01/0 6/201 to 31/03/2017. …crpf.nic.in/writereaddata/portal/tender/764_1/1_8100416.pdfinvitation...

21
INVITATION TO TENDER E-Te nde r CTC (T&IT) CRPF, TIRIL ASHRAM, DHURWA, RANCHI-834004 (JHARKHAND) [Ministry of Home Affairs, GOI] TELE PHONE/ FAX NO. 0651-2600011,2601005 E-MAIL: [email protected], Web Site : www.crpf.nic.in NO. B.V-4/2015-16-M.W(Major) (Elect) Dated the 23 April-2016 To, --------------------------- ---------------------------- Dear Sir, On behalf of the President of India, I invite you to tender for providing full fledged services to attend all required services of annual running/ repair and day to day maintenance of various electrical installations by Providing Skilled wire-man and helper on site in Non-Residential and Residential Building at CTC (T&IT) CRPF, Tiril Ashram, Dhurwa, Ranchi (Jharkhand)-834004 for the period from 01/06/2016 to 31/03/2017. 2. For more details and to download tender notice and other terms and conditions about the aforesaid work please visit CRPF website www.crpf.gov.in and http://eprocure.gov.in/eprocure/app 3. This tender is not transferable. Thanking you, Yours faithfully Sd/- 23-4-16 (Devendra Singh Rawat) DY. INSPECTOR GENERAL For and on behalf of the President of India

Upload: lamdiep

Post on 20-Mar-2018

220 views

Category:

Documents


2 download

TRANSCRIPT

INVITATION TO TENDER

E-Te nde r

CTC (T&IT) CRPF, TIRIL ASHRAM, DHURWA,

RANCHI-834004 (JHARKHAND)

[Ministry of Home Affairs, GOI]

TELE PHONE/ FAX NO. 0651-2600011,2601005

E-MAIL: [email protected], Web Site : www.crpf.nic.in

NO. B.V-4/2015-16-M.W(Major) (Elect) Dated the 23 April-2016

To,

---------------------------

----------------------------

Dear Sir,

On behalf of the President of India, I invite you to tender for providing full fledged services to

attend all required services of annual running/ repair and day to day maintenance of various electrical installations by

Providing Skilled wire-man and helper on site in Non-Residential and Residential Building at CTC (T&IT) CRPF, Tiril

Ashram, Dhurwa, Ranchi (Jharkhand)-834004 for the period from 01/06/2016 to 31/03/2017.

2. For more details and to download tender notice and other terms and conditions about the aforesaid

work please visit CRPF website www.crpf.gov.in and http://eprocure.gov.in/eprocure/app

3. This tender is not transferable.

Thanking you,

Yours faithfully

Sd/- 23-4-16

(Devendra Singh Rawat)

DY. INSPECTOR GENERAL

For and on behalf of the President of India

Schedule to Tender

CTC (T&IT) CRPF, TIRIL ASHRAM, DHURWA,

RANCHI-834004 (JHARKHAND)

[Ministry of Home Affairs, GOI]

TELE PHONE/ FAX NO. 0651-2600011,2601005

E-MAIL: [email protected], Web Site : www.crpf.nic.in

Cost of Tender- Rs. 500/- (Rupees five hundred ) only

Last Date and time of receipt of online bids for tender :- On 24/05/2016 at 16:00 Hrs. Last Date & time of receipt of hard copy of Tender :- On 26/05/2016 at 14:00 Hrs Date & Time of opening of tender :- On 27/05/2016 at 16:00 Hrs. Validity of offer :- The tender shall remain open for acceptance

till 180 days from the date of opening of tender. Tenderer are advised to go through the Earnest Money, Payment terms and other clauses of this Tender Enquiry carefully before filling the Tender. The schedule of works/services required are as:-

Tender.No Name of work Categories of

workers

Estimated

cost (Rs

Earnest

Money

(Rs.)

Period of

contract

B.V-4/2016-17-

M.W(Major) (Elect) Annual running/ repair and day to day

maintenance of various electrical

installations by Providing of skilled wire

man and helper on site in Non-Residential

and Residential Building i.e. High mast

light, Lines maintenance works etc. at CTC

(T&IT) CRPF, Tiril Ashram, Dhurwa, Ranchi

1.Services of

Skilled Wire

Man-01 (full

month)

2.Services of

un-Skilled

Helper-03 (full

month)

Below 10 lakhs 30,000-00 10 months w.e.f 01/06/2016 to 31/03/2017

Scope of works

A Maintenance of internal EI & material like switch, socket, choke, mcbs, DBs, holder, wires etc.,

B Repairing, painting of fans & fittings and rewinding of fans etc.

C Replacements of old burn out main switch board in barracks pump room, switch room residential building by new mccbs with enclosed cubical panel.

D Replacement (supplying & laying) of faulty UG cable of different size as & when required.

E Maintenance of street boundary light and tube light, starter, igniter, 150 watt hpsv choke, 150 watt HPSV lamp etc.

F Replacement HPSV 150w street light with low consumption led lights.

G Operation & repairing/rewinding water supply pump motor

H Preventive maintenance and minor repair of 1.0/1.5/2.0 ton ACs including replacement of spare etc.

All tender documents attached with this invitation to tender for considering any offer as complete offer. It is therefore important that 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 through e-procurement site http://eprocure.gov.in/eprocure/app. All tenderer are required to submit Earnest Money as mentioned in Tender Enquiry along with their offer.

1. Purchaser : The President of India. 2. User Department : CTC (T&IT)CRPF, Ranchi. 3. Works required at : CTC (T&IT)CRPF, Ranchi. 4. Duration of work/services : 10 month i.e 01/06/2016 to 31/03/2017 5. Payment Terms : Monthly basis after completion of satisfactory work/ service.

6. Works standard : As per CPWD norms. 7. Rate quoted by the contractor should be on firm price basis.

8. Contractor should quote rates, taxes, and duties only as per BOQ format provided. 9. DIG, CTC (T&IT), Tiril Ashram, Dhurwa, Ranchi reserves the right to cancel/reject or Scrap the

tender without assigning any reason at any stage.

10. Place of submission of tender documents:- CTC (T&IT)CRPF, Tiril Ashram, Dhurwa, Ranchi-834004

11. Original documents as per clause 15 (a)1 duly completed in all respect are to be deposited in the

tender box kept at CTC (T&IT)CRPF, Dhurwa before specified time and date mentioned in the Schedule of Tender.

12. Late/Delayed/Non submission of originals would result in rejection of bid during online bid opening.

13. SECURITY DEPOSIT.

13.1 The successful contractor shall have to deposit Performance Security money 5% of contract value. 13.2 The performance Security Deposit submitted by the contractor will remain valid at least for 10 months. 13.3The successful bidder shall execute an agreement with DIGP CTC(T&IT) on non judicial stamp paper of appropriate value as per stamp act within 10 days from the date of award of LOA.

14. Liquidated damages for delay:

If the Contractor fails to attend any complaint or defect in due course of time and if in the

opinion of officer incharge of building branch delay is on the part of Repair and Maintenance

agency, the employer can impose liquidated damages on the contractor as per conditions.

15. TWO BID SYSTEM All bidders are required to submit their offers in two covers as under:- (a) FIRST COVER (Technical Bid) should contain the following

1. Documents to be submitted in original manually. (i) Tender fee (ii) Tender EMD (iii) Tender acceptance letter (iv)Any other relevant documents which the firms wish to submit as a part of Technical Offer. 2. Documents to be submitted in Scanned Copy. i) Tender acceptance letter. ii) Earnest money deposit and Tender fee iii) Performance statement for last three years However priority will be Given to those with previous experience of similar works. iv) Form 68 (A) and list No.1 v) Questionnaire as Appendix “D- vi) Attested copy of registration (Registration details showing appropriate class & amount). vii) VAT / TIN Registration certificate & PAN Card. viii) The bidder/ tenderer will submit the signed copy ( all page to be signed ) of the Tender notice under his seal ix) Complete postal address of contractor/Firm along with copy of valid I/Card/ Voter

I/D Card.

x) ITR last two years.

