(Registered Post/Speed Post) (In Lieu of CRPF-153) OFFICE OF THE COMMANDANT - 89 BN, CRPF, BAWANA, NEW DELHI-39 TELEPHONE No. 01127755482 FAX No. - 01127755482 E-mail ID commandant89@gmail.com (Ministry of Home Affairs, GOI) No. A-II-1/2016-17/Q/89-MW-Plinth Dated, the June 2016 TENDER NOTICE Commandant - 89 Bn Central Reserve Police Force, Bawana, New Delhi-110039 on behalf of the President of India invites sealed tenders on the prescribed form for the purchase of following raw materials for construction of plinth for erection of P.F Hut size 16 x64 x5 verandah to provide adequate accommodation of Training Coy personnel at 89 Bn HQr Bawana Campus, New Delhi-39 under head Minor Work [Departmentally]. Tender documents duly completed are required to be submitted by 1400 Hrs on 29/06/2016 and tenders will be opened in the presence of tenderers at 1600 hours on the same day at HQr 89 Bn Central Reserve Police Force, Bawana, New Delhi-110039. The tender may be sent by registered Post/Courier/Speed post/deposited into our tender box to The Commandant 89 Bn CRPF, Bawana, Delhi-39. Tender received after specified date and time i.e at 1400 Hrs on 29/06/2016 will not be entertained under any circumstances. In case date of opening of tender happens to be a closed holiday, the tender will be opened on next working day at the stipulated time. Sl.No Tender No. Description of Raw Materials 01 A-II-1/2016-17-89/Q MW- Plinth dated Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only Date of opening of tender a) Time & date receipt of tender:- At -1400 hrs on 29/06/2016 b) Time & date of opening of tender:- At 1600 hrs. on 29/06/2015 2. All firms who are not registered with DGS&D/ NSIC for subject stores as per T.E. specification shall be required to deposit Earnest Money as mentioned above along with their technical bid. 3 As per Govt. policy, PSUs are not exempted from deposing EMD. Purchase / price preference if any, will be allowed as per policy of the government. 4. Tender documents are also available on CRPF website http://www.crpf.gov.in.. 5. Any amendment in the tender if made by this office will be available on CRPF website http://www.crpf.gov.in. Thanking you. Yours faithfully COMMANDANT-89 BN. CRPF
SCHEDULE TO TENDER OFFICE OF THE COMMANDANT - 89 BN, CRPF, BAWANA, NEW DELHI-39 TELEPHONE No. 01127755482 FAX No. - 01127755482 E-mail ID commandant89@gmail.com (Ministry of Home Affairs, GOI) Schedule to Tender No : No. A-II-1/2016-17-89/Q(MW) Time and date of receipt of tender : By 1400 Hours on 29/06/2016 Time and date for opening of tender : At 1600 Hours on 29/06/2016 Validity of offer The tender shall remain open for acceptance till 180 days from the date of opening of tender. Tenderers are advised to go through the Earnest Money and Payment terms, Tender Sample, Counter sample and Lab Test certificate clauses of this Tender Enquiry carefully before filling the tender. Sl.No Tender No. Description of Raw Materials 01 A-II-1/2016-17-89/Q MW- Plinth dated Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only Specification : As per Appendix A Sample : As per Specification Packing and Marking : As per Specification Consignee s list : As per Appendix B Date of opening of tender a) Time & date receipt of tender:- At -1400 hrs on 29/06/2016 b) Time & date of opening of tender:- At 1600 hrs. on 29/06/2015 All Tender documents attached with this invitation to tender including the specifications are SACROSANCT for considering any offer as complete offer. It is therefore important that each page of the TENDER DOCUMENTS DULY COMPLETED AND SIGNED are returned with your offer. All firms who are not specifically registered for required raw materials/stores as per specification of tender enquiry either with DGS&D or with NSIC, are required to be deposited Earnest Money as mentioned above along with their offer. Registration with any other organization will not exempt them from depositing Earnest Money. As per Government policy, PSUs are not exempted from depositing EMD. All relevant details, including specifications, terms and conditions etc. are available on CRPF web sites at www.crpf.gov.in. The same may be downloaded by the bidders. EMD required as shown above should be valid for 90 days from the date of opening of tender. For any changes in Tender Enquiry/Specifications etc. tenderers are requested to visit the CRPF website regularly. Yours faithfully COMMANDANT-89 BN CRPF
