TENDER ENQUIRY. building at Group Centre CRPF Gandhinagar (Gujarat) The description of work, cost and time of completion mentioned below:-

Similar documents
Qty Specification EMD (RS) As per Appendix- A attached 3,000/- (Three thousand) only

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

vkbz-lh-,-vkj- ifjlj] ikslv & fcgkj ossvujh dkwyst] ivuk & ¼fcgkj½] Hkkjr

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

The last date for submission of the bids is at

Tender. for. Indian Institute of Technology Jodhpur

BHARAT HEAVY ELECTRICALS LIMITED,

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

UV-Visible Spectrophotometer

TENDER FOR SUPPLY OF HOT AIR OVEN HOMOEOPATHIC PHARMACY DR. ABHIN CHANDRA HOMOEOPATHIC MEDICAL COLLEGE & HOSPITAL, BHUBANESWAR

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

PEC University of Technology, Chandigarh

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

COMMERCIAL TERMS AND CONDITIONS

Notice inviting e-bids for Printing and Supply of IEC Material

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

SUPPLY OF MEDICINAL GASES FOR THE YEAR

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

Tender. for. Indian Institute of Technology Jodhpur

Notice Limited Tender Enquiry

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

TENDER DOCUMENT FOR PURCHASE OF: L&T MAKE DOL STARTER Tender Number: /124/ELECTRICAL, Dated:

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP)

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

Supply and Installation of A3 Size Scanner

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

INVITATION OF TENDER BIDS WATER TANKS

TENDER DOCUMENT FOR PURCHASE OF: DIES & PUNCHES Tender Number: /31/BLANKING, Dated:

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated:

Standard Bid Document

TENDER FOR TRANSPORT/ HOUSEKEEPING/ SECURITY CONTRACT

Biotech Park, Lucknow

TENDER FORMAT SIGNATURE OF THE TENDERER WITH STAMP

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

TENDER DOCUMENT FOR PURCHASE OF: S S PERFORATED SHEET Tender Number: /391/GWS, Dated:

TENDER DOCUMENT FOR PURCHASE OF: TELEPHONE CABLE ETC. Tender Number: /130/ELECTRIC, Dated:

TENDER DOCUMENT FOR. Purchase Section University of Kashmir Hazratbal, Srinagar, J&K

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

TENDER DOCUMENT FOR PURCHASE OF: AMC OF ACE BATTERY OPERATED FORKLIFT Tender Number: /ERS, Dated:

TENDER DOCUMENT FOR PURCHASE OF: INDUCTIVE PROXIMITY SENSORS Tender Number: /73/ESTATE, Dated:

LAKWA THERMAL POWER STATION

NOTICE INVITING TENDER

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

Notice for inviting E-Tender for hiring of vehicles

SUPPLY OF SILICON CARBIDE BRICKS AND SILICON CARBIDE MORTAR

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

National Institute of Fisheries Post Harvest Technology & Training

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Expression of Interest For. Comprehensive Annual Maintenance Contract of Air Conditioners of various types and Tonnage existing

Tender No.3558/H/2012/Roots Dated:

Himalayan Forest Research Institute

Notice for inviting Tender for hiring of vehicle

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR 2 HARDNESS TESTING ROCKWELL MACHINES Tender Number: /376/DIE, Dated:

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

NOTICE INVITING e-tender

TENDER FOR SUPPLY OF HAND BOOK

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Transcription:

OFFICE OF THE DY. INSPECTOR GENERAL OF POLICE, GROUP CENTRE, CRPF, GANDHINAGAR (GUJARAT)- 382042 No.B.V-40/2016-17-GC-GNR-ARMO Dated, the 07 th January, 2017 TENDER ENQUIRY A. The Dy. Inspector General of Police, Group Centre, CRPF, GANDHINAGAR (Gujarat) invites sealed Tenders on behalf of the President of India in respect of the repairing work mentioned in the schedule to this tender enquiry from approved and eligible contractors and those who are on appropriate list of CPWD, Railway, MES, Telecom, State PWDs Gujarat, Maharashtra for providing and fixing of Elect. Meter and other components in Residential and nonresidential building at Group Centre CRPF Gandhinagar (Gujarat)-382042. The description of work, cost and time of completion mentioned below:- Sl. No. Ref. No. 1 B.V.40/ 2016-17- ARMO- Elect Name of work & Location Providing and fixing of Elect. Meter and other components in Residential and nonresidential building as per details shown in Clause- C Estimated cost put to tender Earnest Money Period of Completion Rs.1,98,679.00 4000/- Within 15 days from the award of work order. Last date & time of submission of tender 09.02.2017 by 1600 hours Time & date of opening of tender 09.02.2017 by 1700 hours B. Terms and conditions are as under: 1.Terms of price 1.1 Rates quoted by the Contractor should be quoted in Indian rupees both in figures as well as in words for complete units as per specifications. Any and every alteration in the rates should be signed in ink otherwise the offers will not be considered. 1.2 Contractor 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. 1.3 Rate be offered separately for the above work on item/job basis and should be valid at least 120 days from the date opening of tender. 1.4 Rate shall be inclusive of all materials & labour involved in its application. 2. Payment terms 2.1 Works are required to be executed on credit basis only and payment will be made after drawl of amount from RPAO, CRPF, Hyderabad. 2.2 Payment in advance or immediately cannot be made. 2.3 Payment will be made on finished work and as per Measurement Book(M.B) 2.4 The Payment will be made on production of the following documents :- 1 Signature of Tender

a) Bill in duplicate. b) A Copy of award of work. c) A copy of Certificate issued by the GC, CRPF, Gandhinagar that contracted work for the period for which payment has been claimed, has carried out by the contractor satisfactory. 3. Earnest money deposit 2.5 TDS, Labour Cess and other taxes will be deducted from the Bill of contractor by RPAO as per norms. 3.1 All the contractors are required to deposit earnest money along with the quotation, failing which their offers will be summarily rejected. 3.2 The earnest money can be deposited through any of the following alternative forms: (a) A Crossed Bank Draft/FDR of Scheduled Bank drawn in favour of DIG, GC, CRPF, Gandhinagar payable at SBI, CRPF Campus Gandhinagar. (b) An Irrevocable Bank Guarantee of any nationalized, scheduled bank or reputed commercial bank in the attached format as at appendix. 3.3 The earnest money shall remain valid and be deposited with the purchaser for a period of 180 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. 3.4 No interest shall be payable on the earnest money deposited by the tenderer. 3.5 The earnest money deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogates from the tender in any respect within the period of validity of his tender. 3.6 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. 3.7 If the successful tenderer fails to furnish the security deposit as required in the contract within the stipulated period, the earnest money shall be treated as performance security deposit for all practical purposes. 3.8. Earnest money deposits of all the unsuccessful tenderers will be returned as early as possible after the expiry of bid s validity, but not later than 30 days after placement of contract. Tenderers are advised to send a pre receipt challan along with their bids so that refund of earnest money can be made in time. 4. Performance security deposit clause 3.9. Any tender, where the tenderer is required to deposit earnest money in terms of conditions mentioned in preceding paras, not accompanied with earnest money in any one of the approved forms acceptable to the competent authority, shall be summarily rejected. 4.1. The successful contractor shall have to deposit a performance security equivalent 5 % of the contracted value of the work to be executed within 07 days from the date of award of contract for due performance. Failure on the part of the firm to deposit the security deposit within the stipulated time empowers the competent authority to cancel the contract. 4.2. The performance security deposit submitted by the supplier will remain valid at least for 90 days beyond the date of completion of work as well as all 2 Signature of Tender

