditions attached to this invitation to tender will also form part of the conditions.
3. The above pamphlets and the lists of corrections thereto can be obtained on payment from the under mentioned officers:-
a. The Manager of Publications, Civil Lines, Delhi. b. The Superintendent, Government Printing & Stationary, Allahabad, U.P. c. The Superintendent, Government Printing & Stationary, Mumbai. d. The Superintendent, Government Printing, Gulzargbag, Patna. Bihar. e. DGS&D, New Delhi and its Regional Offices at Mumbai, Chennai, Kolkata and Kanpur. f. Government of India Book Depot, 8 Hastings Street, Kolkata.
4. If you are in a position to quote for ““Repair, Construction and maintenance work of
Collapsed/Damaged 100 Running Meter Boundary wall & 06 Meter Retaining wall (05+20 RM Left side of GO's mess,
55 RM near barrack no 03 & 20 RM and 6 meter retaining wall near BOAC ground in upper side/part of Camp” at
Group Centre, CRPF Kathgodam. in accordance with the requirements stated in the attached schedule to tender, all documents attached herewith should be fully filled in, signed and returned to this office. You must also furnish with your tender all the information called for as indicated in pamphlet No. DGS&D-229 mentioned in para-1 above. Attached list of questionnaire should also be answered and returned with the tender, failing which your tender will be liable to be ignored, and not considered.
5. Your tender is not transferable.
Thanking you. Yours Sincerely,
Sd/- 29/01/2019 ( Pradeep Chandra )
DIGP, GC, CRPF, Kathgodam For and on behalf of the president of India
Signature of Tenderer with seal Page 2
dk;kZy; iqfyl mi egkfujh{kd
OFFICE OF THE DY. INSPECTOR GENERAL OF POLICE
xzqi dsUnz] ds0fj0iq0cy] dkBxksnke] uSuhrky ¼mRrjk[k.M½
GROUP CENTRE, CRPF, KATHGODAM, NAINITAL (UTTARAKHAND) 05946-266434
e-mail:- [email protected]/
Tender Enquiry No: B.V.5/18-19-GC KGM-Bldg MW (ARMO-B/Wall in upper part) Dated, the 29 Jan, 2019
TENDER NOTICE
The DIGP, GROUP CENTRE, CRPF, Kathgodam, Distt-Nainital (U.K) on behalf of the President of India
invites online open tenders through CPPP from approved, eligib le and reg istered firm and those on appropriate list of CPW D,
R&B, Railways, MES, Air Force, M.E.S. and state PWD under two bid system consisting of technical bid and financial bid
for the work of “Repair, Construction and maintenance work of Collapsed/Damaged 100 Running Meter Boundary
wall & 06 Meter Retaining wall (05+20 RM Left side of GO's mess, 55 RM near barrack no 03 & 20 RM and 6 meter
retaining wall near BOAC ground in upper side/part of Camp” at Group Centre, CRPF Kathgodam. The intending
tenderer must read the terms and conditions carefully and submit her/his tender.
Schedule to the open tender :
Last date and time for receipt of tender : 21/02/2019 at 1100 Hrs
Date and time of opening of Tender : 22 /02/2019 at 1100 Hrs
(Any Govt. Holiday the tender will be opened next day)
Validity of offer : The tender shall remain open for acceptance till 180
days from the date of opening of tender
Sl
No
Tender No and Date Name of work & location and its description Earnest
Money
Deposit (@
2-5 %)
Work
complet ion
Period
01 B.V.5/18-19-GC
KGM-Bldg MW-
(ARMO B/Wall in
upper part)
dated 29/01/2019
“ Repair, Construction and maintenance work of
Collapsed/Damaged 100 Running Meter Boundary wall
& 06 Meter Retaining wall (05+20 RM Left side of GO's
mess, 55 RM near barrack no 03 & 20 RM and 6 meter
retaining wall near BOAC ground in upper side/part of
Camp ” at Group Centre, CRPF Kathgodam.
Note:- Schedule of quantities as per Appendix- “A-1”
Rs 53,000/- 20 days
02. All relevant details, including specification, terms & conditions etc are available on e -Procurement website http://
eprocure.gov.in/e-procure/app. (CPPP), same may be downloaded by the bidders. Details can also be seen at CRPF website
http://crpf.nic.in/tender_notices.htm. For any changes in Tender Enquiry/specifications etc, tenderers are requested to visit the
CRPF/CPPP web sites regularly.
03. Scan copy of all tender enquiry documents and earnest money have to be uploaded through on line on or before
the scheduled date and time prescribed in tender enquiry. Only o rig inal copy of documents in c/w earnest money, to be
submitted by the firm to this GC on or before fixed due date and time for opening of tender by post or by hand. In case if firm
is failed to submit the original copy of above documents in this GC on or before the due date and time for opening of tender
quotation will be ignored.
04. The tenderer may visit and survey the site or decide the quantum materials / Works. Tenders are requested to
check physically the location Campus and other technical details offered by the tenderer before submitting the tender. It is
important that each page of the tender acceptance letter which is a written undertaking that all the terms and condition
of the tender are understood and accepted should be signed and submitted online through e -procurement site
http://eprocure.gov.in/eprocure/app.
SD/- 29/01/2019
DIGP GC CRPF Kathgodam
Signature of Tenderer with seal Page 3
SCHEDULE OF QUANTITY
The following “ Repair, Construction and maintenance work of Collapsed/Damaged 100 Running Meter
Boundary wall & 06 Meter Retaining wall (05+20 RM Left side of GO's mess, 55 RM near barrack no 03 & 20 RM
and 6 meter retaining wall near BOAC ground in upper side/part of Camp” at Group Centre, CRPF Kathgodam , District Nainital, Uttarakhand. Pin 263126.
Sl. No. Name of work/material Unit Quantity
I. Earth work in excavation by mechanical means (Hydraulic excavator) /manual means over
areas (exceed ing 30cm in depth. 1.5 m in width as well as 10 sqm on plan) including disposal
of excavated earth, lead upto 50m and lift upto 1.5m, d isposed earth to be levelled and neatly
dressed. All kind of soil.
Cum 702.50
II. Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc.
in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and
watering, lead up to 50 m and lift upto 1.5 m.