(b) SECOND COVER (Commercial/Price Bid) should contain the following:- 1) The composite bid i.e rate indicated in the technical bid “OPENLY” SHALL BE IGNORED. Price should be quoted as per BOQ in XXXX.xls format provided alongwith tender document at eProcurement site http://eprocure.gov.in/eprocure/app only. i) Details of rates, taxes, duties and discounts if any quoted by the bidder. ii) Rates must be clearly written in figures as well as in words. iii) There must not be any cutting/over writing. iv) The offered rates should be quoted/mentioned in the letter head of the firm/contractor.

16. Tender Documents are available at CPPP eProcurement site http://eprocure.gov.in/eprocure/app as well as on CRPF website (http://crpf.nic.in/tender-notices.html) which can be downloaded by interested firms free of cost.

17. However bidders are required to submit Tender Fee/EMD as applicable, as per tender document while submitting the bids. The Demand Draft/Bank Guarantee for Tender Fee/EMD should be drawn in favour of DIGP, CTC (T&IT), CRPF, Ranchi and original should be submitted to the Office of the DIGP, CTC (T&IT), CRPF, Ranchi before opening of the tender.

18. Note for tender:- Other relevant terms & conditions of the tender is attached as Annexure-Á’ and guidelines for e-procurements Annexure-B

Sd/- 23/4/16

(Devendra Singh Rawat)

DY. INSPECTOR GENERAL

For and on behalf of the President of India

ANNEXURE-A The terms & conditions for the firms/contractors who will undertake M.W(MAJOR) (Electrical) Works in respect of this campus will be as under:-

1. Firm /contractor must be approved/ registered with the CPWD/PWD like public works organizations, GOI/State govt.

2. The firm or contractor must have the major works experience with CPWD/PWD like public works organizations or GOI/State govt. or in executing the task of annual running repair and maintenance work (ELECTRICAL) in respect of govt. / semi govt. buildings/premises.

3. The work shall be carried out in accordance with CPWD repair and maintenance specifications for electrical works as amended from time to time.

4. Installations taken for M.W(MAJOR) (Elect) should be handed over back to the authorities of this department in good condition on completion of the period of M.W(MAJOR) (Elect) contract. The contractor is responsible to keep the installations clean, fully functional and free from all complaints.

5. If the officer deputed by the DIGP cum Estate Officer CTC (T&IT) CRPF is not satisfied with the timely attendance/proficiency and behaviour/ conduct of any staff, the contractor will be liable to remove him from the premises.

6. The contract will be responsible for engagement of labour for all the days in a month; however the contractor should make rotations / alternative arrangement for Holiday, Weekly off etc. No extra payment will be allowed for Holiday & Weekly Off duty.

7. Before commencement of contract work the name and address of staff engaged for work along with copy of valid required license (Where ever applicable) shall be submitted to the department for verification and record.

8. The contractor should engage the required staff purely temporarily and adhoc basis as per the schedule/description of the work and they should have required valid license issued by the Licensing Board of Govt. of Jharkhand as applicable.

9. The contractor has to keep/maintain attendance register, complaints register, work /job card, log books and pay book etc.

10. The contractor should issue identity card duly signed by the contractor to his staff Moreover, uniform, shoe, and tools required for electrical works will be arranged by the contractor. However gate pass will be issued by the CRPF authorities as per existing camp security instructions.

11. The staff must keep his identity card/ gate pass always with him during the duty hours and should produce on demand.

12. It is the responsibility of the contractor to provide extra staff to attend any urgent requirement.

13. Proportionate amount of the total contractual amount will be paid on monthly basis on submission of bill and providing satisfactory service report from the S.O I/C building branch or by the contractor to CRPF authority.

14. The contract is for 10 months; however it can be terminated with minimum 60 days notice by both the parties.

15. Engagement of workers by the contractor will be measured in terms of month. Recovery will be imposed for the absent period on pro rate basis from the bill payable to the contractor at the end of each month.

16. The contractor should provide Mobile Phone with the In-Charge of maintenance staff on duty having validity for incoming calls. The agency should furnish the Mobile Phone Number forthwith after award of work.

17. The Contractor should provide minimum one bicycle to their IC maintenance staff.

18. The materials required for repair / replacement will be supplied by the department and receipt acknowledgement has to be given while collecting the material by IC maintenance staff of the contractor.

19. All electrical works complain of residential and non residential buildings as well as entire campus should be attended.

20. All electrical lines should be checked regularly.

21. The abnormal defects noticed in the buildings or other installations and system shall be brought to the notice of the D.C Building CTC (T&IT) CRPF promptly in order to avoid break down.

22. The staff should be well disciplined and have good character and conduct.

23. The contractor should pay the minimum wages to the staff. The S.O I/C Building CTC (T&IT) CRPF should ensure that the minimum wages are paid to the staff.

24. The staff of contractor for M.W(MAJOR) (Electrical works) should report daily to S.O I/C Building Branch CTC (T&IT) for recording their attendance in daily attendance register. If any of the engaged staff found absent from duty, the minimum charges of wages and other due will be recovered from the contractor from the total contractual amount of that quarter.

25. In case of absence of staff engaged by the contractor for more than 10 days in a month, wages of entire month will be retrenched out of total contractual amount in that Month. If the absence period is less than 10 days, recovery for less staff will be charged as per the rates quoted by the contractor with 50% penalty from his monthly dues/bill.

26. In case of absence of staff engaged for M.W(MAJOR) his substitute with Identity documents etc. will be provided by contractor immediately in order to ensure uninterrupted and efficient Maintenance of electrical installations.

27. For repeated deficiencies/inordinate delays, installation of services and condition, M.W(MAJOR) (Electrical Works) contract will be liable to be terminated and decision of the DIGP cum Estate Officer will be final and binding on all concerned.

28 ADDITIONAL CONDITIONS:-

I. The prospective tenderer shall be registered with Jharkhand Government for service tax registration and should posses valid 11 KV LT Electrical License from the competent Authority of Jharkhand The prospective tenderer should visit the site and acquaint themselves of the conditions existing, restrictions in movement/working hours/security aspects/conditions of the job. No complaints of losses of labour items or work not included in the scope of work, variation etc. will be entertained at a later date. The prospective tenderer should have adequate past experience in handling similar works.

II. Separate complaint register for each of the above mentioned categories of works will be kept at building branch and other respective location.

III. All the complaints of above cited categories shall be attended by hired staff as soon as they are entered in the Complaints Register or when directed to do any work by concerned branch -in-charges of CRPF or as directed by the DC( Building ) or other officer of CTC (T&IT)CRPF.

IV. The contractor shall strictly provide staff for manning installations as per the requirements of shift and qualifications prescribed in the tender documents. He will follow the local labour laws, rules and regulations and all payable dues regarding such employment.

V. Hired persons/staff will report at designated place daily and take the assignments.

VI. The contractor shall strictly follow the security instructions / standing orders as directed by DIGP cum Estate Officer, CTC(T&IT),CRPF Ranchi. He shall follow all local laws / labour Regulations as prescribed by Central / State Government authorities.