contractual obligations of the supplier including guarantee/warrantee obligations. 4.3. The earnest money can be deposited in any of the following alternative forms : (a) A crossed Bank Draft drawn in favour of DIG, GC, CRPF, Gandhinagar payable at SBI CRPF Campus Gandhinagar. (b) An irrevocable Bank Guarantee of any nationalized/scheduled Bank or reputed commercial bank in any other form prescribed. 4.4. If the contractor fails to start the work within the stipulated period and places and requests for extension of time, he shall submit an undertaking on Non Judicial stamp paper of Rs.10/- duly attested by the Notary public stating that the performance security deposit has already been extended for sixty days beyond the guarantee/warrantee period. 5. Eligibility of Contractor 6. Single Bid System Two Bid system 4.5 The performance security deposit shall be withheld or forfeited in full or part in case the work order is not executed satisfactorily within the stipulated period or requisite standard within the guarantee period is not undertaken to the best satisfaction of the user. The Tenderer should be a Govt. Approved contractor for the subject work. The enlistment of the contractors should be valid on the last date of submission of tenders. In case only the last date of opening of tender is extended, the enlistment of contractor should be valid on the original date of opening of tenders. A copy of Registration Certificate/License issued by State /Central Govt.for the above work is mandatory to submit with the tender documents by the tenderer (s). a) TECHNICAL BID alongwith Commercial/Price Bid: Consisting of all the technical details along with commercial terms and conditions and indicating the rates quoted may be kept in one sealed Cover superscribed as Tender for AR & MO work for Providing and fixing of Elect. Meter and other components in Residential and non-residential building at GC CRPF GNR under AR & MO 2016-17. The following documents are required with the Tender Documents:- i) The bidder/ tenderer will submit the tender documents completed and signed (all pages to be signed) with seal. ii) DD/ /FDR towards EMD. iii) VAT Registration certificate. iv) PAN Card. v) Certificate of Approved Contractor issued by GOI/State/Deptt/Ministry etc. vi) Performance statement /past experience details. vii) Tender acceptance letter viii) Tax clearance certificate or affidavit ix) Any other necessary documents. x) Postal address with valid address proof certificate 7.Method of submission of tender enquiry The tender enquiries duly filled in all aspects and having completed all applicable formalities may be sent by registered post/speed post duly stamped or by courier/by hand to the DIGP, GC, CRPF, Gandhinagar, Chiloda Road, P.O. - Gandhinagar (Gujarat) 382042, PHONE NO. 079-23201093, FAX No. 079-2321326, so as to reach on or before the scheduled time and date as mentioned in the Schedule to the tender enquiry. Department is not responsible for any postal delay. 3 Signature of Tender

8. WORK SPECIFICATION The work shall be carried out according to CPWD General Specification for Electrical Works Part-I internal -2013 including up to date correction slips and as per additional conditions 9. SITE VISIT AND COLLECTING LOCAL INFORMATION Before tendering, the tenderer is advised to visit the site, its surroundings to assess and satisfy themselves about the local conditions such as the working and other constraints at site, approach roads to the site, availability of power supply, application of taxes, duties and levies as applicable. The tenderer may obtain all necessary information as to risks, weather conditions, contingencies & other circumstances (insurgencies etc.) which may influence or affect their tender prices. Tenderer shall be deemed to have considered site conditions whether he has inspected it or not and to have satisfied himself in all respect before quoting his rates and no claim or extra charges whatsoever in this regard shall be entertained / payable by the GC CRPF GNR at a later date. 10. VALIDITY OF TENDER The tender for the works shall remain open for acceptance for a period 120 days from the date of opening of Price Bid of tenders. The earnest money will be forfeited without any prejudice to any right or remedy, in case the contractor withdraws his tender during the validity period or in case he changes his offer to his benefits which are not acceptable to GC CRPF GANDHINAGAR. The validity period may be extended on mutual consent. 11. REJECT/CANCEL/SCRAPE The Competent Authority has got the right to accept or reject/cancel/scrape the tender as whole or part of it and no claims what so ever will be entertained on this account. The competent authority has also reserves the right to increase/decrease/alter the place of work/ quantity of work etc. and no claims what so ever will also be entertained. 12. TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR Without prejudice to any of the right or remedies under this contract if the contractor dies, the DIGP GC GNR shall have the option of terminating the contract without compensation to the contractor. If the contractor is an individual or proprietary concern and individual or the proprietor dies or if the contractor is a partnership concern and one of the partner dies then unless, the DIG GC CRPF Gandhinagar is satisfied that the legal representative of the individual for the proprietary concern or the surviving partners are capable of carrying out and completing contract, he (DIG GC CRPF Gandhinagar) is entitled to cancel the contract for the uncompleted part without being in any way liable for any compensation payment to the estate of diseased contractor or to the surviving partners of the contractor s firm on account of the cancellation of contract. The decision of the DIG GC CRPF Gandhinagar in such assessment shall be final and binding on the parties. In the event of such cancellation the DIG GC CRPF Gandhinagar shall not hold the state of diseased contractor and/or the surviving partners of the contractor s firm liable for any damages for non-completion of contract.. 13. DIRECTION FOR WORKS All works to be executed under the contract shall be executed Under the direction and subject to approval in all respect of the DIGP GC CRPF GNR who shall be entitled to direct at what point or points and in what manner works are to be commenced and executed. 14. DEFECT LIABILITY PERIOD 4 Signature of Tender