Cum 553.00
III. Random rubble masonry with hard stone in foundation and plinth including leveling up with
cement concrete 1:6:12 (1 cement : 6 coarse sand : 12 graded stone aggregate 20 mm nominal
size) up to plinth level with : Cement mortar 1:6 (1 cement : 6 coarse sand)
Cum 179.30
IV. P/L cement concrete - all works upto plinth level : 1:4:8 (1 Cement : 4 coarse sand : 8 graded
stone aggregate 40 mm nominal size)
Cum 6.73
V. R.C.C work in walls etc. 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate 20 mm
nominal size)
Cum 34.02
VI. Steel rainforcement for R.C.C. work including straighteing, cutting, bending, placing in
position and binding all complete up to plinth level- Thermo-Mechanically Treated bar
Kg 4250.50
VII. Foundations, footings, bases of columns, etc. for mass concrete Cum 46.27
VIII. Columns, Pillars, Piers, Abutments, Posts and Struts Cum 93.15
IX. Lintels, beams, plinth beams, girders, bressumers and cantilevers Cum 127.50
X. Brick work with comman burnt clat FPS (non modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V level in all shapes and size in Cement mortar
1:6 (1 cement : 6 coarse sand)
Cum 63.44
XI. 12 mm cement plaster 1:6 (1 cement : 6 fine sand) Sqm 360.00
XII. 18 mm cement plaster in two coats under lauer 12mm thick cement plaster 1:5 ( 1 cement : 5
coarse sand ) finished with a top layer 6 mm thick cement plaster 1:6 (1 cement :6 fine sand)
Sqm 390.00
XIII. Fin ishing walls with water proofing cement paint of required shade : New work (Two or more
coats applied @ 3.84 kg/10 sqm)
Sqm 750.00
XIV. Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in
position and applying a priming coat of approved steel primer using structural steel etc. as
required. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works
Kg 335.00
XV. Providing and fixing concertina coil fencing with punched tape concertina coil 600 mm d ia 10
metre openable length ( total length 90 m), having 50 nos rounds per 6 metre length, upto 3 m
height of wall with existing angle iron 'Y' shaped placed 2.4 m or 3. 00 m apart and with 9
horizontal R.B.T. rein forced barbed wire, stud tied with G.I. staples and G.I. clips to retain
horizontal, including necessary bolts or G.I. barbed wire tied to angle iron, all complete as per
direction of Engineer-in-charge, with reinforced barbed tape(R.B.T.) / Spring core (2.5mm
thick) wire o f h igh tensile strength of 165 kg/ sq.mm with tape (0.52 mm th ick) and weight
43.478 gm/ metre (cost of M.S. angle, C.C. b locks shall be paid separately)
Metre 100.00
Signature of Tenderer with seal Page 4
I- IMPORTANT INSTRUCTIONS, GUIDELINES AND TERMS & CONDITIONS OF TENDER ENQUIRY
1. Full name and status of the person signing the tender documents must be clearly mentioned.
2. Important information like tender enquiry number, date of tender opening, type of stores/works, full
specifications of the items and terms and conditions etc should be provided wherever required.
3. If the representative of the firm desires to remain present while opening of tender, the same will be allowed
after checking the authorization and authenticity of the rep. The rep of the firm can also brief the technical
specifications of their product/works to the board of officers.
4. Intending tenderer is elig ible to submit the tender provided she/he has definite proof from the appropriate
authority, which shall be to the satisfaction of the competent authority of having satisfactorily completed similar
works of magnitude specified below.
Criteria of eligibility for contractors:-
5. The License issued by the Central Government/ State Government/CPWD/PW D/ NSIC/DGS&D should be
kept renewed as per periodicity laid down by the authority concerned and submit an attested copy of the same to the
DIGP, GC CRPF, Kathgodam District Nainital, Uttarakhand, Pin 263126 after each renewal. The contractor should
produce valid license with tender on related works.
6. The contractor shall comply with the orders issued by the DIGP, GC CRPF, Kathgodam from t ime to time.
If she/he fails to do so her/his failure will be a breach of contract and the DIGP, GC CRPF, Kathgodam in h is
discretion without prejudice to any other right or remedy available in law can cancel the contract. The contractor
shall be liable for any pecuniary liab ility arising on account of any violation by her/him.
7. To become elig ible for submitting tender, the tenderer shall have to furnish an affidavit as under :-
a) I/ we undertake and confirm that eligib le similar works(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we
shall be debarred for bidding in CRPF in future fo rever. Also, if such a violation comes to the notice of
Department before date of start of work, the DIGP-Cum-Estate Officer shall be free to forfeit the entire amount
of Earnest Money Deposit/ Performance Guarantee.
8. The tenderer should also ensure that/note that :-
a) Agreement shall be drawn with the successful tenderer/ tenderers. Tenderers shall quote their rates as per
terms and conditions which will form part of the agreement.
b) Cert ificate of Registration for GST/ VAT and Serv ice Tax and acknowledgment upto date of last 03 year
filed ITR return be submitted.
c) No interest shall be payable by the purchaser on the earnest money deposited by the tenderer.
9. The Contractor whose tender is accepted will be required to furnish PERFORMANCE S ECURITY for an
amount of five percent (5% ) of the value of the contract within 07 days. Performance Security may be furnished in
the form of an Account payee Demand draft or Fixed Deposit receipt from a Commercial Bank or Bank Guarantee
from Commercial bank in an acceptable fo rm. Performance Secur ity should remain valid for a period of Sixty days
beyond the date of completion of all contractual obligation of the supplier including warranty obligations. In
case the contractor fails to deposit the performance security with in the stipulated period inc luding extended period if
any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the
contractor.
10. Intending Bidders are advised to inspect and examine the site and its surrounding and satisfy themselves
before submitting their b ids as to the nature of the ground and sub soil, (So far as is practicable), the form and nature
of the site, the means of access to the site, the accommodation they may require and in general shall themselves
obtain all necessary information as to risks, contingencies and other circumstances which may in fluence or affect
their b id. A b idder shall be deemed to have full knowledge of the site whether she/he inspects it or not and no ext ra
charge consequent on any misunderstanding or otherwise specifically provided for in the contract documents.
Submission of a bid by a bidder implies that she/he has read this notice terms & conditions mentioned there in, all
other contract documents and has made herself/himself aware of the scope and specifications of the work to be done
and of conditions and rates at which stores, tools and plant etc. will be issued to her/him by the Government and
location conditions and other factors having a bearing on the execution of the work.
Signature of Tenderer with seal Page 5
11. The competent authority on behalf of the President of India does not bind itself to accept the lowest or any
other bid and reserves to itself the authority to reject any or all the bids received without the assigning of any reason.
All b ids in which any of the prescribed condition are not fulfilled or any condition including that of conditional
rebate is put forth by the bidder shall be summarily rejected.
12. Canvassing whether by bidders directly or indirectly, in connection with bids is strictly prohibited and the
bids submitted by the contractors who resort to canvassing will be liab le to rejection.
13. The Competent authority on behalf of President of India reserves to himself the right of accepting the whole
or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.
14. The notice invit ing bid shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority shall within 7 days from the stipulated date of start of the work,
sign the contract consisting of.
“The notice inviting bid, all the documents including addit ional conditions, & specifications if any forming part
of the bid uploaded at the time of invitation of b id and the rates quoted at the time of submission of bid and
acceptance thereof together with any correspondence leading thereto.”
15. Competent authority inviting b id on behalf of President or her/his duly authorized assistant will open bid in
the presence of any intending contractors who may be present at the time and will enter the amounts of the several
bids in a comparative statement in a suitable form, in the event of a bid being accepted, a receipt for the earnest
money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of
identification sign copies of the specification and other documents. In the event of a bid being rejected, the earnest
money forwarded which such unaccepted bid shall thereupon be returned to th e contractors remitting the same,
without any interest.
16. Competent authority on behalf of President inviting bids shall have the right of rejecting all or any of the
bids and will not be bound to accept the lowest or any other bid.
17. GST/SGST or any other Tax(if any) in respect of the contract shall be payable by the contractor and
Government will not entertain any claim whatsoever in respect of the same.
18. The contractor submitting the tenders against the subject tender enquiry are informed that all relevant
details with reference to the tender enquiry stipulations are clearly responded to. In case any of the tender enquiry
stipulations are not clearly stated to or replied to by any of the contractor, no repeat no clarifications will be sought
from the concerned firm and its offer will be rejected outright.
19. Tenderers who have past experience of the above work as per T/E Specificat ion should furnish their
performance statement. In case, it is found that information furnished is incorrect, their tender will be liable to be
ignored.