VII. Upkeep and maintenance of the log books and periodical inspection registers in a neat and Presentable manner is the responsibility of the contractor as per the Proforma decided by the Competent authority, including maintenance of attendance register, which shall be got Invariably signed by the DC(Building) concerned daily, all the above will form part of office records. However, a copy of the attendance can be had by the contractor for purpose of Disbursement etc.

VIII. Maintenance of the installed instruments should be carried out in shortest time by the contactor. In any case if the competent authority feel delay in execution of repair work, the authority have the right to repair the installed instrument through any other agencies/departmentally. No notice is required to be given to the contactor before undertaking any such operation as work is required to be done in emergency.

IX. The contractor shall employ qualified/trained person for operation/maintenance and shall be fully responsible to obtain such licenses for taking up the above work as prescribed by the State/local bodies/CPWD both for execution and operating staff.

X. The contractor shall be fully responsible for settling all claims and indemnify the department against any claims arising out of any accidents to the hired staff/ laborers.

XI. The contractor and or his representative labour should not remove/disturb/dislocate the existing installation and its parts from its locations until and unless it is authorized by the competent authority. The entire installation should be intact at any time of inspection and as handed over to him at the time of initial taking over of its maintenance and operation. Care should be taken not to damage, improper handling etc. The contractor shall be responsible for any damage or theft and shall have to make good to its original shape and Description as and when damage/theft etc., takes place/is noticed.

XII. The staff shall attend to their duties in neatly done uniform of prescribed colour and pattern with shoes.

XIII. The successful tenderer has to directly liaise with the JSEB authorities in case LT failures, load shedding etc.

XIV. The prospective tenderer shall be registered with Jharkhand Government for service tax registration and should posses valid 11 KV HT/ LT Electrical License from the competent Authority of Jharkhand.

XV. The successful tenderer has to monitor and record Power Factor on hourly basis and he has to bring any discrepancies to the knowledge of the competent authority and shall be responsible if the electricity board imposes any penalty and the same may be recovered from their monthly bills.

If the penalty is on account of negligence/bad maintenance by the staff engaged by contractor.

XVI. Preventive maintenance is the responsibility of the contractor. All log books, complaint registers etc. shall be provided by the contractor for the work and shall be the record of the department and these shall be maintained in presentable form.

XVII. All Tools/safety gear required for daily works shall be provided by the successful tenderer. No extra payment shall be made on this account.

XVIII. All safety measure shall be provided to the workmen where ever required during the course of the maintenance works by the contactor.

29 OPERATION SHALL BE AS UNDER :-

i. Timings will be decided by Competent authority and the same shall be final and binding on the contractor.

ii. Authorized representatives from department: DC(Building), Building SO/Hav and Any other officer deputed by competent authority.

iii. Immediately after award of work, the contractor shall submit a list of persons to be employed on the job, along with relevant certificate of trade & experience, and also arrange to issue identity cards to such persons engaged on the job. The staff shall invariably display the identity card on his pocket when on duty.

iv. The contractor should make minimum fair wages to the staff as per prevailing labour laws, the wages shall be made in presence of the representative of the department.

v. All the workmen engaged for the work shall be covered by group insurance during the period of contract. In case, the contract is extended beyond the period stipulated in the agreement, the contractor shall extend the group insurance to the extended period of contract.

vi. Competent authority may require the contractor to dismiss or remove any person or persons in the contractors employment, who may be incompetent or misconduct himself and the contractor shall comply with such requirements.

vii. The contractor or his representative should be available on mobile phone round the clock to register the complaint. Immediately after award of work contractor shall intimate his present/permanent addresses as well as and his representative’s contact telephone/mobile phone number to the department.

viii. The contractor shall note that the work should be taken up in its true spirit wherein, Promptness, punctuality and professionalism are of utmost significance, and cannot be compromised. The workmen employed on the job shall be polite and well-mannered. In case it is observed that any worker found to be impolite, or behaving improperly, the Competent authority or his authorized representative are liable to issue notices to the contractor directing immediate replacement of such workmen.

ix. All repairing and maintains complaints shall be attended by the contractor, with crew, materials and support equipments within 24 hours of receipt of complaint positively.

x. All the dismantled materials are to be returned back to the Department.

xi. If any faults/damage occurs due to negligence of hired worker, tenderer would be responsible for aforesaid damage and would repair it at his own costs.

xii. The agency should ensure all safety precautions for its labourers including safety gear to labours.

Xiv The contractor shall ensure: - a) That the normal functioning of Employer is not effected as far as possible. b) That the work is carried out in an orderly manner without noise and obstruction to flow of work. C) That all rubbish etc. is disposed off at the earliest and the place is left clean and orderly at the end of each day’s work. d) The Contractor shall ensure that his Repair and Maintenance staff is qualified and licensed for their part of work. He shall be responsible for their conduct. The staff should behave in a courteous manner. The contractor shall be held responsible for any loss or damage to property of CTC(T&IT) Dhurwa Ranchi Jharkhand. e) The contractor shall ensure safety of his workers and others at site of work and shall be responsible for any consequence arising out of execution of the Repair and Maintenance work.

XV The Bid Security/Performance Security deposit of the bidder would be forfeited, in case he refuses to honour the letter of intent/Work Order issued by the DIGP, CTC(T&IT) Dhurwa Ranchi Jharkhand for work.

Selected bidder has to execute an agreement in a non-judicial bond paper of value of not less than Rs.100/-(Hundred rupees only) for M.W(MAJOR) services, as per the intent of the CTC(T&IT) DHURWA RANCHI JHARKHAND. Cost on this account shall be borne by the bidder.

The workers on duty after 4.00 PM will have to be available at the service centre created by the contractor & should have mobile phone. CTC(T&IT) building branch officials may, at any point of time, verify physical presence of workers and in case of absence of any of the workers, Rs. 500/- will be levied as penalty for each instance.

The contractor, to whom the work is awarded, will execute the work himself. He will not be allowed to sublet the work to any other agency or sub-contract it.

30. Safety, Security and Protection for the Environment

The Contractor shall, throughout the execution and completion of the Works and the remedying of any defects therein take all reasonable steps to protect the environment on and off the Site and to avoid damage or nuisance to persons or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods or Repair.

31 . Damage to Persons and Property:

The Contractor shall, except if and so far as the Contract provides otherwise, indemnify the Employer against all losses and claims in respect of: (a) Death of or injury to any person, or (b) Loss or damage to any property (other than the Works): Which may arise out of or in consequence of the Repair and Maintenance of the Works and the remedying of any defects therein, and against all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof.

32. Duration of Work/Contract:

The Repair and Maintenance work shall be for a period of 10 month or as mentioned in the final contract letter.

33. Defect identification and its rectifications:

Agency shall immediately attend the defects and complaints noticed / reported at site. The agency shall provide and develop a system for regular Repair and Maintenance of all the services which includes defect identification and its immediate rectification so, that services are not affected. It shall be the sole responsibility of the Repair and Maintenance agency that all the services are kept in functional condition round the clock during the currency of the contract.

34. Liquidated damages for delay:

If the Contractor fails to attend any complaint or defect in due course of time and if in the opinion of officer incharge of building branch delay is on the part of Repair and Maintenance agency, the employer can impose liquidated damages on the contractor as per conditions.

35. Contractor’s failure to carry out Instructions:

In case of default on the part of the Contractor in carrying out defect / rectification / repair /maintenance works, the Employer shall be entitled to employ and pay other persons to carry out the same and if such work, in the opinion of the Engineer, the Contractor was liable to do at his own cost under the Contract, then all costs including penalty for delay in attending to the complaint consequent thereon or incidental thereto shall be determined by the Engineer and shall be recoverable from the Contractor by the Employer, and may be deducted by the Employer from any monies due or to become due to the Contractor.