i) 12 Months from the date of Completion as certified by the DIGP GC CRPF GNR/ Officer commanding of Building / Work Committee etc.. ii) The contractor shall stand guarantee for materials and workmanship. During the defect liability period, if any defect is observed due to workmanship or from any act or omission of the contractor, the contractor shall execute all such work of rectification and making good of defects, as may be required of him by competent authority of GC CRPF GNR, at his own cost and within the time stipulated by the competent authority of GC CRPF GNR. If the contractor shall fail to do any such work as required by the competent authority of GC CRPF GNR, Retention money shall be liable to be forfeited and the contractor shall make himself liable to be blacklisted in addition to other remedial measures as provided in the General Conditions of Contract. iii) The contractor shall indemnify the Employer against any loss/liability that may be incurred by him on account of any failure on the part of the contractor for timely rectification of the defects pointed out within the defect liability period. 15. SECURITY DEPOSIT/ RETENTION MONEY The security deposit @ 2.5% of the gross amount of the bill shall be deducted from each running bill as well as final bill of the contractor. The contractor can also be deposited the security deposit through FDR @ 2.5% of the tendered amount in favour of DIG, GC, CRPF, Gandhinagar payable at SBI CRPF Campus Gandhinagar before submitting the final bill for payment action. The security deposit or retention money shall be refunded to the contractor after expiry of defects liability period (referred to Clause No. 14) or on payment of the amount of the final bill whichever is later. This is in addition to performance guarantee that the contractor is required to deposit. 16. Before starting the work the contractor shall chalk out a programme in consultation with the DIG, GC, CRPF, Gandhinagar or his authorized representative at least one week in advance. The contractor shall have to adhere to this programme failing which he shall be held responsible for any inconvenience caused to the occupants. In order to ensure that the work is carried out according to the programme drawn, the contractor shall ensure adequate supply of the material and employ required labour strength for execution of work. In case contractor fails to arrange/employ adequate labour and stick to the programme, the DIG, GC, CRPF, Gandhinagar may supplement the labour, at the cost of the contractor after issue of one day s notice to the contractor. No claims for idle labour on any account shall be entertained. The contractor shall put his authorized representatives daily at the site of work and Enquiry Office for receiving instructions from DIG, GC, CRPF, Gandhinagar and other inspecting officials from the department. His name and signature shall be attested by the contractor and kept on the record with the department. 17. Payment shall be made to contractor only after giving satisfactory completion of work. All measurement shall be recorded on standard measurement sheets which will be submitted to the DIG GC CRPF Gandhinagar (Gujarat) for scrutiny and passing. 17.1 The competent authority /Work committee etc. shall scrutinize and check the measurement records practically/on ground on the based on the measurement sheet provided by contractor and final measurement sheet will be prepared by Engineer-in-charge of this office. 17.2 Dispute in mode of measurement: in case of dispute as to the mode of measurement not covered by the contract to be adopted for any item of work, mode of measurement as per latest Indian specification shall be followed. 18. The material with challan of authorized dealer shall be deposited at the Group Centre, CRPF, Gandhinagar for commencing the work in sealed condition. 5 Signature of Tender