20. If the supplier/contractor fails to “ Repair, Construction and maintenance work of Collapsed/Damaged
100 Running Meter Boundary wall & 06 Meter Retaining wall (05+20 RM Left side of GO's mess, 55 RM
near barrack no 03 & 20 RM and 6 meter retaining wall near BOAC ground in upper side/part of Camp ” at
Group Centre, CRPF Kathgodam within the stipulated period and at place and requests for extension of time, he
shall submit an undertaking on Non Judicial stamp paper of Rs. 10/ -duly attested by the Notary Public stating that
the Performance Security has already been extended for sixty days beyond the guarantee/warrantee period.
21. The purchaser reserves the right to place order on the next h igher successful firm if the firms quoting lower
rates do not fulfil the requirements of tender enquiry due to their limited bank solvency/capacity.
22. Liquidated Damages: - In case the firm does not complete the work/supply within stipulated time period,
liquidated damages will be charged @ 2% to 10 % of the remain ing works. After the maximum limit o f 10% LD the
DIGP GC Kathgodam reserve the right to either extend further or cancel the contract.
Signature of Tenderer with seal Page 6
23. TWO BID S YS TEM: - Tenders will be processed as per two bid system and should be submitted as
follows:-
Bids will be accepted only On-line at e-procurement web site https://eprocure.gov.in/ eprocure/app (CPPP)
a) Technical bid :- Following documents and information to be fulfilled and submitted as part of technical bid:-
Original and offline documents to be dropped in the tender box in a sealed envelope:-
S. NO. NAME OF DOCUMENTS
DESCRIPTION OF DOCUMENTS
01 Tender Acceptance Letter APPENDIX- E , duly signed by bidder.
02 EMD document to be deposited (if applicable) in original in
the form of BD / DD / FDR or Bank Guarantee.
03
Bank Guarantee Format For Furnishing EMD. APPENDIX-B.
Scanned copy of Documents to be submitted in tender web site http://eprocure.gov.in/eprocure/cppp :-
S. NO.
NAME OF DOCUMENTS
DESCRIPTION OF DOCUMENTS
1 Tender Notice All pages of tender notice duly signed by authorized person and seal of the firm Marked.
2 Valid Registration Certificate issued by Central Govt./ State Govet/ NSIC/ DGS&D/ CPWD/PWD.
3 PAN /TAN card details.
4 GST/ Firm registration certificate.
5 Copy of last three years Service & sales tax return.
6 Copy of last three years Income tax return.
7 All type of tax clearance certificate
8 Performa of Bank Guarantee for furnishing performance security deposit.
APPENDIX-C
9 Copy of Performance statement of last three years. APPENDIX-D 10 Form 68 –A Fulfilled & signed (as per appendix-‘F’) 11 List no.-1 Fulfilled & signed (as per appendix-‘H’) 12 Check List compliance ( to be indicated by the tenderer
with“YES” after compliance of the required documents. APPENDIX-G
13 Questionnaire Answered & signed 14 Copy of last three years Annual turn over documents 15 Scan copy of the valid MSME and NSIC certificate
(if available)
16 Any other document
b) PRICE BID:- Price bid should contain :-
1. Rates quoted must be inclusive of all taxes & other charges including G.S.T and there will be no
extra claim for GST/Taxes. 2. Rates must be written in figures as well in words clearly. 3. Price (rate of par item) should be quoted only as per price bid format/B.O.Q along with tender
documents at e-procurement site http://eprocure.gov.in/eprocure/app.
Note:- Tenders received in the single Bid system i.e. having the technical as well as financial bid in the same cover
will be liable to be ignored. Incomplete/wrong technical bids/will also result in rejection of the bid.
Signature of Tenderer with seal Page 7
24. REJECT/CANCEL/SCRAP
The Competent Authority has got the right to accept or reject/cancel/scrape the tender as
whole or part of it and no claims what so ever will be entertained on this account. The
competent authority has also reserves the right to increase/decrease/alter the place of work/
quantity of work etc. and no claims what so ever will also be entertained.
25. DEFECT LIABILITY PERIOD
i) 12 Months from the date of Complet ion as certified by the DIGP GC CRPF Kathgodam/Officer
commanding of Build ing Branch / Work Committee.
ii) The contractor shall stand guarantee for materials and workmanship. During the defect liability period, if
any defect is observed due to workmanship or from any act or omission of the contract or, the contractor
shall execute all such work of rectification and making good of defects, as may be required of him by
competent authority at his own cost and within the time stipulated by competent authority. If the contractor
shall fail to do any such work as required by the competent authority, Retention money shall be liable to be
forfeited and the contractor shall make himself liab le to be blacklisted.
iii) The contractor shall indemnify the Employer against any loss/liability that may be incurred by him on
account of any failure on the part of the contractor for t imely rectification of the defects pointed out within
the defect liability period.
26. SECURITY DEPOSIT/ RETENTION MONEY
The contractor needs to deposit the security deposit through FDR @ 2.5% of the tendered amount/Final bill
amount in favour of DIG, GC, CRPF, Kathgodam payable at SBI Kathgodam before submitting the
final bill for payment action. The security deposit or retention money shall be refunded to the contractor
after expiry of defects liability period. This is in addition to performance guarantee that the contractor is
required to deposit.
II) GENERAL TERMS & CONDITIONS OF TENDER ENQUIRY:-
01. Terms of
price.
1.1 Price (rate of par item) should be quoted only as per price bid format/B.O.Q along with tender documents at
e-procurement site http://eprocure.gov.in/eprocure/app.
1.2 The price bid in B.O.Q format/template should not be modified / replaced by the bidder and the same should
be uploaded after filling the relevant columns, else the bidder is liable to be rejected for the tender. Bidders are
allowed to enter the Bidder Name and Values only. 1.3 The lowest bidder will be decided on overall rate for the entire work instead of item wise. Rates quoted
must be inclusive of all taxes &other charges including GS T and there will be no extra claim for GST/Tax.
02. Payment
terms.
2.1 Works are required to be executed on credit basis only and payment will be made after drawl of amount
from PAO, New Delhi. 2.2 Works/Services are to be executed/provided on credit basis and E.C.S payment will only be made through
PAO CRPF, New Delhi after satisfactory completion of the work as per specification, on production of bill in
triplicate, bank mandate form & cancelled cheque. No interest will be payable on delayed payment.
2.3 TDS, Labour Cess and other taxes will be deducted from the Bill of contractor by PAO, CRPF as per norms.
2.2 Payment in advance or immediately cannot be made.
03. Earnest
Money
deposit.
3.1 All the contractors/Firms are required to deposit Earnest Money of Rs. 53000/- along with
the quotation, failing which their offers will be summarily rejected. If any contractors/ firm
who is registered with NS IC / MS ME for above concerned particular works and Govt. of India
has exempted them for depositing the EMD and other charges as applicable for particular
work, only such firm are exempted to deposit the EMD and other applicable charges and firm
shall be submitted the valid NS IC / MS ME certificate for exemption of EMD and other
charges.
3.2 The earnest money can be deposited through any of the following alternative forms :
(a) A crossed Bank Draft drawn in favour of the DIGP, GC, CRPF, Kathgodam payable at SBI, Kathgodam
Uttarakhand .
(b) An irrevocable Bank Guarantee / FDR of any nationalized, scheduled bank or reputed Commercial bank in
the attached format as at appendix ‘B’.