1. Purchaser : The President of India 2. Inspection Authority : Commandant-89 Bn CRPF 3. Inspection Officer : Board of officers of CRPF 4. Stores required at : FREE DELIVERY AT CONSIGNEES LOCATION (i.e. Hqr 89Bn, Central Reserve Police Force, Bawana, Delhi-39). Tenderers are required to quote rates on free delivery at Consignee s location basis only as mentioned in Appendix- B. 5. Delivery required by : Within 30 days of placement of firm order. 6. Dispatch Instructions : Raw materials/stores are required to be delivered at consignee s location at freight, risk and cost of the supplier. 7. Payment Terms : Payment against Bill/Invoice shall be released as early as possible after receipt of raw materials/stores. Payment will be made to the supplier through the Demand Draft/ECS. No request for other mode of payment will be entertained. 8. Packing & Marking : As per relevant clause of Specification. 9. Rate quoted by the firms should be on firm price basis. 10. Firms should clearly indicate different taxes and duties, which they propose to charge as extra along with the present rates thereof. Offers with such stipulations like as applicable will be treated as vague and are liable to be ignored. 11. Purchaser reserves the right to get the manufacturing capacity of all firms re-verified irrespective of the registration status. 12. Purchaser reserves the right to cancel/reject or Scrap the tender without assigning any reason. 13. TENDER SAMPLE REQUIREMENT:- All the bidders are not required to submit sample, as per specification mentioned in Appendix A of tender schedule. 14 The tenders/ price bid of all appeared firms will be opened and order would be considered on the lowest bidders subject to their capacity and performance etc. 15. Place of submission of tender documents:- Office of the Commandant-89 Bn CRPF, Bawana, Delhi-110039. 16. Tender documents duly completed in all respect are to be submitted in the tender box (Provisioning) kept at Control Room, Office of the Commandant-89 Bn CRPF, Bawana, Delhi-39 before specified time and date mentioned in the Schedule to Tender. Late/delayed tender shall not be opened and returned in original to the bidder. 17. SECURITY DEPOSIT:- a) The successful firm shall have to deposit a Security Deposit of 10% of the contract value within 10 days of the placement of supply order for due performance as per provisions contained in Clause 7 of DGS&D-68 (Revised). Failure the part of the firm to deposit the security deposit within stipulated time will make the supply order null and void. b) The Performance Security Deposit submitted by the supplier will remain valid at least for six months beyond the last date of supply of stores as promised and agreed in the contract. c) If the supplier fail to deliver the stores in a promised period and places a request for extension of time the supplier will 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 for six months further beyond the last date of supply promised in the request of extension of time of delivery.
18. LIQUIDATED DAMAGES:- In case the firm does not complete the supply within delivery period, liquidated damages will be charges @ 2% of the total cost of items as per para 15.7 of DGS&D Manual and Para 14 (7) (i) of DGS&D-68 (Revised). If liquidated damages is not paid within specified time interest will be charged for delay in payment of LD amount. Note: - a) Full name and status of the person signing the tender documents must be clearly mentioned in the tender documents. b) The firms applying tenders against the subject T.E. 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/replied to by any of the firms, no repeat no clarifications will be sought from the concerned firm and its offer will be rejected out rightly. c) Before submission of tender, tenderers will check the Check List attached to this Tender Document as Appendix- C for compliance on various stipulations of the tender. COMMANDANT-89 BN CRPF
CONDITIONS REGARDING DEPOSIT OF EARNEST MONEY:- 1. All firms who are not specifically registered with NSIC or DGS&D for the stores for which the offers are invited, are required to deposit EARNEST money equivalent to the amount as mentioned in the Tender Schedule, failing which their offer will be summarily rejected. 2. For claiming exemption from depositing earnest money, the tenderers should be Registered with NSIC or DGS&D specifically for the stores with specification as mentioned in Tender schedule. Firms which are not specifica lly registered for the stores with specification as mentioned in the Tender Schedule, either with DGS&D or with NSIC, shall be treated as unregistered and shall be required to deposit earnest money as above. 3. Similarly firms who are specifically registered for the stores as per specified Specifications with DGS&D/ NSIC, but with a certain MONETARY LIMIT, will be treated as UNREGISTERED for their value exceeding their monetary limit of registration. Such firms shall be required to deposit proportionate earnest money over and above the monetary limit. In case such firms fail to deposit Earnest Money, their offer for the tender value exceeding their monetary limit is liable to be ignored. 4. The Earnest Money can be deposited in any of the following alternative forms: (a) A crossed bank draft drawn in favour of Commandant-89 Bn CRPF, Bawana, Delhi-39 payable at SBI, SBI Bawana (Branch Code no. 07895). (b) In any other form prescribed in DGS&D-68 (Revised) for submission of security deposit. 