19. The material is to be purchased from the authorized dealer and supported/with challans of the manufacturer. The manufacturing date and batch No. will be inscribed or printed on packs/container by manufacturer will only be acceptable. 20. Nothing extra shall be paid to the contractor for excess consumption of material beyond theoretical requirement. 21. The contractor shall quote their rates inclusive of all taxes, cartage, freight, royalty etc complete. 22. All sub-standard material shall be rejected and shall have to be removed from the site immediately the department will not be responsible for the safe custody of the same. 23. All materials required to be used on works shall be got approved from the Competent authority of GC CRPF Gandhinagar well in advance. 24. The contractor shall use ISI and Branded makes for use in the work after obtaining the approval of competent authority of GC CRPF Gandhinagar 25. If desired by the DIG, GC, CRPF, Gandhinagar samples at random shall be collected and sent to the approved test laboratory. All incidental charges in connection with freight including cost of samples shall be borne by the contractor. The laboratory testing fees, however shall be borne by the Department if sample pass. 26. The contractor shall submit one sample of material to be used which shall be got approved from the DIG, GC, CRPF, Gandhinagar (Gujarat). Similarly the Contractor will do one sample work which will also be got approved by the DIG, GC, CRPF, Gandhinagar. Only on acceptance of sample material/work, contractor will be allowed to commence the full work and sample is to be preserved by the contractor till the whole work is completed. 27. 60 % of total quantity of the materials shall be brought by the contractor before start of the work in first stage and balance quantity of the material shall be brought by the contractor after completing 50% of the gross work done or 50% of the materials consumed at site whichever is earlier. 28. The contractor will calculate the quantity and quality of materials to be used in the work with the consultation with the DIG, GC, CRPF, Gandhinagar and will approve the quantity and make/model/brand before supply of the material. The department has no responsibility or excess quantity of material and non desired brand/make. 29. Nothing shall be paid extra on account of work to be executed at all heights of Residential/Non Residential buildings. The required equipments like ladder, scaffold, high rise ladder etc. will be born by the contractor. 30. Payment shall be made to contractor only after giving satisfactory completion of work for which contractor shall have to obtain certificate from concern department/resident allottee/caretaker of non-residential buildings if needed. 31. Intending tenderer is eligible to submit the bid provided he has definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority, of having satisfactorily completed similar works of magnitude specified. 32.. The time allowed for carrying out the work will be within 15 days from the date of work order. 33. The site for the work is available OR the site for the work shall be made available in parts as specified above. 34. Department will not be responsible for any kind of incident involving the labour during or after the work. The contractor must insure the workers against all contingencies and be responsible for their safety. 6 Signature of Tender

35. Tin No. or/and Service Tax No. and Contractor s Regn No. must be printed in the bill which submitted for recoupment/payment action. 36. The tender for the works shall remain open for acceptance for a period of 120 Days from the date of opening of tenders. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms and conditions of the tender which are not acceptable to the department, then the Government shall, without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money as aforesaid. Further the tenderer shall not be allowed to participate in the retendering process of the work. 37. The contractor shall bear cost of Liquidated Damage for Delay in completion of work within the stipulated time @ of 2% of contracted value not exceeding the 10% of contracted value in whole. 38. This Notice Inviting Tender shall form a part of the contract document. 39. Hard copies as submitted physically in the office of DIG, GC, CRPF, Gandhinagar, shall be only valid document for evaluation of technical specification. The DIG, GC, CRPF, Gandhinagar has all rights to break contact at any time without assigning any reason. 40. The Tenderer are requested to return a copy of this Tender duly signed on each page alongwith other relevant documents as required with the tender for evaluation purpose. If tenderer is failed to return a copy of this Tender duly signed, his offer will not be considered and it will be rejected. 41. The tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools & plants, water, electricity access, facilities for executing work and all other services required for executing the work. 42. Successful tenderer should be in a position to produce, after opening of the price bids, the Original Certificates in support of the attested copies of relevant documents submitted along with tender document. Failure to produce the original certificates at this stage in support of the attested copies of firm registration /Electrical License/any other documents etc. submitted earlier would result in disqualification and forfeiture of EMD and also liable for debarring from participation in GC, CRPF, GNR tenders. 43. FINAL INSPECTION: - After completion of work as per specification the whole work will be subject to a final inspection to ensure that job has been completed as per requirement. If any defects noticed in the work are attributable to Contractor, these shall be attended by the Contractor at his own cost, as and when they are brought to his notice by the competent authority of GC CRPF Gandhinagar. The competent authority of GC CRPF Gandhinagar shall have the right to have these defects rectified at the risk and cost of the contractor if he fails to attend to these defects immediately. 44. No part of the CONTRACT nor any share or interest therein shall in any manner or degree be transferred, assigned or sublet by the CONTRACTOR directly or indirectly to any person, firm or corporation whatsoever without the consent in writing of the DIGP CRPF GC GNR Sd/-07-01-2017 (Rajesh Dhakarwal) DIG, GC, CRPF, Gandhinagar For and on behalf of the President of India 7 Signature of Tender