3.3 The Earnest Money shall remain valid and be deposited with the purchaser for a Period of 90 days from the
date of tender opening. If the validity of the tender is extended, the validity of the Bank Guarantee or any other
alternate document submitted in lieu of Earnest Money will also be suitably extended by the tenderer, failing
which their tender after the expiry of the aforesaid period shall not be considered by the purchaser.
Signature of Tenderer with seal Page 8
3.4 No interest shall be payable on the earnest money deposited by the tenderer.
3.5 The earnest money deposited is liable to be forfeited if the tenderer withdraws or amends or impairs or
derogates from the tender in any respect within the period of validity of her/his tender.
3.6 The Earnest Money of the successful tenderer shall be returned after the security dep osit as required in terms
of the contract is furnished by the tenderer.
3.7 If the successful tenderer fails to furnish the performance security deposit as required in the contract within
the stipulated period, the earnest money shall be treated as performance Security deposit for all practical
purposes.
3.8. Earnest money deposits of all the unsuccessful tenderers will be returned as early as Possible after the
expiry of bid’s validity, but not later than 30 days after placement of contract. Tenderers are advised to send a
pre-receipt challan along with their bids so that refund of earnest money can be made in time.
3.9. Any tender, where the tenderer is required to deposit earnest money in terms of conditions mentioned in
preceding paras, not accompanied with earnest money in any one of the approved forms acceptable to the
competent authority, shall be summarily rejected.
04. Performance
security
deposit
4.1. The successful contractor shall have to deposit a Performance Security equivalent of 5% of the
estimated/contract value of the work to be executed within 07 days from the date of
acceptance/award of contract for due performance. Failure on the part of the firm to deposit the
security deposit within the stipulated time empowers the competent authority to cancel the contract.
4.2 The Performance Security deposit submitted by the supplier will remain valid at least for Sixty
days beyond the date of completion of work and all contractual obligations of the supplier
including guarantee/ warrantee obligations .
4.3. The Earnest Money can be deposited in any of the following alternative forms :
(a) A crossed Bank Draft/ECS drawn in favour of the DIGP, GC, CRPF, KATHGODAM payable
at SBI, Kathgodam.
(b) An irrevocable Bank Guarantee of any nationalized/Scheduled Bank or reputed commercial
bank in any other form prescribed.
4.4. If the contractor fails to start the work within the stipulated period and places and requests for
extension of time, he shall submit an undertaking on Non Judicial stamp paper of Rs.10/- duly
attested by the Notary public stating that the performance security deposit has already been extended
clause for sixty days beyond the guarantee/warrantee period.
4.5 The Performance Security deposit shall be withheld or forfeited in full or part in case the work
order is not executed satisfactorily within the s tipulated period or requisite standard within the
guarantee period is not undertaken to the best satisfaction of the user.
05. Term for
tender
5.1 Tender Document are available at CRPF website (www.crpf.gov.in) & e-procurement website
http://eprocure.gov.in/eprocure/app, which can be download by interested firm free of cost, bidders
are required to submit EMD as applicable as per tender documents to this GC on or before opening
date of tender and within stipulated date and time.
06. Method of
submission
6.1 All scan copy of technical bid documents of tender enquiry should be submitted through on line
only and financial bid is required to be submitted as per BOQ for mat provided along with tender
documents at e-procurements website https://eproucure.gov.in/eprocure/app(cppp).
6.2 The technical bids are to be opened at the first instance and evaluated by the competent authority.
In the second stage financial bids of only the technically acceptable offers bill be opened for further
evaluation and ranking before awarding the contract.
6.3 Only EMD will be sent by registered post/post/speed post duly stamped or by courier/by hand to
the The DIGP GC CRPF Kathgodam, District Nainital, Uttarakhand, Pin 263126 (Telephone No
0546-266434, so as to reach on or before the scheduled time and date as mentioned in the schedule to
the tender enquiry. Department is not responsible for any postal delay.
Signature of Tenderer with seal Page 9
III - ADDITIONAL TERMS AND CONDITIONS:-
01. The prospective tenderer shall quote for “Repair, Construction and maintenance work of
Collapsed/Damaged 100 Running Meter Boundary wall & 06 Meter Retaining wall (05+20 RM Left side of
GO's mess, 55 RM near barrack no 03 & 20 RM and 6 meter retaining wall near BOAC ground in upper
side/part of Camp ” at Group Centre, CRPF Kathgodam.
02. The contractor shall be responsible for any damage or theft and have to make good to its orig inal shape and
description as and when damage/theft etc, takes place/is noticed.
03. All tools required for the proposed work shall be provided by the contractor. No extra payment shall be
made on this account.
04. The contractor shall be responsible for setting all claims and indemnify the department against any cla ims
arising out of any accidents to the hired staff/labours.
05. No advance payment shall be made to the contractor. Payment shall be made to contractor only after giv ing
satisfactory completion of work for which contractor shall have to obtain certificate from concern department/
resident allotted/Caretaker of non residential build ings if needed.
06. The Prospective tenderer should visit the site and acquaint themselves of the conditions existing, restrictions
in movement/working hours/security’s aspects/ condition of the job. No complaints of losses of labour items of work
not included in the scope of work, variation etc. will be entertained at later date. The prospective tenderer should
have adequate past experience in handling similar works.
07. Department will not be responsible for any kind of incident at place with the labour during the wo rk.
Wh ile t h e te nd e r an d th e p ur c has e r s h al l m a k e ev e ry e ff ort to r esol ve a n y issu e a mi c abl y th ro ug h di r e ct inf or m al
ne g ot iat ion , in th e e v ent of an y dis ag r ee m e nt or dis put e arisi ng b et w e e n th e m u n de r or in c o nn e ct ion wi th th e c ontr a ct
sh al l b e s et t led u n de r t h e co u rt of la w with in its ju r isd ict io n at Na in it al. T h e r es ul ta nt c o nt r act w i l l b e int er pr ete d as
pe r th e p re v ai l ing In dia n l a w s an d v ario us di r e ct iv es of th e G ovt . o f I n dia.
08. If a firm quotes NIL charges/ consideration, the bid shall be treated as unresponsive and will not be considered.
09. Termination of Contract: The department shall be at liberty to discontinue contract / agreement by giving
two week’s notice without assigning reason thereof. Decision of Engineer – In – Charge / DIG GC Kathgodam shall be final and binding on the contractor for which, no claim on any account will be enter tained by the department.
10. This Notice Inviting Tender shall form a part of the contract document.
11. The following terms and condition for payment shall be acceptable to the successful bidders-
a) Works/Services are to be executed / provided on credit basis and E.C.S payment will only be
made through PAO CRPF, New Delhi after satisfactory completion of the work as per
specification, on production of bill in triplicate, bank mandate form & cancelled cheque. No
interest will be payable on delayed payment.
b) Bill will be submitted by bidder/contractor only after the work is completed such as Rs/units etc.
c) Bill will be passed when work done by firm will be verified by inspection committee
detailed by DIGP GC CRPF and other CRPF authority.
d) E n t i r e work will be completed one time.
e) Split of work at various locations is not permitted.
f) Contractors are supposed to follow rules and regulations which are applicable to the other
residents of this campus.
g) No contractor/worker will be allowed for stay inside the campus with their relatives or by
making own arrangements.
h) Contractor and workers will not permit to accept any bribery inside campus.
i) Contractor and workers will be issued temporary Identity Card by Estate Officer after police
verification of their identity/residential address.
j) The contractor shall obtain Labour Licence from Regional Labour Commission (Central) of
Concerned Area if applicable under the Contract Labour Regulation and abolition) Act 1970 &
1971 and subsequent amendments thereto if any.