36. MEASUREMENT

a Works to be measured for BOQ items

b Building branch shall determine the measurement of the value of actual work done in accordance with the Contract and the Contractor shall be paid accordingly. No part payment / rate shall be made for any part of BOQ items not fully executed.

Sd/- 23-4-16

(Devendra Singh Rawat)

DY. INSPECTOR GENERAL

For and on behalf of the President of India

NOTICE INVITING E-TENDER (OPEN)

Online electronic bid is invited for and on behalf of DIGP CTC(T&IT) DHURWA RANCHI JHARKHAND from eligible, experience, registered company, firms or contractors of appropriate class of CPWD/State PWD/Railways/MES or any other Govt. Deppt./PSU for the works

“REGARDING ANNUAL REPAIR AND MAINTAINANCE (ELECTRICAL WORKS ) OF ALL RESIDENTIAL

AND NON RESIDENTIAL BUILDINGS OF CTC (T&IT) CRPF , RANCHI”. Manual bids shall not be accepted

except for the original documents/instruments as mentioned in this tender.

The details of work are available in the tender document which can be downloaded from Central

Public Procurement (CPP) Portal http://eprocure.gov.in/eprocure/app and the bid is to be submitted online only on http://eprocure.gov.in/eprocure/app up to last date and time of submission of tender. Sale of physical tender document is not applicable. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document.

1.0 Brief Details of Tender:

I. Name of Work “REGARDING ANNUAL REPAIR AND MAINTAINANCE (ELECTRICAL WORKS ) OF ALL

RESIDENTIAL AND NON RESIDENTIAL BUILDINGS OF CTC (T&IT) CRPF , RANCHI”.

II. Tender Specification No. B.V.4/2016-17- M.W(Major) (Elect) dated 23/04/2016

III. Mode of tendering e-Procurement System (Online Part I - Techno-Commercial Bid and Part II - Price Bid through

www.eprocure.gov.in/eprocure/app.

IV. E-Tender ID ----------------------------------

V. a)Required Tender Fees

b)Required Bid Security(EMD):

c) Estimated cost of work

a) Rs 500/- in the form of Crossed Demand Draft in favour of “DIGP CTC(T&IT)” payable at RANCHI,

b) Earnest money Rs 30,000.00/- may be deposited in the form of Crossed Demand Draft in favour of “DIGP CTC(T&IT) CRPF ” payable at RANCHI or in the shape of Bank Guarantee as per Annexure-I. c) Rs BELOW 10,00,000/-

VI Date and time for From/ At Till

a) Sale of Tender Document 23/04/2016 16:30 Hr. 24/05/2016 16:30 Hr.

b) Bid Submission ( On line) 23/04/2016 17:30 Hr. 24/05/2016 16:30 Hr.

c) Last date and time of Receipt of

offline bid.26/05/2016 16:00 Hr.

d)Opening of Techno- Commercial

Bid 27/05/2016 16:00 Hr.

VII Required validity of Bid 180 days from the date of opening of Tenders

VIII Language of bid English

X Bid Currency Indian National Rupee (INR)

XI Schedule completion Period 10 Months

1.2 The Bidders who download the tender documents from the internet site www.crpf.nic.in linked on e-procurement would have to pay the cost of tender documents in shape of Demand draft/ Banker’s Cheque in favour of DIGP CTC(T&IT) CRPF payable at RANCHI.

2 The procedure & instructions for online bid submission has enclosed with this NIT(NOTICE INVITING TENDER) as:

Annexure-A.

3. The tender for the work shall remain open for acceptance for a period of one hundred eighty days from the date of opening of tenders. If any bidder/ tenderer withdraws his bid/ tender before the said period or makes any modifications in the terms and conditions of the bid, the said earnest money shall stand forfeited. 4. The contractor shall comply with all applicable mandatory legal requirements providing

services to “REGARDING ANNUAL REPAIR AND MAINTAINANCE (ELECTRICAL WORKS ) OF ALL RESIDENTIAL AND NON RESIDENTIAL BUILDINGS OF CTC (T&IT) CRPF , RANCHI”.,. 5. Tenders should be submitted online through www.eprocure.gov.in/eprocure/app within scheduled date and

time and Envelope No. 1 (Techno-Commercial Bid) in physical form as detailed above should reach O/o the undersigned on or before last date of receipt of techno-commercial bid. 6. The bidder may be disqualified if they have made misleading and false representation in the forms, statements, declaration and/or record of poor performance such as abandoning the work, not properly completing the contract, inordinate delay in completion at CTC(T&IT) TIRIL DHURWA, RANCHI, even though they meet the qualification criteria mentioned in Tender Document. 7. The Techno-commercial Bid shall be opened online on due date & time of tender opening notified above. One authorized representative of each participant bidder will be eligible to witness the tender opening process through www.eprocure.gov.in/eprocure/app.

8. The EMD shall be forfeited, if the bidder adopts corrupt or fraudulent practice or attempt to spoil/delay the tendering process by way of non submission of requisite documents as required as per tender document. 9. The bidder should have not been banned/de-listed/black listed/debarred from business by any PSU /Govt. Department during last three (03) years on the grounds mentioned in para 6 of Guidelines on Banning of Business dealings (available at CRPF) website www.crpf.nic.in to Integrity pact. Self-declaration in this regard is to be submitted. 10. Tender received without requisite EMD or, without relevant documents as Tender Document shall be summarily rejected. 11. All offline documents shall reach in the OFFICE OF DIGP CTC(T&IT) TIRIL DHURWA,

RANCHI,TIRIL, DHURWA,JHARKHAND , Pin: 834004

latest by 26-05-2016 at 14:00 Hrs.

Private courier service should Not be accepted. Bidders are advised to send their offline bids through speed post/registered post well in advance to avoid any postal delay. Any query regarding non-receipt/late receipt or loss in transit of tender shall not be entertained & shall be dealt with various provisions contained in tender document. 12. If the due date of receipt / opening as mentioned is declared to be a holiday, the tenders shall be received and opened at same time as specified but on the next working day. 13. Employer reserves the right to cancel the tendering process at any time before award of work. 14. Price Bids in respect of technically acceptable bidders will be opened online on later date under intimation to all qualified bidders. Financial bid shall contain only schedule of items and rates duly filled in. Financial Bid shall be filled online only. 15. Tendering process can be terminated/extended, in case of poor response. DIGP CTC(T&IT) reserves the right to reject any or all of the tenders without assigning any reason and is not bound to accept the lowest tender. Conditional tenders will be treated as non responsive and rejected. 16. As per Policy for detection / prevention of fraud in the DIGP CTC(T&IT) bidder are required to certify that they would

adhere to the Fraud policy of the DIGP CTC(T&IT) and not indulge or allow anybody else working in their organization to

indulge in fraudulent activities and would immediately apprise the organization of the fraud / suspected fraud as soon as it

comes to their notice. Please sign annexure-IX and keep the same in Envelope No. 1.This shall form part 4 of documents both

at the time of submission of bid and agreement of execution of contract.

17. Even though the bidder meets out qualification criteria, they are disqualified if firm/contractor has been blacklisted by the DIGP CTC(T&IT) or any other PSU/Govt Deptt. 18. COURT OF COMPETENT JURISDICTION : Any legal action taken or proceeding initiated on any of the terms of the contract shall be only in the jurisdiction of Hon’ble High Court of JHARKHAND.