C. Details of work mentioned as under:- SCHEDULE OF QUANTITY Name of work: Providing and fixing of Elect. Meter and other components in Residential & Non- Residential buildings at Group Centre, CRPF Campus Gandhinagar (Gujarat)- 382042 as per details given below:- Sl.No. Description of work Qty in Nos. 1. Providing and fixing of Branded ISI Control Fuse 20/6A with Link 20 2. Providing and fixing of Branded ISI Energy Meter 10-60 A Single phase KWH with digital display rating 230 Volt 50Hz of LCD display 75 3. Providing and fixing of Branded ISI Energy Meter 10-60 A Triple phase KWH with digital display rating 230 Volt 50Hz of LCD display 4. Deduction for Dismantling items i.e 10-60 A single phase and three phase meter 6 81 07-01-2017 (Rajesh Dhakarwal) DIG, GC, CRPF, Gandhinagar For and on behalf of the President of India 8 Signature of Tender

D. Proforma for Price Bid/Commercial Bid Name of work: Providing and fixing Elect. Meter and other components in Residential & Non-Residential buildings at Group Centre, CRPF Campus Gandhinagar (Gujarat)- 382042 as per details given below:- SL. No. Description of work Quantity Basic Rate per unit (In Rs.) 1. Providing and fixing of Branded ISI Control Fuse 20/6A with Link 2. Providing and fixing of Branded ISI Energy Meter 10-60 A Single phase KWH with digital display rating 230 Volt 50Hz of LCD display 3. Providing and fixing of Branded ISI Energy Meter 10-60 A Triple phase KWH with digital display rating 230 Volt 50Hz of LCD display 20 Nos. 75 Nos. 6 Nos. Labour Cess/Other taxes (In Rs.) Total Cost Total Rate (In Rs.) 4. Deduction for Dismantling items i.e 10-60 A single phase and three phase meter 81 Nos. (-) Grand Total Discount if any(-) (Rupees in words...)only Note: - Lowest Contractor (L-1) will be decided on overall lowest rates basis. 9 Signature of Tender

Appendix A To PROFORMA OF BANK GUARANTEE FOR SUBMITTING EARNEST MONEY (On banks letter head with adhesive stamp) The Deputy Inspector General of Police, Group Centre, C.R.P.F., Gandhinagar, Post-Gandhinagar, Gujarat. Pin 382042. Dear Sir, In accordance with your invitation to Tender No------------------------------------ M/s. (here in after called The tenderer ) with the following Directors on their Board of Directors/Partners of the firm. 1. 2. 3. 4. wish to participate in the said tender enquiry for the supply/work of (Annual Repair and Maintenance of Residential and non-residential building of GC CRPF, Gandhinagar, Gandhinagar District to you (here inafter called The purchaser ).Whereas a bank guarantee against Earnest Money for a sum of Rs. (in words) Valid for 180 days from the date of tender opening viz. up to is required to be submitted by the tenderer as a precondition for the participation, this bank hereby guarantees and undertakes to pay the purchaser upto the above amount upon receipt of its first written demand, without the purchaser/contractor having to substantiate its demand, provided that in its demand the purchaser/contractor will note that the amount claimed by it is due to it owing to the occurrence of any one of the three conditions mentioned below, specifying the occurred condition or conditions during the above said period of 180 days without any reservation and recourse. 1. If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of its validity. 2. If the tenderer after submitting his tender, modifies the rates or any of the terms and conditions thereof, except with the previous written consent of the purchaser. 3. If the tenderer having been notified of the acceptance of this tender by the purchaser during the period its validity and (a) If the tenderer fails to furnish the performance security for the due performance of the contract. (b) If the tenderer fails or refuses to accept and or execute the contract as provided in the general conditions of the contract. The guarantee shall be irrevocable and shall remain valid up to 180 days from the date of opening of tender. If further extension to this guarantee is required, the same shall be extended to such period on receiving instructions from the tenderer on whose behalf this guarantee is issued and any demand in respect thereof should reach the Bank not later than the above date. Date. Place Signature of authorized officer of the bank Printed Name. Designation Name and address of the bank Banker s Common Seal 10 Signature of Tender