Signature of Tenderer with seal Page 10
IV - STANDARD FORMS TO BE US ED:-
The following forms mentioned in the Appendices are required to be submitted along with the bid :-
Appendix ‘A-1’ -Name of Work (Schedule of quantities).
Appendix ‘A-2’- Drawing for repairing and construction of damaged boundary & retaining wall.
Appendix-A-3 -List of Approved Make.
Appendix ‘B’ - Performa of bank guarantee for submitting Earnest Money Deposit.
Appendix ‘C’- Performa of bank guarantee for furn ishing Performance Security deposit.
Appendix ‘D’ –Performance statement for last three years .
Appendix ‘E’ – Tender acceptance letter (filled properly and signed by the tendered with seal).
Appendix ‘F’ – Form 68-A.
Appendix-‘G’- Check List compliance (to be indicated by the tenderer with “YES or NO” after compliance of the
required documents
Appendix- ‘H’- List No.1
Appendix ‘I’ – Arbitrat ion clause.
Sd/- 29/01/2019
DIGP GC CRPF Kathgodam
Signature of Tenderer with seal Page 11
APPENDIX – ‘A-1’
SCHEDULE OF QUANTITIES
Technical s pecification for ““ Repair, Construction and maintenance work of Collapsed/Damaged 100 Running Meter
Boundary wall & 06 Meter Retaining wall (05+20 RM Left side of GO's mess, 55 RM near barrack no 03 & 20 RM
and 6 meter retaining wall near BOAC ground in upper side/part of Camp” at Group Centre, CRPF Kathgodam.
Sl. No. Name of work/material Unit Quantity
I. Earth work in excavation by mechanical means (Hydraulic excavator) /manual means over
areas (exceed ing 30cm in depth. 1.5 m in width as well as 10 sqm on plan) including disposal
of excavated earth, lead upto 50m and lift upto 1.5m, d isposed earth to be levelled and neatly
dressed. All kind of soil
Cum 702.50
II. Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc.
in layers not exceeding 20 cm in depth, consolidating each deposited layer by ramming and
watering, lead up to 50 m and lift upto 1.5 m.
Cum 553.00
III. Random rubble masonry with hard stone in foundation and plinth including leveling up with
cement concrete 1:6:12 (1 cement : 6 coarse sand : 12 graded stone aggregate 20 mm nominal
size) up to plinth level with : Cement mortar 1:6 (1 cement : 6 coarse sand)
Cum 179.30
IV. P/L cement concrete - all works upto plinth level : 1:4:8 (1 Cement : 4 coarse sand : 8 graded
stone aggregate 40 mm nominal size)
Cum 6.73
V. R.C.C work in walls etc. 1:1.5:3 (1 cement : 1.5 coarse sand : 3 graded stone aggregate 20 mm
nominal size)
Cum 34.02
VI. Steel rainforcement for R.C.C. work including straighteing, cutting, bending, placing in
position and binding all complete up to plinth level- Thermo-Mechanically Treated bar
Kg 4250.50
VII. Foundations, footings, bases of columns, etc. for mass concrete Cum 46.27
VIII. Columns, Pillars, Piers, Abutments, Posts and Struts Cum 93.15
IX. Lintels, beams, plinth beams, girders, bressumers and cantilevers Cum 127.50
X. Brick work with comman burnt clat FPS (non modular) bricks of class designation 7.5 in
superstructure above plinth level up to floor V level in all shapes and size in Cement mortar
1:6 (1 cement : 6 coarse sand)
Cum 63.44
XI. 12 mm cement plaster 1:6 (1 cemrnt : 6 fine sand Sqm 360.00
XII. 18 mm cement plaster in two coats under lauer 12mm thick cement plaster 1:5 ( 1 cement : 5
coarse sand ) finished with a top layer 6 mm thick cement plaster 1:6 (1 cement :6 fine sand)
Sqm 390.00
XIII. Fin ishing walls with water proofing cement paint of required shade : New work (Two or more
coats applied @ 3.84 kg/10 sqm)
Sqm 750.00
XIV. Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in
position and applying a priming coat of approved steel primer using structural steel etc. as
required. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works
Kg 335.00
XV. Providing and fixing concertina coil fencing with punched tape concertina coil 600 mm d ia 10
meter openable length ( total length 90 m), having 50 nos rounds per 6 metre length, upto 3 m
height of wall with existing angle iron 'Y' shaped placed 2.4 m or 3.00 m apart and with 9
horizontal R.B.T. rein forced barbed wire, stud tied with G.I. staples and G. I. clips to retain
horizontal, including necessary bolts or G.I. barbed wire tied to angle iron, all complete as per
direction of Engineer-in-charge, with reinforced barbed tape(R.B.T.) / Spring core (2.5mm
thick) wire o f h igh tensile strength of 165 kg/ s q.mm with tape (0.52 mm th ick) and weight
43.478 gm/ metre (cost of M.S. angle, C.C. b locks shall be paid separately)
Metre 100.00
SPECIFICATIONS OF WORK :-
1. The Estimate is based on CPWD DSR-2016
2. Site should be clean wherever required.
3. The work will be executed as per CPWD specification. Applying a 1st class brick/cement/and other material.
4. The work is estimated cost of 26.25 Lakhs (Approx) and shall be completed within Three month on receipt of firm order and subject to availability of funds and other departmental formalities well in time.
5. DLP of said work is one year from handing over the repaired / construction Work.
SD/- 4/12/2018 SI/JE (CIVIL) GC CRPF Kathgodam
Signature of Tenderer with seal Page 12
APPENDIX – ‘A-2’
Drawing for repairing and construction of damaged boundary & retaining wall
Signature of Tenderer with seal Page 13
Appendix- “A-3 ‟
LIST OF APPROVED MAKE
All material to be used in the work shall conform to technical specifications, relevant
Indian standard Specification and wherever available ISI marked materials will be used. All material
procured shall be subjected to relevant tests specified in B.I.S. at the frequency specified therein from
any recognized laboratory. The tenderers may suggest additional brand names if desired credential of the
supplier.
S.No Material Approved Make
1. 43 Grade Ordinary Portland Cement /
Portland Pozzolona Cement.
ACC, Ultra tech, Shree Cement, Ambuja, Century Cement, J.K.
Cement
2. White Cement Bir la White , J. K.White
3. Reinforcement Steel (TMT-Fe500) SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd (RINL), Jindal Steel &
Power Ltd. and JSW Steel Ltd.
4. Water Proofing Compounds,
Plasticizer, Super Plasticizer,
Grouts, Polymers, Polyexpanse,
Other construction chemicals
Weber, Fosroc, Pidilite, CICO, Sika, Huntsman (Ciba Geigy), Ferrous
Crete
5. Tubular truss / Structural Steel SAIL, Tata Steel, Rashtriya Ispat Nigam Ltd (RINL), Jindal Steel &
Power Ltd. and JSW Steel Ltd.