5. The earnest money shall be valid and remain deposited with the purchaser for the period of 90 days from the date of tender opening. If the validity of the tender is extended, the validity of the BG/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. 6. No interest shall be payable by the purchaser on the EM deposited by the tenderer. 7. The Earnest Money deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogate from the tender in any respect within the period of validity of his tender. 8. The earnest money of the successful tenderer shall be returned after the security Deposit as required in terms of the contract is furnished by the tenderer. 9. If the successful tenderer fails to furnish the security deposit as required in the Contract within the stipulated period, the Earnest Money shall be liable to be forfeited by the purchaser. 10. Money of all the unsuccessful tenderers shall be returned by the purchaser as early as possible after the expiry of bids 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. 11. Any tender, where the tenderers 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 purchaser, shall be rejected. COMMANDANT-89 BN CRPF
IMPORTANT INSTRUCTIONS:- 1. Option Clause:- The purchaser reserves the right to place order of the successful tenderer for additional qty. up to 25% of the quantity offered by them at the rates quoted at the time of placement contract or during the currency of the contract as per clause. 31 of form DGS&D. 2. (a) ADVANCE SAMPLE. : ------ (b) REFERENCE SAMPLE : ----- (c) TENDER SAMPLE : Not Required. 3. GUARANTEE / WARRANTY:- Except as otherwise provided in the invitation to the tender, the contractor hereby declares that the goods, stores, articles sold/supplied to the purchaser under this contract shall be of the best quality and workmanship and new in all respects and shall be strictly in accordance with the specification and particulars contained / mentioned in the contract. The contractor hereby guarantees that the said goods/stores/articles would continue to conform to the description and quality aforesaid, from the date of delivery of the said goods/stores/articles to the purchaser and notwithstanding the fact that the purchaser (Inspector) may have inspected and/or approved the said goods/stores/articles. If during the use of the said stores/goods/articles, it is discovered that they do not to conform to the description and quality aforesaid or not giving satisfactory performance or have deteriorated, the decision of the purchaser in that behalf shall be final and binding on the contractor and purchaser shall be entitled to call upon the contractor to rectify/replace the goods stores/articles as is found to be defective by the purchaser within a reasonable period or such specified period as may be allowed by the purchaser in his discretion on/an application made thereof by the contractor and in such an event, the warranty period shall apply to the goods/articles/stores/rectified/replaced from the date of rectification/replacement thereof. In case of failure of the contractor to rectify or replace the goods etc. within specified time, the purchaser shall be entitled to recover the cost with all expenses from the contractor for such defective stores. 4. In the event of contract being cancelled for any breach committed and the purchaser affecting re-purchase of the stores at the risk and the cost of the contractor, the purchaser is not bound to accept the lower offer of Benami or allied or sister concern of the contractor. 5. Purchaser will not pay separately for transit insurance and the supplier will be responsible till the entire stores contracted for, arrive in good condition at the destination. The consignee, as soon as possible but not later than 30 days of the date of arrival of the stores at destination, notify to the contractor any loss or damages to the stores that may have occurred during the transit. 6. Those firms, who are not specifically registered for the items as per schedule to tender, should submit the following along with their quotation, failing which their offer will be ignored: (a) Name and full address of the banker. (b) Performance Statement and raw material and quality control statement in the prescribed form. 7. Prices be quoted both in words as well as in figures. 8. Tenderers who are past suppliers of the item as per T/E Specification should submit their performance statement. In case, it is found that information furnished is incomplete or incorrect, their tender will be liable to be ignored. 9. Tenderers who are registered with DGS&D/NSIC for this particular item should submit the photocopy of registration certificate with all subsequent amendments. 10. EXCISE DUTY:- If it is intended to ask for excise duty or any other charges extra, the same must be specifically stated. In absence of such stipulation, it will be presumed that prices are inclusive of all such charges and no claim for the same will be entertained.