PROFORMA OF BANK GUARANTEE FOR FURNISHING PERFORMANCE SECURITY DEPOSIT Appendix-B To The President of India, WHEREAS M/S------------------------------------------------------------------------------ (name and address of the supplier) (hereinafter called the supplier ) has undertaken, in pursuance of contract no.dated... to supply (ARMO at GC CRPF, Gandhinagar, Gandhinagar District ) (description of works and services) (hereinafter called the contract ) AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a nationalized or scheduled commercial bank of good repute and record recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract: AND WHEREAS we have agreed to give the contractor such a bank guarantee: NOW THEREFORE we hereby affirm that we are the guarantors and responsible to you, on behalf of the supplier/contractor, up to a total of (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding the said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the supplier/contractor shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. This guarantee shall be valid until the.. day of.20. (Sig. of the authorized officer of the Bank) Name and designation of the officer... Name and address of the Bank........ Banker s common seal 11 Signature of Tender

Appendix-C PERFORMANCE STATEMENT Name of Firm: M/S 1. Contract Nos. : 2. Description of Works : 3. Quantity on order : 4. Value : 5. Original Date of completion of work 6. Work done within the stipulated time limit 7. Extension of period for completion of work 8. Reason for delay in completion of work : 9. LD charges so paid for delay in completion of work: (If any) 12 Signature of Tender

Appendix-D 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. Name and address of firm/contractor : 3. What is your permanent Income Tax A/C No. : 4. Status. a) Indicate whether you are Govt. registered or CPWD : b) TIN No. : 5. 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 : 6. State whether your firm with you have been banned by any Govt. /CPWD authority? : 7. 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 13 Signature of Tender

Appendix-E Questionnaire/Check List (must be filled in all respect) 01 Whether firm/contractor is registered for the tendered work or not 02 Registration No. and Date 03 Registration issued by 04 Registration valid upto 05 Copy of Registration submitted or not 06 VAT registration No 07 Whether Copy of VAT registration certificate submitted or not with tender 08 PAN No. 09 Whether Copy of PAN No submitted or not with tender 10 Whether EMD enclosed, if yes details of EMD 11 Whether offer is valid upto120 days or otherwise. 12 Complete details of Banker with IFSC code, Account No. Name of Bank, Name of Branch, Bank Code, Swift code etc. 13 Whether past performance Performa submitted alongwith copies of award of contracts or not 14 Whether tender specification / work scope accepted by the firm/contractor or not 15 Whether all pages of tender has been signed by the authorized signatory or not and returned with offer of not. 16 Whether all the terms and condition of the Tender Enquiry including payment terms are acceptable or not 17 Any other specific condition of the firm/contractor Signature (Name of the firm/contractor) With seal/stamp 14 Signature of Tender

Appendix-F Date: To, TENDER ACCEPTANCE LETTER (To be given on Company Letter Head) Sub: Acceptance of Terms & Conditions of Tender. Tender Reference No: Name of Tender / Work::- Dear Sir, 1. I/ We have downloaded / obtained the tender document(s) for the above mentioned Tender/Work from the web site(s) namely: as per your advertisement, given in the above mentioned website(s). 2. I / We hereby certify that I / we have read the entire terms and conditions of the tender documents from Page No. to (including all documents like annexure(s), schedule(s), etc.,), which form part of the contract agreement and I / we shall abide hereby by the terms / conditions / clauses contained therein. 3. The corrigendum(s) issued from time to time by your department/ organization too have also been taken into consideration, while submitting this acceptance letter. 4. I / We hereby unconditionally accept the tender conditions of above mentioned tender document(s) / corrigendum(s) in its totality / entirety. 5. In case any provisions of this tender are found violated, then your department/ organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely. Yours Faithfully, (Signature of the Bidder, with Official Seal) 15 Signature of Tender