6. Admixtures Fosroc, MBT, Sika, CICO, Asian
7. Curing compound Fosroc, Sika, Cico
8. Acrylic Distemper Bison(Berger), Tractor(Asian), Maxilite (ICI)
9. Premium Acrylic Emulsion Paints
ICI(Super smooth),Nerolac (Beauty gold), Asian Paints (Premium
emulsion/professional interior emulsion), Burger
10. Cement Primer
BP White(Berger), Deco prime WT(Asian), White primer (ICI)
11. Steel Primer ICI, Nerolac, Asian Paints
12. Textured Exterior Paint
Asian paints (Apex with honey combroller finish) ICI (Weather shield
with honey combroller finish, Kansai Nerolac (Excel with honey
combroller finish)
13. Synthetic Enamel Paint
Asian(Apcolite Premium gloss enamel), ICI (Dulux gloss synthetic
enamel),Kansai Nerolac (Synthetic enamel)
14. Epoxy Paint Asian, ICI, Kansai Nerolac,
Note:-
1- The DIGP, CRPF, Kathgodam, Distt-Nainital Uttarakhand reserves the right to add or delete any
materials and Brands in the list of approved materials/brands on the recommendations of Engineer -
in-charge.
2. If any other make is to be used, the same shall be got approved from the NIT approving authority.
SD/- 4/12/2018 Sub Insp. (JE / CIVIL)
GC, CRPF, Kathgodam
Signature of Tenderer with seal Page 14
APPENDIX – ‘B’
PROFORMA OF BANK GUARANTEE FOR S UBMITTING EARNES T MONEY
(On banks letter head with adhesive stamp)
To
The Deputy Inspector General of Police,
Group Centre, C.R.P.F, Kathgodam,
Post- Kathgodam,
Distt- Nainital (U.K) PIN – 263126.
Dear Sir,
In accordance with your invitation to Tender enquiry No.____________________
M/s. ________________________________(here in after called “The tenderer”) with the following Directors on their
Board of Directors / Partners of the firm.
1. _______________________ 2. ______________________________
3. _______________________ 4. ______________________________
wish to participate in the said tender enquiry for the supply/work of ““Repair, Construction and maintenance work
of Collapsed/Damaged 100 Running Meter Boundary wall & 06 Meter Retaining wall (05+20 RM Left side of GO's
mess, 55 RM near barrack no 03 & 20 RM and 6 meter retaining wall near BOAC ground in upper side/part of
Camp” at Group Centre, CRPF Kathgodam to you (here in after called “The purchaser”). Whereas a bank guarantee
against Earnest Money for a sum of Rs. ______________(in words)_____________________________ Valid for 90 days
from the date of tender opening viz. up to ________________is required to be submitted by “the tenderer” as a p recondition
for the part icipation, this bank hereby guarantees and undertakes to pay the purchaser up to the above amount upon receipt of
its first written demand, without the purchaser/contractor having to substantiate its demand, provided that in its demand the
purchaser/contractor will note that the amount claimed by it is due to it owing to the occurrence of any one of the three
conditions mentioned below, specifying the occurred condition or conditions during the above said period of 90 days without
any reservation and recourse.
1. If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of its
validity.
2. If the tenderer after submitt ing tender, modifies the rates or any of the terms and conditions thereof, except with the
previous written consent of the purchaser.
3. If the tenderer having been notified of the acceptance of the tender by the purchaser during the period its validity
and:-
a) If the tenderer fails to furnish the performance security for the due performance of the contrac t.
b) If the tenderer fails or refuses to accept and or execute the contract as provided in the general conditions of the
contract.
The guarantee shall be irrecoverable and shall remain valid up to 90 days from the date of opening of tender. If further
extension to this guarantee is required, the same shall be extended to such period on receiving instructions from the tenderer
on whose behalf this guarantee is issued and any demand in respect thereof should reach the Bank not later than the above
date.
Date. ___________ Signature of authorized officer of the bank _________________
Place ___________ Printed Name.______________
Designation_______________
Name and address of the bank ___________________
Banker’s Common Seal
Signature of Tenderer with seal Page 15
APPENDIX – ‘C’
PROFORMA OF BANK GUARANTEE FOR FURNIS HING PERFORMANCE S ECURITY DEPOS IT
To,
The President of India,
WHEREAS M/s. _____________________________________(name and address of the supplier/Contractor)
(hereinafter called “the supplier”) has undertaken, in pursuance of contract no………………. dated…………... to Work
(For “Repair, Construction and maintenance work of Collapsed/Damaged 100 Running Meter Boundary wall & 06
Meter Retaining wall (05+20 RM Left side of GO's mess, 55 RM near barrack no 03 & 20 RM and 6 meter retaining
wall near BOAC ground in upper side/part of Camp” at Group Centre, CRPF Kathgodam ) (Hereinafter called “the
contract”).
AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee
by a nationalized or scheduled commercial bank of good repute and record recognized by you for the sum specified
therein as security for compliance with its obligations in accordance with the contract :
AND WHEREAS we have agreed to give the contractor such a bank guarantee:
NOW THEREFORE we hereby affirm that we are the guarantors and respons ible to you, on behalf of the supplier/contractor,
up to a total of ………………………………………………………………………………………………(amount o f the
guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in
default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee)as
aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract to be performed there under
or of any of the contract documents which may be made between you and the supplier/contractor shall in any way release us
from any liab ility under this guarantee and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid until the………….. Day of …………….20___.
(Signature of the authorized officer of the Bank)
Name and designation of the officer ……………………………………………...
Name and address of the Bank ...…..…………………………………......................
Banker’s common seal
Signature of Tenderer with seal Page 16
APPENDIX – ‘D’
PERFORMANCE S TATEMENT FOR LAST THREE YEARS
Name of Firm:
M/s.___________________________________________________________________________
1. Contract Nos. :
2. Description of Stores :
3. Quantity on Order :
4. Value :
5. Original D.P. :
6. Qty. supplied within orig inal D.P :
7. Final Ext . D.P. :
8. Last supply position :
9. Reasons for Delay in supplies
( if any )
:
Signature of Tenderer with seal Page 17
APPENDIX – ‘E’
TENDER ACCEPTANCE LETTER
(To be given on Company Letter Head)
Date: …………..
To,
------------------------------------------------
------------------------------------------------
-------------------------------------------------
Sub:- Acceptance of Terms & Conditions of Tender .
Tender Reference No: ____________________________
Name of Tender / Work:___________________________
Dear Sir,
1. I/ We have downloaded / obtained the tender document(s) for the above mentioned ‘Tender/Work’ from the web
site(s) namely:
https.//eprocure.gov.in/eprocure/app…………………………………………………………………………………
………………………………………………………………………………………………….…….
2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No.
_______ to ______ (including all documents like annexure(s), schedule(s), etc .,), which fo rm part of the contract
agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein.
3. The corrigendum(s) issued from time to time by your department/ organizations too have also been taken into
consideration, while submitting this acceptance letter.
4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) /
corrigendum(s) in its totality / entirety.
5. In case any provisions of this tender are found violated , then your department/ Organization shall without
prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said
earnest money deposit absolutely.
Yours Faithfully,
(Signature of the Bidder (Tenderer), with Official Seal)
Signature of Tenderer with seal Page 18
Here paste coupon incase where coupons are supplied to
contractors on payment
APPENDIX – ‘F’
Form 68-A Tender No. _______________________________________________________________ Full name and address of the Tenderer in addition Contractor’s telegraphic Address to post box No. if any should be quoted in all _________________________________________________Communication to this Office __________________________________
Telephone No. ______________________ Fax No. ___________________________
From. --- ________________________________ ________________________________ ________________________________ Dear Sir, 1. I/We hereby offer to work detailed in the schedule here to or such portion thereof as you may specify in the acceptance of tender at the price given in the said schedule and agree to hold this offer open till ____________________ I/we shall be bound by a communication of acceptance within the prescribed time. 2. I/We have understood the instructions to Tenderers in the booklet DGS&D-229 and conditions of contract in the Form No-68 (Revised) including in the pamphlet entitling conditions of contract governing contracts placed by the Central Purchases Organization of the Government of India read with the amendments annexed herewith and have thoroughly examined the specification drawing and/or pattern quoted in the schedule hereto and am/are fully aware of the nature of the stores required and my/our offer is to supply stores strictly in accordance with the requirements.