ANNEXURE-B

i. INSTRUCTIONS FOR ONLINE BID SUBMISSION

The bidders are required to submit soft copies of their bids electronically on the Central Public Procurement (CPP) Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids online on the CPP Portal. 1. REGISTRATION:

(i) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement Portal by using the “Click here to Enroll” option available on the home page. Enrolment on the CPP Portal is free of charge. (ii) During enrolment/ registration, the bidders should provide the correct/ true information including valid email-id & mobile no. All the correspondence shall be made directly with the contractors/ bidders through email-id provided. (iii) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. (iv) For e-tendering possession of valid Digital Signature Certificate (Class II or Class III Certificates with signing key usage) is mandatory which can be obtained from SIFY/TCS/nCode/eMudra or any Certifying Authority recognized by CCA India on eToken/ SmartCard. (v) Upon enrolment on CPP Portal for e-tendering, the bidders shall register their valid Digital Signature Certificate with their profile. (vi) Only one valid DSC should be registered by a bidder. Bidders are responsible to ensure that they do not lend their DSCs to others which may lead to misuse and should ensure safety of the same. (vii) Bidders can than log into the site through the secured login by entering their userID/ password and the password of the DSC/ eToken. 2. PREPARATION OF BIDS:

(i) For preparation of bid Bidders shall search the tender from published tender list available on site and download the complete tender document and should take into account corrigendum if any published before submitting their bids. After selecting the tender document same shall be moved to the ‘My favourite’ folder of bidders account from where bidder can view all the details of the tender document. (ii) Bidder shall go through the tender document carefully to understand the documents required to be submitted as part of the bid. Bidders shall note the number of covers in which the bid documents have to be submitted, the number of documents – including the names and content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. (iii) Any pre bid clarifications if required, then same may be obtained online through the tender site, or through the contact details given in the tender document. (iv) Bidders should get ready in advance the bid documents to be submitted as indicated in the tender document/schedule in PDF/xls/rar/zip/dwf formats. If there is more than one document, they can be clubbed together using zip format. (v) Bidders can update well in advance, the documents such as experience certificates, annual report, PAN, EPF & other details etc., under “My Space” option, which can be submitted as per tender requirements. This will facilitate the bid submission process faster by reducing upload time of bids.

3. SUBMISSION OF BIDS:

(i) Bidder should log into the site well in advance for bid submission so that he/ she upload the bid in time i.e. on or before the bid submission time. (ii) Bidder should prepare the Tender Fee and EMD as per the instructions specified in the NIT/tender document. The details of

the DD/BC/BG physically sent, should tally with the details available in the scanned copy and the data entered during bid

submission time. Otherwise the uploaded bid will be rejected.

(iii) While submitting the bids online, the bidder shall read the terms & conditions (of CPP portal) and accepts the same in order to proceed further to submit their bid. (iv) Bidders shall select the payment option as offline to pay the Tender Fee/ EMD and enter details of the DD/BC/BG.

(v) Bidder shall digitally sign and upload the required bid documents one by one as indicated in 6 the tender document. (vi) Bidders shall not that the very act of using DSC for downloading the tender document and uploading their offers is deemed to be a confirmation that they have read all sections and pages of the tender document without any exception and have understood the complete tender document and are clear about the requirements of the tender document. (vii) Bidder shall note that each document to be uploaded for the tender should be less than 2 MB. If any document is more than 2 MB, it can be reduced through zip/rar and the same can be uploaded. For the file size of less than 1 MB, the transaction uploading time will be very fast. (viii) Utmost care shall be taken for uploading Schedule of quantities & Prices and any change/ modification of the price schedule shall render it unfit for bidding. If the template of Schedule of Quantities & Prices file is found to be modified in the eventuality by the bidder, the bid will be rejected including forfeiture of EMD. The bidders are cautioned that uploading of financial bid elsewhere i.e. other than in cover 2 will result in rejection of the tender. (ix) Bidders shall submit their bids through online e-tendering system to the Tender Inviting Authority (TIA) well before the bid submission end date & time (as per Server System Clock). The TIA will not be held responsible for any sort of delay or the difficulties faced during the submission of bids online by the bidders at the eleventh hour. (x) After the bid submission (i.e. after Clicking “Freeze Bid Submission” in the portal), the bidders shall take print out of system generated acknowledgement number, and keep it as a record of evidence for online submission of bid, which will also act as an entry pass to participate in the bid opening.

(xi) Bidders should follow the server time being displayed on bidder’s dashboard at the top of the tender site, which shall be considered valid for all actions of requesting, bid submission, bid opening etc., in the e-tender system. (xii) All the documents being submitted by the bidders would be encrypted using PKI (Public Key Infrastructure) encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained using the secured Socket Layer 128 bit encryption technology. 4. ASSISTANCE TO BIDDERS:

(i) Any queries relating to the tender document and the terms and conditions contained therein should be addressed to the Tender Inviting Authority for a tender or the relevant contract person indicated in the tender. (ii) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24X7 CPP Portal Helpdesk. Toll Free Number 1800-3070-2232.

ii

1.0 Eligible Bidders

1.1. Bids from those bidders who have not paid the Tender fee shall not be considered.

1.2. The following minimum Qualifying criteria has been set forth for the work:-

1.2.1. The minimum criteria of the Bidders will be as follows

I. The bidder should have Current Income Tax challan/return/ Income Tax exemption certificate, PAN No., EPF Registration Certificate duly issued by RPFC, Service Tax Registration. II. Average annual financial turnover during the last three years ending 31st March of previous financial year should be at least 30% of the estimated cost of work. III. Bidder should submit report on financial standing such as Profit & Loss statements and Auditor’s Report/ turn over certificate duly certified by Charted Accountant for the past three years. IV. Satisfactorily completed as a Prime Contractor at least 80% value of the estimate for single work of similar nature (with in last three years) or 50% value of the estimate for two works of similar nature (with in last three years) or 40% value of the estimate for three works of similar nature (with in last three years) Similar works is defined as “Running & maintenance work in CRPF/state Govt. /Central Govt/Public sector undertaking”. 1.2.2 The bidder should not have been banned/de-listed/black-listed/debarred from business by any PSU/Govt. Department during last three years on the ground mentioned in para 6 of guidelines of Banning of business dealing (available at CRPF website: www.crpf.nic.in) to Integrity Pact. Self-declaration in this regard is to be submitted.

1.2.3. To improve transparency and fairness in the tendering process the Employer is implementing Integrity Pact. The Integrity Pact, signed by all the prospective Bidders and the Employer, shall commit the persons/officials of both the parties, not to exercise any corrupt/fraudulent/collusive/coercive practices in the Tendering process and also during implementation of the Contract. Only those Bidders who have entered into Integrity Pact with the Employer shall be eligible to participate in the bidding process. Entering into Integrity Pact as per Performa (enclosed in forms and procedure) is a basic qualifying requirement. In case of JV, each partner of JV shall sign Integrity Pact with the Employer. The Bidder shall sign an Integrity Pact with the Sub-contractor(s) on the similar lines as signed by him with the Employer. The Integrity Pact duly signed on behalf of the Employer is given in Forms & Procedures of these Bidding Documents. The Integrity Pact shall be downloaded, printed and signed by the bidder and the hard copy shall be submitted . 1.2.4. Bids of only those Bidders who are meeting the Eligibility Criteria specified above will be considered for evaluation and award of the Contract. Bidders will submit duly notarized requisite supporting documents [Photocopies of the Pan Card, Income Tax Returns for current years, Average financial turnover for last three years should be 30% of the estimated cost , documents of EPF Registration, Service tax registration etc.] and testimonials with their Bids to prove their credentials and claim of meeting the Eligibility Criteria. 2.0 Cost of bidding:

2.1 Complete bid document can be viewed and downloaded from website http://eprocure.gov.in/eprocure/app.The tenderer will be required to submit a non refundable fee of Rupees 500/- (Rupees Five Hundred Only) in the form of Crossed Demand Draft in favour of “‘DIGP CTC(T&IT) CRPF, RANCHI payable at RANCHI towards the cost of Tender fee. The bidder shall fill the tender fee details online and submit DD to Tender Inviting Authority on or before the date as specified in NIT. Bidders should deposit earnest money along with their Tender through online . Earnest Money should be in form of Account Payee Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee from any of the commercial banks in an acceptable form in favour of DIGP, CTC(T&IT) CRPF, RANCHI, Payable at RANCHI . 2.2 The bidder shall bear all costs associated with the preparation and submission of its bid, and the Purchaser will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. Note: Mere download of Bid document by prospective Bidder shall not be construed that such a bidder automatically fulfils the prescribed eligibility criteria. Whether the bidder meets the specific eligibility criteria or not, shall be checked or ascertained, on opening their bids by scrutinizing documentary evidences furnished by them along with their bid. 3.0 Bid Security

3.1. Bid Security shall be submitted as mentioned in NIT. Small Scale Units registered with the National Small Industries Corporation (NSIC) under their Single Point Registration Scheme for the stores/work are exempted from furnishing the Bid Security deposit. They should furnish with the Bid a Notarized copy of the valid registration certificate issued by NSIC in their favour, for the stores/work covered under this bid document. No other bidder is exempted from furnishing Bid Security as mentioned above. 3.2. Bids received unaccompanied by either an acceptable Bid Security or a notarized photocopy of valid certificate of registration issued by NSIC shall be rejected as being non-responsive and returned unopened to the bidders. 3.3. Bid Security of the successful bidder will be returned when the bidder has furnished requisite Performance Guarantee as stipulated in ‘Terms & Conditions’ of Contract. The bid security of all the unsuccessful Bidders will be returned on or before 30 days after the Award. 3.4. The bid security may be forfeited:

3.4.1. If the Bidder withdraws its Bid during the period of bid validity specified by the Bidder, or is found to have indulged in Corrupt, Fraudulent, Collusive or Coercive practice(s) covered under clause 14 (or the relevant clause as applicable) of “ITB” or defaults commitments under Integrity Pact or 3.4.2. If the Bidder, having been notified of the acceptance of its Bid by the Employer during the period of bid validity:-

a) fails or refuses to accept / execute the Work Order when required or to sign the Contract

Agreement or

b) fails or refuses to issue the performance security in accordance with the bidding documents

or

c) refuses to accept the arithmetical corrections made in accordance with the bidding documents.

4. Preparation, Receipt, Submission and Signing of Bid

Two-Part Bid procedure in electronic form shall be adopted for preparation, submission and evaluation of the bids. The bid submitted should be digitally signed by the bidder. Duly filledtechno-commercial bid in electronic form shall be uploaded through

the portal https://www.eprocure.gov.in/eprocure/app on or before the submission time and date as stipulated in the bidding document. The bidder shall prepare the bid and submit

the bid online.

“B. Offline Submissions:

Bidders shall submit the following documents (Hard copy) offline (i.e. physically) in separate sealed envelope by the due date and time of receipt of bid as mentioned in NIT. The envelope received late or after the prescribed due date and time of receipt as mentioned in NIT will not be entertained. DIGP CTC(T&IT) will not be responsible for any postal delay. The envelope shall be superscript as “Bid Security / EMD, Tender Fees, Documentary evidences in support of the qualification criteria for Tender . 1) DD/valid NSIC Certificate towards tender document fees.

2) DD/BG/valid NSIC certificate towards Bid Security as mentioned .

3) Documentary evidences duly notarized in support of the qualification criteria .

This envelope shall not contain anything else. This part of bid should not contain any price information.

5.0 Late Bids Online submission of the bid will not be permitted on the portal after expiry of submission time and the bidder shall not be permitted to submit the same by any other mode. Similarly hard copies of the off line document , if received by the employer after the dead line for submission of bids prescribed in bidding data, then it will be considered as late bid notwithstanding the fact that the bidder has uploaded the bid online within the stipulated deadline. In such a case the uploaded online bid on the portal shall be considered as non-responsive and shall not be processed further. 6.0 Past Experience The Bidder should fill the details of his past experience in the works covered under these specifications in the following Performa as Format-I and Details of the existing contract- Format-II submit the same online .

7.0 Bid Performa The bidder should fill in the Bid Performa appended as Appendix-A herewith and submit the same online.

8.0 ECS Form/ BANK GURANTEE Bidders are required to submit duly filled in ECS Form appended as Appendix-B herewith and submit the same online.

9.0 Declaration to be submitted by Bidder The bidder shall fill in Declaration Performa Checklist appended as Appendix-C and Questionary as Appendix-D herewith and submit the same online.

10.0 Special Note on Security of Bids The bid submitted by a Bidder is encrypted by a Symmetric Key which is again encrypted by the public key of the tender opening officers. All such encryptions take place at the Bidder’s end.

11.0 Online opening of Bids by Employer Initially, the ‘Techno-Commercial Bid’ shall be opened online. The ‘Price Bid’ of only those bidders whose techno-commercial bid is acceptable to the Employer shall be opened online.

12.0 Evaluation of Bids 12.1 The Employer will examine the bids to determine whether they are complete, whether any computational errors have been made and whether the bids are generally in order and conforms to all the terms, conditions and specifications of the Tender documents without any deviations. 12.2 During bid evaluation, the Employer may ask the bidder for clarification of its bid. The request for clarification and the response shall be in writing, and no change in the price or substance of the bid shall be sought, offered or permitted. 12.3 Bidders are required to quote item-wise competitive rates for the all the items in the Price Bid .The Evaluation of Bid shall be done based on the item-wise price, quoted by the bidder in their ‘price bid’ submitted online subject to Clause 12.4 of ITB. 12.4 Arithmetical errors will be rectified on the following basis:-- If there is a discrepancy between the unit price and the total price which is obtained by multiplying unit price and quantity, or between subtotal and the total price, the unit or subtotal price as the case may be shall prevail, and the total price shall be corrected. If there is a discrepancy between words and figure of the unit rates, the unit rates in words will prevail. If bidder does not accept the correction of errors, its bid will be rejected and the bid security will be forfeited in accordance with ITB sub-clause 3.4. 11. 12.5 The bidder is advised to avoid offering of rebate / discount. However, in case of exceptional circumstances, the rebate / discount offered by the Bidder should be only in the Price-bid itself and not in a separate envelope. The Bidder should offer such a rebate on a percentage basis applied uniformly to all the Unit rate of Price Schedule (s) except those which have been stipulated by the Employer. Conditional discount/ rebate, if any, offered by the bidder shall not be taken into consideration for evaluation. However it may be considered in case of award.

14.0 Award Criteria & Employer’s Right to accept any bid and to reject any or all Bids 14.1. The Employer reserves to itself the right to accept or reject any bid, and to annual the bidding process and reject all bids at any time prior to award of contract, without thereby incurring any liability to the affected Bidder(s). The Employer shall not be bound to accept the lowest or any bid and reserves to itself the right of accepting whole or a portion of any of the bid as it may deem fit. However, the Bidder(s), who wish to seek reason for such decision of cancellation/rejection, shall be informed of the same by the Employer unless its disclosure reasonably could be expected to affect the sovereignty and integrity of India, the security, strategic, scientific or economic interest of the State, relation with foreign State or lead to incitement of an offence. 14.2. The Employer reserves to itself the right to take over the part or full contract from the contractor after the award of the Contract or during the execution of Contract without assigning any reason. 14.3. The Employer will award the contract to the successful Bidder whose bid has been determined to be substantially responsive and to be the lowest evaluated bid, further provided that the Bidder is determined to be qualified to perform the contract satisfactorily. 14.4. The Evaluated price arrived at in terms of sub-clause 12.4 shall be considered for the comparison and evaluation of the bids. However, for the purpose of award of Contract the lesser of the total price quoted by the bidder as per ‘price bid’ or the evaluated price shall be considered.