11. GOVT. POLICY The purchaser reserves the option to give a purchase/price preference to offers from the public sector units and / or from other firms in accordance with the policies of the Govt. from time to time. Signature of the Tenderer Name in Block Letters Capacity in which Tender signed Full Address.
APPENDIX A NAME OF MINOR WORKS (DEPARTMENTALLY), SCOPE OF WORK AND DESCRIPTION/SPECIFICATION & QUANTITY OF RAW MATERIALS SL. NO. NAME OF WORK SCOPE OF WORK 1. Construction of one plinth size Construction of one P.F Hut plinth size 16 x64 x5 verandah for erection 16 x64 x5 Verandah x 2 height with 9 of P.F hut for accommodation of brick work, PCC flooring, plastering and Training Coy at 89 Bn HQr, white washing. Bawana Campus, New Delhi. Sl/No. Nomenclature A/U Qty. 01 Cement ISI Bags 85 02 C/Sand Cum 12 03 F/Sand Cum 04 04 S/Aggr Cum 09 05 Bricks Thds 11 06 Brick Aggregate Cum 10 07 Glass Strip Bound 07 08 Cement Primer ISI 20 KG Bag 02 09 Service wire 16mm double core aluminum unarmed Rmtrs 45 COMMANDANT- 89 BN. CRPF
APPENDIX- B COMPLETE POSTAL ADDRESS OF CONSIGNEE S TO, THE COMMANDANT, 89- BN CRPF Campus Bawana, New Delhi - 110039 TELEPHONE No.01127755482, FAX No. - 01127755482, E-mail ID commandant89@gmail.com STORE DELIVERED AT:- CRPF Campus, Bawana new Delhi - 110039 COMMANDANT- 89 BN. CRPF
CHECK LIST FOR TENDERERS APPENDIX C (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. 01 Tenderers should mention quantity for which they have quoted. This should be mentioned in the covering/ forwarding letter head of the technical bid. 02 Tenderers should ensure deposit of required Earnest Money Deposit if the tenderers are not registered with DGS&D or NSIC for the store(s) quoted for the governing specification as per Tender Enquiry 03 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. 04. Tenderers should confirm that their Raw materials/store from to the governing specifications of the quoted stores as per Tender Enquiry. 05 Tenderers should mention whether it is an SSI Unit or not. 06 Tenderers should mention their monthly manufacturing / supplying capacity. 07 Tenderers should mention in the Tender Enquiry that they accept our delivery terms i.e. they agree to supply stores at consignees locations at freight, risk and cost of the tenderers. 08 Tenderers should mention that their offer is valid up to 180 days from the date of opening of the tender. 09 Tenderers should mention their Delivery Period clearly. 10 Tenderer must ensure that the counter sample (remnant portion of the test sample) duly sealed, stamped and signed by the Lab should be attached with the Tender Sample/Lab Test report. 11 Tenderers should mention whether it is a manufacturer of the raw materials/store(s) quoted or it is the manufacturer s authorized agent. In case of agent, it should submit valid authority letter(s) of their Principal(s) for the stores they have quoted. In case of agent of foreign Principals, they should attach valid registration certificate of DGS&D as agent of foreign Principals. 12 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. 13 Tenderers should ensure that they have duly filled up raw materials 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. 15 Tenderers should ensure that witness has signed at Compliance (To be indicated by the tenderer with YES after compliance of the requirements)
appropriate places of the Tender documents and full name and address of the witness have been mentioned clearly. 16 Tenderer should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory. 17 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 not be given any consideration. 18 Tenderers should mention their address for communication with Telephone and Fax Number. SIGNATURE OF THE TENDERER