Signature of the Tenderer. ------------------------------------------------------------------------------------------------------------------------------------------ The following pages have been added to and form part of this tender
Yours faithfully,
(Signature of the Tenderer) Address________________________________ Dated ________________________________
(Signature of the Witness) Address________________________________ Dated ________________________________
Signature of Tenderer with seal Page 19
Appendix-”G‟
CHECK LIS T
(Tenderers should check following requirements for compliance before submission of the tender documents)
SL
No
Requirements to be checked by the tenderers before submission of the tender Compliance (To be
indicated by the
tenderer with “YES Or
NO” after compliance of
the requirements
1. Tenderers should mention quantity for which they have quoted. This should 0be mentioned
in the covering/ forwarding letter head of the technical b id.
2. Tenderers should ensure deposit of required Earnest Money Deposit if the tenderers are not
registered with DGS&D or NSIC/CPWD and central govt or state govt organisations for
the store(s) quoted for the governing specification as per Tender Enquiry.
3. Tenderers should ensure that their registration with DGS&D and NSIC is valid if they are
registered with DGS&D/NSIC and not depositing Earnest Money. They should enclose the
latest DGS&D/NSIC registration certificate.
If any firm who is registered with NSIC / MS ME for above concerned particular
works and Govt. of India has exempted them for depositing the EMD and other
charges as applicable for particular work, only such firm are exempted to deposit the
EMD and other applicable charges and firm shall be submitted the valid NS IC /
MS ME certificate for exemption of EMD and other charges.
4. Tenderers should confirm that their equipment/products conform to the governing
specifications of the quoted items as per Tender Enquiry.
5. Tenderers should mention whether it is an SSI Unit o r not.
6. Tenderers should mention their monthly manufacturing/Work/ supplying capacity.
7. Tenderers should mention in the Tender Enquiry that they accept our work/delivery terms
i.e. they agree to “Repair, Construction and maintenance work of Collapsed/Damaged
100 Running Meter Boundary wall & 06 Meter Retaining wall (05+20 RM Left side of
GO's mess, 55 RM near barrack no 03 & 20 RM and 6 meter retaining wall near
BOAC ground in upper side/part of Camp” at Group Centre, CRPF Kathgodam ,
locations at freight, risk and cost of the tenderers .
8. Tenderers should mention that their offer is valid up to 180 days from the date of opening
of the tender
9. Tenderers should mention their time for completion of construction clearly.
10. Tenderers should mention that they agree to the Tolerance Clause of the Tender Enquiry
11. Tenderers should give their past performance in the specified format given in the Tender
documents
12. Tenderers should mention that they agree to the Arbitration clause of the Tender Enquiry
13. Tenderers should ensure that they have duly filled up Equipment and Quality Control
Proforma given in the Tender documents.
14. Tenderers should mention that Business dealing with their firms has not been banned by
any govt/ private Agencies
Signature of Tenderer with seal Page 20
15. Tenderers should ensure that witness has signed at appropriate places of the Tender
documents and full name and address of the witness have been mentioned clearly.
,, Tenderer should ensure to sign each page of the Tender documents with name, designation,
seal and address of the signatory.
16. If the tenderers want to mention any specific condition, it should be mentioned on the
covering/forwarding letter only which will be placed on the first page of the technical bid.
Such condition mentioned in any other document shall be summarily ignored .
17. Tenderers should mention their address for communication with Telephone and Fax
Number.
19 Whether rates have been quoted only as per price bid format / B.O.Q. along with tender
documents?
20 Whether rates have been quoted inclusive of all taxes & other charges including GST?
Note
(i) The lowest bidder will be decided on overall rate for the entire work instead of item
wise.
(ii) Rates quoted must be excluding G.S.T.
21 Whether copy of GST regis tration certificate, Professional ITR last three years & PAN Card submitted
22 Tenderer should ensure to sign each page of the Tender documents with name, designation of the authorized signatory under his seal.
23 Whether all the Points under heading “Important instructions, guidelines and terms &
conditions of tender enquiry”, “general terms & conditions of tender enquiry” and
“additional terms and conditions” are acceptable by the contractor or not?
24 Tenderers should mention that they agree to accept the conditions of the contract contained in
DGS&D- 68(Revised) amended up to 31.12.91 and those contained in Pamphlet No.DGS&D -229 read with Annexures attached.
25 Whether copy of registration of the fi rm/contractor with CPWD/State PWD/Railways/MES/Govt. Organizations/ PSU etc. on related works submitted or and agreement between authorized dealer and contractor/suppliers as per DGS&D manual
26 Whether any other relevant documents which the fi rms wish to submit as a part of offer?
27 Whether any Speci fic condition s tipulated
Signature of Tenderer with seal Page 21
APPENDIX – ‘H’ LIST NO-1
TENDERERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW. TENDERERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND /OR ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED.
1. Tender No. …………………………………………………………………………………………………………………………………………….
2. Whether the stores offered fully conform to the technical particulars and specification drawings, specified by the purchaser in the schedule to tender. If not, mention here details of deviations. :
3. Brand of store/work offered. :
4. Name and address of manufacturer. :
5. Station of manufacturer:
6. Please confirm that you have offered Packing: as per tender enquiry Requirements. If not indicate deviations.
7. Gross weight of consignment: (Net weight of each item)
8. What is your permanent Income Tax A/C No. ? :
9. Status:
a) Indicate whether you are LSU or SSI :
b) Are you registered with DGS&D for the item: quoted? If so, indicate whether there is any monetary limit on registration.
c) If you are a small scale unit registered with NSIC: under Single Point Registration scheme, whether there is any monetary limit.
d) In case you are registered with NSIC under Single: Point Registration Scheme for the item quoted, confirm whether you have attached a photocopy of the registration certificate indicating the items for which you are registered.
10.a) If you are not registered either with NSIC or with : DGS&D, please state whether you are Registered with Directorate of Industries of State Government concerned.
b) If so, confirm whether you have attached a copy of : the certificate issued by Director of Industry. 11. Please indicate name & full address of your banker:
(a) Name of Bank : (b) Address :
(c) Telephone : (d) e-Mail :
(e) Fax : (f) Account No. (Core Bank Account No) :
(g) IFSC Code :
(h) Whether Bank branch is NEFT/RTGS enabled or not : SWIFT No. :
12. Business name and constitution of the firm. : Is the firm registered under: -
i) The Indian Companies Act 1956, ii) The Indian Partnership Act 1932 (Please also give name of partners)
iii) Any Act; if not, who are the owners. (Please give full names and address.)
Signature of Tenderer with seal Page 22
13. Whether the tendering firm is/are:-
I). Manufacturer : II). Manufacturer’s authorized agents :
III). Holders in stock of the stores tendered for. : N.B.: If manufacturer’s agents please enclose with tender the copy manufacturer’s authorization on properly stamped paper, duly attested by a Notary Public. 14. If stores offered are manufactured in India, please state whether all raw materials components etc. used in their manufacture are also produced in India. If not give details of materials components etc, that are imported and their breakup of the indigenous and imported components together with their value and proportion it bears to the total value of the store.