15.0 Corrupt, Fraudulent, Collusive or Coercive Practices It is expected from the Bidders that they will observe the highest standard of ethics during the procurement and execution of such contracts. This policy shall be applicable as available on CRPF website : www.crpf.nic.in 17.0 Integrity Pact To improve transparency and fairness in tendering process the Employer is to implement a transparency pact. The integrity pact, signed by all the prospective bidders and the Employer, shall commit the persons/officials of both the parties, not to exercise any corrupt / fraudulent /collusive/coercive practices in the tendering process and also during implementation of the contract. Only those bidders who have entered into Integrity Pact with the Employer shall be eligible to participate in the bidding process. Entering into Integrity Pact as per Performa appended as Annexure-II is a basic qualifying requirement. “Guidelines for Banning of Business dealings” are available at DIGP CTC(T&IT) website www.ctctit.gov.in.com. Successful bidder shall submit duly executed Integrity Pact on Non- Judicial stamp paper of appropriate value prior to signing of the Contract Agreement.

18.0 Check List 18.1. Following to be submitted offline in an Envelope i. DD/valid NSIC Certificate towards Tender document Fee. ii. DD/BG/valid NSIC certificate towards bid security. iii. Notarized copies of Documentary evidences in support of the qualification criteria. iv. Duly Signed Integrity Pact

18.2. Following to be filled/ scanned and uploaded online I. Copy of Documentary evidences in support of the qualification criteria. II. Copy of DD/valid NSIC Certificate towards tender document fees.

III. Copy of DD /BG/valid NSIC Certificate towards EMD (Bid Security). IV. Complete digitally signed tender document. V. Duly filled Un-Priced “Schedule of Quantities & Prices” as per Section-IV. VI. Any other document if required without any price element.

i. Price Bid in BoQ_XXXX.xls format. FOUR KEY INSTRUCTIONS for BIDDERS Note: The following ‘FOUR KEY INSTRUCTIONS for BIDDERS’ must be assiduously adhered to:- i) Obtain individual Digital Signature Certificate (DSC or DC) well in advance of tender submission deadline. ii) Register your organization on CPPP well in advance of tender submission deadline. iii) Get your organization’s concerned executives trained on CPPP well in advance of tender submission deadline. iv) Submit your bids well in advance of tender submission deadline on portal (There could be last minute problems due to internet timeout, breakdown, etc.) While the first three instructions mentioned above are especially relevant to first-time users of portal, the fourth instruction is relevant at all times. Note: Electronic procurement system will not allow any bidder to place their bids after the expiry of scheduled date & time. DIGP CTC(T&IT)/ NIC/CPPP shall not be responsible for any delays / problems related to bandwidth, connectivity etc., which are beyond the control of the DIGP CTC(T&IT)/ NIC/CPPP.”

PERFORMANCE STATEMENT APPENDIX “A” 1. Contract / Supply order No. :- 2. Description of Stores :- 3. Period of contract/service :- 4. Value :- 5. Last service position. :- 6. Reasons for Delay in Service :- ( if any ) Signature of the Tenderer.

APPENDIX “B” PROFORMA FOR BANK GUARANTEE FOR SUBMITTING EARNEST MONEY (ON BANKS LETTER HEAD WITH ADHESIVE STAMP) To, The DIGP, CTC(T&IT), CRPF, Ranchi, Dhurwa (Jharkhand)-834004 Dear Sir,

In accordance with your invitation to Tender No. _____________________________________ Dated ,the ____________________. M/S _______________________________________________ here in after called the Tenderer with the following Directors on their Board of Directors / Partneres of the firm. 1. ____________________ 2. _______________________________ 3. ____________________ 4. _______________________________ wish to participate in the said tender enquiry for the supply of __________________ as a bank Guarantee against Earnest Money for a sum of Rs.__________ ( in words ) ____________ _____________________ valid for 240 days from the date of tender opening viz up to ____________ is required to be submitted by the Tenderer as condition for the participation, this bank hereby guarantees and undertakes during the above said period of 180 days to immediately pay on demand by ___________________ in the amount of without any reservation and recourse if, 1. The tenderer after submitting his tender, modifies the rates or any of the terms and conditions thereof, except with the previous written consent of the purchaser. 2. The Tenderer withdraws the said tender within 180 days after opening of tenders OR 3. The Tenderer having not withdrawn the tender, fails to furnish the contract security deposit imposed for due performance of the contract within the period provided in the general conditions of the contracts. The guarantee shall be irrevocable and shall remain valid up to _________________ 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. This guarantee will remain in force up to and including 60 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. Date _________________ Signature ____________________ Place ________________ Printed Name _________________ Witness _____________ (Designation) _________________ Bankers Common Seal.

APPENDIX “C” CHECK LIST FOR TENDERERS (Tenderer should check following requirements for compliance before submission of the tender documents ):==== 1. Tenderer should mention quantity for which they have quoted. This should be mentioned in the covering / forwarding letter head of the technical bid

.

2. Tenderer should ensure deposit of required earnest money Deposit if the tenderer are not registered with DGS&D /NSIC for the store(s)/ services quoted for the governing specification as per Tender Enquiry.

3. Tenderer should ensure that their registration with DGS&D and NSIC is valid if they are registered with DGS&D and NSIC and not depositing Earnest Money. They should enclose the latest DGS&D/ NSIC registration certificate

4. Tenderer should confirm that their equipment /products/ services conform to the governing specifications of the quoted stores as per Tender enquiry.

5. Tenderer should mention whether it is an SSI Unit or not. N/A 6. Tenderer should mention their monthly manufacturing supplying capacity.

7. Tenderer should mention that their offer is valid up to 90 days from the date of opening of the tender..

8. Tenderer should mention their delivery of services period clearly. 9. Tenderer should mention that they agree to the Tolerance Clause of the Tender Enquiry.

10. Tenderer should give their past performance in the specified format given in the Tender documents.

11. Tenderer should mention that they agree to the arbitration clause of the Tender Enquiry.

13. Tenderer should mention that Business dealing with their firms has not been banned by any Govt./ Private agencies.

14. Tenderer should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory.

15. If the tenderer 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 not be given any consideration.

16. Tenderer should mention their address for communication with Telephone and Fax Number.

Signature of the Tenderer.

APPENDIX-‘D’ QUESTIONNAIRE ( Please Mark {√ } in appropriate Box and fill the answer correctly. Tenders leaving the box unmarked and questionnaire unanswered shall be rejected ) 1. Name and Address of Contractor 2. a) Whether registered with DGS&D for subject store Yes No b) If yes Monetary limit ( Enclose Photocopy of Regn. Certificate. Lakh With out Limit) Rs. c) Validity Date 3. a) Whether Registered with NSIC for Subject Store/services : Yes No b) If yes Monetary limit ( Enclose Photocopy of Regn. Certificate). Yes No c) Validity Date 4. Whether your agree to submit Catalogue & Soft Copy Yes/ No 5. Whether past supplier of subject store/services DGS&D of MHA Yes/ No 6. Free delivery at Consignee location & Installation Yes/No 7. Whether you agree for one year Warranty Yes/ No 8. Have you enclosed required Earnest Money Yes No 11. Do you accept tolerance clause Yes No 12. Do you agree to liquidated damage clause Yes No Signature of the Tenderer _____________________________ Name in Firm ______________________________________ Full Address _______________________________________ _______________________________________ Signature of the Tenderer.