15. State whether raw materials are held in stock sufficient for the work, if the same not provided by the purchaser. :
16. Please indicate the stock in hand at present time:-
(a) Held by you against this enquiry. : (b) Held by M/s. Over which you have secured an option.
17. Do you agree to sole arbitration by an officer of Ministry of Law, appointed by the Secretary, Ministry of Home Affairs or by some other person appointed by him as provided in clause 24 of the general conditions of contract form DGS&D-68 (Revised). (Your acceptance or non-acceptance of this clause will not influence the decision of the tender. It should, however, be noted that an omission to answer the above question will be deemed as an acceptance of the clause.) 18. For partnership firms state whether they are registered or not registered under Indian Partnership Act, 1932. Should the answer to this question by a partnership firm be in the affirmative, please state further:-
1. Whether by the partnership agreement, authority to refer disputes concerning the business of the partnership to arbitration has been conferred on the partner who has signed the tender. a. If the answer to (1) is in the negative, whether there is any general power of attorney executed by all the partners of the firm authorizing the partner who has signed the tender to refer disputes concerning business of the partnership to arbitration. : 2. If the answer to either (1) or (2) is in the affirmative furnish a copy of either the partnership agreemen t or the general power of attorney as the case may be. : 1. Please attach to the tender a copy of either document on which reliance is placed for authority of partners of the partner signing the tender to refer disputes to arbitration. The copy should be attested by a Notary Public or its execution should be admitted by Affidavit on a properly stamped paper by all the partners. 2. The tenders must be signed by every partner of the firm. 19. Here state specifically.
(i). Whether the price tendered by you is to the best of your knowledge and belief, not more than the price usually charged by you for stores of same nature/class or description to any private purchaser either foreign or as well as Govt. purchaser. It not state the reasons thereof. If any, also indicate the margin of difference. :
Signature of Tenderer with seal Page 23
(ii). In respect of indigenous items for which there is a controlled price fixed by law, the price quoted shall not be higher than the controlled price and if the price quoted exceeds the controlled price the reasons thereof should be stated. :
20. Are you:-
(i). Holding valid Industrial License(s) Registration Certificate under the Industrial Development and Regulation Act, 1981. If so, please give particulars of Industrial income Registration Certificate. : (ii). Exempted from the licensing provisions of the Act, for the manufacture of item quoted against this tender. If so, please quote relevant orders and explain your position. (iii). Whether you possess the requisite license for Execution of said work ?
In the absence of any reply it would be assumed that no license is required for the purpose of the same/or that you possess the required license.
21. State whether business dealings with you have been banned by Min/Deptt. of Supply/Min. of Home Affairs .
22. Please confirm that you have read all the instructions carefully and have complied with accordingly.
Signature of Witness. Signature of Tenderer
(With full name, address & contact No.) (Full Name and address of the person singing in block letters)
Tender No._____________________________ Name and address of firm/contractor
What is your permanent Income Tax A/C No.?
Status
a) Indicate whether you are govt. registered of central of others
b) GST No.
Please indicate name & full address of your banker in following format:-
a) Bank Name, Branch and Account No.
b) IFSC CODE
c) WHETHER BANK BRANCH is NEFT/RTGS enable or not.
State whether your firm with you have been banned by any govt./central authority.
Please confirm that you have read all the instructions carefully and have complied with accordingly. :
Signature of Witness. Signature of Tenderer
(Full name and address of witness in Block letters.) (Full Name and address of the person singing in block letters)
Whether singing as proprietor / partner / constituted attorney / duly authorized by the company
Signature of Tenderer with seal Page 24
Appendix-I
1. The following amendments may be carried out in the pamphlet entitled conditions on contract governing the contracts
place by Central purchase Organizat ion of government of India 1991 edit ion bearing symbol DGS&D -39 FORM No.
DGS&D-68(rev ised).
1.1 The definit ion of government provided in clause 1(f) page 2 of DGS&D Conditions of contract may be amended as
under: - “Government” means the Central Government.
1.2 The defin ition of secretary in clause 1(k) page3 of DGS&D Conditions of Contract may be modified as under:
“Secretary” means Secretary of Ministry of Home Affairs for the time being in admin istrative charge of the subject matter
of contract and includes Additional Secretary, Special Secretary, Joint Secretary, or Director or Dy. Secy. In such ministry,
DG, Add. DG, IGP (Prov), DIG (Prov) Deputy Commandant of CRPF and every other officer authorized for the t ime being
to execute contracts relating to purchase and supply of stores on behalf of the President of Ind ia.
1.3 Under Clause 2 (C) page 5 o f DGS&D conditions of contract the world „‟Director General of Supplies and Disposals or
Heads of his concerned Regional Offices‟‟ may be replaces by IGP (Prov) CRPF.
1.4 Arbitration:-
For : the existing entries.
Read: Arbitration.
In the event of any question, dispute or difference arising under these conditions or any special conditions of contract, or in
connection with this contract (except as to any matters, the decision of which is specifically provided fo r these or the spec ial
any conditions), the same shall be referred to the sole. Arbitrat ion of an officer in the Min. of Law, appointed to be arbitrator
by Director General CRPF. It will be no objection that the arbitrator is Govt. servant that he had to deal with the matters to
which the contract relates or that in the course of his duty as Govt s ervant he has expressed views on all or any of the
matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties to this contract, it is
term of this contract that:-
a. If the arbitrator be a person appointed by the DG CRPF :- In the event of his dying, neglecting or refusing to act ,or
resigning or being unable to act, for any reason on his award being set aside by the court for any reason, it shall be lawful
for Secretary , Min. of Home Affairs either to proceed with reference himself o r to appoint any other person as arbitrator in
place of the outgoing arbitrator in every such case, it shall be lawfu l for the DG CRPF in p lace of the outgoing Arbitrator, as
the case may be to act on record o f the proceeding as then taken in arbitrat ion, or to commence the proceeding denovo as he
may at h is discretion decide.
b. It is further a term of this contract that no person other than the person appointed by him should act as arb itrator and t hat
if for any reason that is not possible, the matter is not to be referred to arb itration at all.
c. The Arbitrator May W ith the consent of all the part ies to the contract enlarge to the time from t ime to t ime or time for
making and publishing the award
d. Upon every and any such reference, the assessment of the cost incidental to the reference and award respectively shall be
in the discretion of the Arbitrator.
e. Subject as aforesaid, the Arbitrat ion Act, 1940 and the ru les there under and any statutory modificat ion thereof for the
time being in force shall be deemed to apply the arbitration proceedings under this clause.
f. The venue of arb itration shall be the place where the contract is concluded or such other place as the DG CRPF at his
discretion may determine.
g. In this clause the expression the DG CRPF means the DG CRPF if the Ministry of Home affairs for the administrative
head of the CRPF, whether in addition to other functions or otherwise.
1.5 Similarly, the reference to DGS&D wherever appearing may be suitably modified.
2. Fo llowing amendments may be carried out in the Pamphlet No. DGS&D-229 containing various instructions to Tenders.
FROM NO. DGS&D-230 Reference to DGS&D wherever appearing in clause No. 14, 33, 34, 35, 39 and 40 and Appendix
A for Form No. DGS&D-96 may be amended to read as IGP (Prov.) CRPF.
---