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 supply the stores 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. The following pages have been added to and form part of this tender _____________________________ Yours faithfully, Here paste coupon in case where coupons are supplied to contractors on payment (Signature of the Tenderer) Address_____________________________ Dated _____________________________ (Signature of the Witness) Address____________________________ Dated _____________________________

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 offered. 4.Name and address of manufacturer. 5 Station of manufacture 6. Please confirm that you have offered packing as per tender enquiry requireme 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. 10. 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 which you are registered 11. Please indicate name & full address of your banker in the following format - a) Bank Name, Branch and Bank Account No. (Core bank account) b) IFSC Code c) Whether bank branch is NEFT/RTGS enables or not d) TIN 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.) 13. Whether the tendering firm is/are:- 1. Manufacturer 2. Manufacturer’s authorized agents 3. Holders in stock of the stores tendered for. N.B.: If manufacturer’s agents please enclose with tender the copy of 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 component etc, that are imported and their break up 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 manufacture of the stores. 16. Please indicate the stock in hand at present time:- 1. Held by you against this enquiry. 2. 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 ha signed the tender. 2 If the answer to (1) is in the negative, whether theirs 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. 3.If the answer to either (1) or (2) is in the affirmative Furnish a copy of either the partnership agreement 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. Whether authority to refer disputes to arbitration has not been given to the partner signing the tender the tenders must be signed by every partner of the firm. 19. Here state specifically.: 1.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.

2. 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:- 1. 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. 2. 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. 3. Whether you possess the requisite license for manufacture of the stores and/or for the procurement of raw materials belonging to any controlled category required for the manufacture of the store? In the absence of any reply it would be assumed that no license is required for the purpose of raw materials and/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 (Full Name and address of witness in Block letters)

Signature of Tenderer (Full Name and address of the persons signing in Block letters) Whether signing as Proprietor/Partner/Constituted Attorney/duly authorized by the Company

Format I (To Be used with Technical bid) Work Experience (Use Separate Sheet for each work) (Experience of Annual Repair and Maintenance Services of Electrical works completed and Ongoing Contracts as per the eligibility criteria) 1 Project Title and Location

2 Name of the Client and the Address 3 Describe area for Participation (Specific work done/ Services rendered by the applicant)

4 Period of work done / Services rendered by the applicant.) 5 Total Cost of Work

6 Date of start of the work and the present status. 7 Any other details

Note Supporting documents like work order, satisfactory certificate etc from the clients in support of each of the above projects to be furnished.

Signature of the Contractor

Format I I (To Be used with Technical bid) Details of the Existing Contracts S.NO Name and

address of the organization

Name, Designation and Contract Telephone / Fax no. of the officer concerned

Details of regarding the contract Value of contract (Rs.)

Duration of Contract

Additional information if any

From DD/MM/YYYY

To DD/MM/YYYY

A B C

The above format may be used to provide requisite details Date :- Signature of the Tenderer Place:- Name:- Seal:-

CHECK LIST OF THE DOCUMENTS TO BE SUBMITTED WITH THE TENDER Confirm the enclosure of all the below listed documents without which tenderer may not be eligible to participate in the tender. Sr.No Items Confirm (Yes/No) 1 Earnest Money Deposit (EMD) 2 Tender Form with completely filled Technical bid and Financial bid, with all pages serially numbered, signed and stamped along with supporting documents 3 Audited Balance sheet of last three years with details of annual turnover and profit & loss account etc. 4 Income tax returns of last three years. 5. Attested Photo copy of PAN Card 6. ESI Registration certificate copy with last three year payment details (As applicable). 7. EPF Registration certificate copy with last three year payment details (As applicable). 8. Service Tax registration certificate with details of the last payment. 9. Registration certificate under central labour law authorities. Copy of valid labour license. 10. Documents in support of completed and ongoing contracts along with their values in support of the experience and financial credibility as per the eligibility criteria. 11. Undertaking as per part-IX 12. Document in support of Electrical Contractor Registration with theCPWD/State PWD/MES/Railways or any other Government Body Signature Date: Full Name:

Place: Seal:

FINANCIAL BID PART XI

PART– 'A'

Name of work: - A.R.M.O. (Electrical) works for CTC(T&IT) TIRIL

DHURWA, RANCHI,TIRIL, DHURWA,JHARKHAND for the year 2016-2017. ABSTRACT FOR MAINTENANCE STAFF ENGAGEMENT Repairs and maintenance work with the following maintenance Staff with all required tools in attendance and site to supervise the repairing work and new work and reporting to employer day to day progress of work. All the maintenance staff must have requisite qualification & experience, if any, to perform the duty for that particular post/work. Sr.No

Description of item/ services. Nos.

Nos. Monthly expected deployment. (Rs.)

Amount per month (Rs.)

Amount per year (Rs.)

Rate per day (Rs.)

A Skilled Wire Man

01 Full month

B un skilled Helper

03 Full month

C

TOTAL PART “A” :-_________________ /-

Above quoted rates should be inclusive of all allowances, statutory levies like ESI & EPF etc. Contractor must ensure that the deployed manpower shall be paid wages not below the Minimum Wages set by the Central Govt.

Signature Date: Full Name:

Place: Seal:

BID PERFORMA TECHNICAL BID

'APPENDIX-Á DETAILS OF TENDERER NAME OF WORK: Annual Running/ Repair And Day To Day Maintenance Of Various Electrical Installations By

Providing Skilled Wire-Man and Helper at CTC (T&IT), CRPF, Ranchi for the period Of 10 Months. 1 NAME OF TENDERING COMPANY / FIRM / TENDERER: __________________________________________________________________ __________________________________________________________________ __________________________________________________________________ 2 NATURE OF FIRM: __________________________________________________________________ 3 NAME OF OWNER / DIRECTORS: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ 4 FULL PARTICULARS OF OFFICE: (a) Address: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ (b) Telephone-No.:____________________________________________________ (c) Fax-No.:__________________________________________________________ (d) E-MailAddress____________________________________________________ 5 FULL PARTICULARS OF THE BANKERS OF COMPANY / FIRM /. (a) Name of the Bank: _____________________________________________________________________ (b) Address of the Bank: _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________ (c) Telephone No. ____________________________________________________ 32 6 REGISTRATION DETAILS: (a) PAN/GIR No._______________________________________________________________ (b) ServiceTax Registration No.__________________________________________________ (c) E.P.F.Registration No. (as applicable)___________________________________________ (d) E.S.I.Registration No. (as applicable) __________________________________________ (e) Labour License No.__________________________________________________________ (f) Details of Registration as Civil Contractor with CPWD/State PWD/MES/Railways or any other Government Body_____________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ (f) Any other registrations/licenses which are mandatory for such agencies stipulated by Concerned Authorities ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ 7 DETAILS OF EARNEST MONEY DEPOSIT: (a) Amount(Rs.):_______________________________________________________________ (b) D.D./B.C. No. and Date: _____________________________________________________ (c) Drawn-on-Bank: __________________________________________________________ (d) Valid-upto:________________________________________________________________ 8 Total Turn Over of three preceding years (i)2013-14______________ (ii) 2014-15______________ (iii) 2015-16______________ 9 Total Nos. of Captive Manpower as on the day of filing the tender__________________ The above format is to be used to provide requisite details Date: Place: Name: Seal:

Seal: