<<

OFFICE OF THE COMMANDANT-66 BN CRPF,GOALTORE, WESTMIDNAPUR (W.B.) No. L.VII-1/2016-17-66-Q Dated the July’ 2016 To, The Dy. Inspector General of Police, IT Wing Directorate General CRPF, CGO Complex, Lodhi Road New Delhi.

Subject: - FORWARDING OF TENDER NOTICE REGARDING PURCHASE OF CONSTRUCTION MATERIALS TO CONSTRUCT PLINTH OF P.F HUT FOR PUBLICATION IN CRPF WEBSITE:-

Please find enclosed here with copy of Tender Notice for purchase of following quantity of construction materials to construction plinths for erecting P.F.Huts (Size-16’x64’ with 6’ veranda duly completed in all respect for publication on CRPF Website at the earliest please.

Sl Tender No and Description of items Qty Earned Specification Date and No Date money Time of deposit(In Opening Rupees) Tender 01 L.VII-1/2016-17- Cement ISI Brand 140 Bags 2 to 5% of As Per 18/08/2016 66-Q Dated the Appendix- at 1600 Hrs. 14/07/2016 estimated “A value of goods Brick (First class) 10500 Nos Sand (local) 550 Cfts Gitti/Stone 450 Cfts chips(Medium size) 10 mm Iron Rod 190 Kgs 5.56mm ring Rod 35 Nos Binding wire 06 Kgs Shuttering charges 315 Sq.fts Soil filling 4224 Cfts

02. Therefore, it is requested that the above tender Notice may kindly be published on CRPF Website at the earliest please.

Enclosed :- ( 15 Lvs)

Sd-14/07/2016 (Oreya Ravi Mandru Munda) COMMANDANT-66 BN CRPF OFFICE OF THE COMMANDANT-66 BN CRPF, GOALTORE, WEST MIDNAPUR (W.B.) ( Tel No. 03227217757& Fax 03227288048)

No. L.VII-1/2016-17-66-Q Dated the July 2016

TENDER NOTICE

The Commandant 66 Bn, CRPF, Kewakole, Post-Goaltore, Dist-West Midnapur ()-721128 for and behalf of the President of invites sealed Tenders under one bid system for purchase of Construction Materials to construct Plinth of P.F.Hut size 16’x64’ with 6’ veranda as per details given below. Tender documents duly completed along with tender samples are required to be submitted by 1500 Hrs on 18/08/2016 and tender will be opened on the same day at 1600 Hrs in the presence of tenderers at 66 Bn, 66 Bn, CRPF, Kewakole, Post-Goaltore, Dist- West Midnapur ( West Bengal)-. Tenderers are requested to submit tender documents and samples well before the date of opening of tender to avoid last minute rush. In case date of opening of Tender happens to be a closed holiday, the Tender will be opened on next working days at the stipulated time. Sample & certificate clause of this Tender Enquiry should be read carefully before filling the Tender.

Construction materials

Sl Tender No and Date Description of Qty Earned money Specfi Date and No items deposit(In cation Time of Rupees) Opening Tender

01 L.VII-1/2016-17- Cement ISI Brand 140 Bags 2 to 5% of the As Per 18/08/2016 66-Q Dated estimated Appendix- at 1600 Hrs. 14/07/2016 value of goods “A Brick (First class) 10500 Nos Sand (local) 550 Cfts Gitti/Stone 450 Cfts chips(Medium size) 10 mm Iron Rod 190 Kgs 5.56mm ring Rod 35 Nos Binding wire 06 Kgs Shuttering charges 315 Sq.fts Soil filling 4224 Cfts

Tenderers should deposit Rs.4,000/- (Rupees four thousand )only ( 2% of total cost of the store) quoted by them along with their tender if they are not registered with NSIC/DGS&D as Earnest Money, It should be in the following form in favour of the Commandant 66 Bn, CRPF, Kewakole, Post-Goaltore, Dist- West Midnapur (West Bengal)-721128 payable at SBI C.K. Road Code No. 11386 (a) Account Payee Demand Draft (b) Fixed deposit Receipt (Banker Cheque or Bank Guarantee from any of the commercial banks in acceptable form. Tenders details, visit us at at www.crpf.gov.in Contd. P/2.

P/2 TERMS AND CONDITIONS :-

1 EARNEST MONEY DEPOSIT :- Earnest Money required to be deposited Rs. 4,000/- (Rupees four thousand )only in the form of CDR/FDR/BG/BC in favour of the Commandant 66 Bn, CRPF, Kewakole, Post-Goaltore, Dist- West Midnapur ( West Bengal)-721128 payable at SBI C.K.Road Code No. 11386 at the time of submitting the Tender, no Cash will be accepted. Firms registered with DGS&D and NSIC are exempted from depositing Earnest Money with request to exempt, but copy of the registration certificate should be enclosed along with quotation. No interest shall be payable by the purchaser on the E.M.D Deposited by the Tenderer. Earnest money of unsuccessful biders will be returned immediately after award of contract/ place of supply order. Tenders without earnest money will be similarly rejected. EMD of unsuccessful tenderer shall be returned by the purchaser as early as possible. Tenderers are requested to send a pre-receipt challan so that refund of EMD can be made in time. a) Tender/quotation should reach this office up to 1500 hrs by 18/08/2016 b) Tender will be opened on 18/08/2016 at 1600 Hrs. c) Tender/quotation received after the expiry of the due date and time as mentioned will not be entertained. d) Envelop of the tender/quotation should be clearly marked on top “ Tender for construction materials ”. e) The Commandant 66 Bn CRPF, Kewakole, Goaltore, Paschim Medinipur (WB)Pin- 721128 reserves right to reject any Tender/quotation without any reason. f) Tenders only through registered post/courier and no tenders will be accepted by hand. Tenders received after the specified date and time should not be considered. g) Tender/quotation of black listed firm will not be accepted. h) The rate will remain valid for 60 days from the date of opening of tender/ quotation i) Payment will be made on completion of entire supply of materials. j) The firm will deposit security money to the tune of 2 % of the total value of materials along with quotation in the form of Bank draft/FD Receipt; Banker’s Cheque from any of the commercial bank in favour of the Commandant-66 Bn payable at SBI C.K.Road Cash security will not be accepted. 2 SAMPLE :-

Sample of Brick,Cement,Sand, Stone Chips,Iron Rod 10mm,Iron Rod 5.56 mm, etc sample should be provided with Tender enquiry . Supply order will be placed after the demonstration /Final inspection as well as approval of the sample by the tender purchase committee/competent authority. 3. DELIVERY PERIOD: - Within 30 days from the date of supply order . 4. DISPTACH:-

(1) Store are required to be delivered to the Commandant 66 Bn, CRPF, Kewakole, Post- Goaltore, Dist- West Midnapur ( West Bengal)-721128 on the own risk and cost of the concerned suppliers. (2) Only those who will be able to demonstrate their quoted make/ model before placement of supply order should only submit tender. (3) The information format should invariably be filled in and duly signed by the authorized signatory and the terms and condition should strictly be followed before submitting the quotation. Contd.P/3

P/3

5. The quotations may be addressed to the Commandant 66 Bn, CRPF, Kewakole, Post- Goaltore, Dist- West Midnapur ( West Bengal)-721128.

LIQUIDATED DAMAGE:-

6. The rate of items should be quoted along with inclusive all taxes, which can be supplied within the specified period mentioned in the supply order. For any delay in the supply of goods be the specified date, a liquidated damage of @ 2% of supply of goods by the delayed goods for 30 days will charged for which the equipment/items is supplied after the specified date given in the supply order.

7. Quotations should be addressed to the Commandant 66 Bn, CRPF, Kewakole, Post- Goaltore, Dist- West Midnapur (West Bengal)-721128 must reach by the date mentioned in the tender notice (latest by 1500 hrs on 18/08/2016) to this office.

9. Quotations will be opened on 18/08/2016 at 1600 hrs Tenderers or their representatives may be present at the time of opening the quotations if so desire.

10 The price quoted should be for complete terms of reference. 11. Full particulars of the Stores items should also be furnished with the quotations. 12. The tenderer will submit quotations along with a certified copy of its latest Income Tax clearance certificate. 13. Quotations should be valid up to 60 days. Quotations valid for a shorter period shall be rejected as nonresponsive.

OCTROI/OTHER CHARGES :

14. Stores shall be supplied at the premises of the consignee as per terms and conditions & supply order. No other charges such as octroi , Packing, forwarding freight , insurance, loading and unloading clearance etc, will be allowed .

PERFORMANCE SECURITY :

15.(a) The successful firm shall have to deposit a Security Deposit of 5% of the contract value within 21 days of the placement of supply order for due for performance as per provisions contained in Clause 7 of DGS & D-68 ( Rev Sed ). Failure on the part of the firm to deposit the security deposit within stipulated time, the purchaser reserve the right to cancel the contract.

(b) The performance Security Deposit submitted by the supplier will remain valid at least for 120 days beyond the Guarantee/Warranty period as agreed in the contract.

(c) If the supplier fails to deliver the stores in a promised period and places and a request for extension of time he will submit and undertaking on non-judicial stamp paper of Rs. 10/- duly attested by Notary Public stating that the performance Security Deposit has already been extended for two months beyond the guarantee/warranty period. (d) Failure on the part of the firm to supply the store within stipulated time, the purchaser reserve the right to cancel the contract and security money will be forfeited and action for black list of firm will be taken by this Unit. Contd.P/4

P/4

PAYMENT MODE :

16. Stores are required to be supplied on credit basis and No interest will be payable on the delayed payment of stores. Payment will be made direct to the supplier / firm Bank Account through ECS (mandatory) after materialization of stores. No request for other mode of payment will be entertained. 17. Quality of the stores indicated is subject to increase or decrease at the discretion of the Commandant 66 Bn, CRPF, Kewakole, Post-Goaltore, Dist- West Midnapur (West Bengal)-721128 without assigning any reason. 18. The Tenderers should indicate the guarantee period in the quotation. The minimum validity period will be 365 days unless an increased period is specially mentioned in the specification.

19. The Tenderers should/ indicate the life span of the item.

20. This contract is subject to jurisdiction of Courts at Midnapur (WB) only.

21. The Tenderers reserves the right to accept or reject any tender or all, at any time without assigning any reason thereof.

22. The submission of the Tender shall be taken as the implied acceptance of all terms and conditions stipulated herein.

23. In case of inferior stores supplied, firm will lift the same at its own cost and risk and provide replacement within 30 days.

24. CERTIFICATE OF STORES OFERED:

“ It is Certified that the sample offered for construction job is meeting/not meeting all the requirement with reference to its Tender Enquiry specifications As per Appendix-“A” of Tender Enquiry and the sample is acceptable / not acceptable with reference to its. Tender enquiry specifications (Note: - Delete whichever is not applicable) for details, Visit us at www. crpf.gov.in

Sd-14/07/2016

(OREYA RAVI MANDRU MUNDA) COMMANDANT-66 BN CRPF For and on behalf of the President of India Contd.P/5.

P/5

Appendix’A’ (a) Details of construction materials required :-

Sl No Nomenclature A/U Quantity 01 Cement ISI Brand Bags 140 02 Brick (First class) Nos 10500 03 Sand (local) Cfts 550 04 Gitti/Stone chips(Medium size) Cfts 450 05 10 mm Iron Rod Kgs 190 06 5.56mm ring Rod Nos 35 07 Binding wire Kgs 06 08 Shuttering charges Sq ft. 315 09 Soil filling Cfts 4224

Sd-14/07/2016 (Oreya Ravi Mandru Munda) COMMANDANT-66 BN CRPF For and on behalf of the President of India Contd…..P/6

P/6 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.

Signature of the Tenderer.

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 ______Contd . P/7.

:: P/7 :: IMPORTANT INSTRUCTIONS:- 1. OPTION CLAUSE: (a) 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 of contract.

(b) The purchase reserves the right to place order on the next higher successfully firms if the firms quoted lower rates do not meet the whole demand due to their limited capacity/ Monitory limit/ Offer etc.

2. 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 for a period of twelve months, from the date of delivery of the said goods/stores/articles to the purchaser or 15 months from the date of shipment/dispatch from the contractor’s works whichever is earlier and notwithstanding the fact that the purchaser (Inspector) may have inspected and/or approved the said goods/stores/articles. If during the aforesaid period of 12/15 months, the said stores/goods/articles be discovered 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 the goods stores/articles or such portion thereof 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 above mentioned warranty period shall apply to the goods /articles /stores /rectified from the date of rectification 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.

3. In the event of contract being cancelled for any breach committed and the purchaser affecting repurchase 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.

4. 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.

5. Those firms, who are not specifically registered for the items as per schedule to tender should submit the following alongwith their quotation, failing which their offer will be ignored: a) Name and full address of the banker. b) Performance Statement and equipment and quality control statement in the prescribed form as enclosed (in triplicate). 6. Prices be quoted both in words as well as in figures. 7. Tenderers who are past suppliers of the item as per T/E Specification should submit their performance statement in enclosed proforma. In case, it is found that information furnished is incomplete or incorrect, their tender will be liable to be ignored.

8. Tenderers who are registered with DGS&D/NSIC for this particular item should submit the photocopy of registration certificate with all subsequent amendments. Contd . P/8.

:: P/8 :: 09. 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.

Signature of the Tenderer______Name in Block Letters______Capacity in which Tender signed______Full Address.______LISTNO-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.TenderNo.______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 requirements not indicate deviations. 7. Gross weight of consignment :(Net weight of each item) 8. What is your permanent Income Tax A/C No. ? : 9. Status. a) Indicate whether you are LSU or SSI : b) Are you registered with DGS&D for the item quoted ? If so, indicate whether there is any monetary limit on registration. : c) If you are a small scale unit registered with NSIC under Single Point Registration scheme, whether there is any monetary limit. : d) In case you are registered with NSIC under Single Point Registration Scheme for the item quoted, confirm whether you have attached a photocopy of the registration certificate indicating the items for which you are registered. : 10. a) If you are not registered either with NSIC or with DGS&D, please state whether you are registered with Directorate of Industries of State Government concerned. : b) If so, confirm whether you have attached a copy of the certificate issued by Director of Industry. : 11. Please indicate name & full address of your banker:- (i) Bank branch with Accounts No. (Core Bank account No.): (ii) IFSC Code : (iii) Whether bank branch is NEFT/RTGS enabled or not : 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. Contd . P/9. :: P/9 ::

14. State whether raw materials are held in stock sufficient for the manufacture of the stores. : 15. 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.

16. 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. :

17. Are you:-

1. Holding valid Industrial Licence(s) Registration Certificate under the Industrial Development and Regulation Act, 1981. If so, please give particulars of Industrial income Registration certificate. 18. State Whether business dealings with you have been banned by Min/Deptt. Of Supply /Min. of Home Affairs.? :

19. Please confirm that you have read all the instructions carefully and have complied with accordingly. : Signature of Witness. ______Signature of Tenderer______

Full name and address of witness (in Block Letters) Full name and address of the persons signing (in Block Letters) Whether signing as Proprietor/Partner/ constituted Attorney /duly authorized by the Company.

FORM-7 PROFORMA FOR EQUIPMENT AND QUALITY CONTROL (This proforma is required to be submitted in triplicate) 1. Tender No. & Date ______for the supply of______2. Name and Address of the firm : 3. I) Telephone No. Fax/Office/Factory/Works: II) Telegraphic address: 4.Location of manufacturing works/Factory. Factories owned by you (Documentary). In case you do not own the factory but utilize the factory of some other firm for the manufacture/ fabrication of the stores for which you apply for registration on lease or other base you should furnish a valid legal agreement of the factory of ______(Here indicate the name of the firm whose factory is being utilized) has been put at your disposal for the manufacture/ fabrication of the stores for which registration has been applied for. 5. Brief description of the factory (e.g. area covered accommodation, departments into which it is divided, laboratory etc.) 6. Details of plant and machinery erected and functioning in each department (Monograms and descriptive pamphlets should be supplied if available).

7. Whether the process of manufacture in factory is carried out with the aid of power or without it. Contd . P/10. :: P/10 ::

8. Details and stocks or raw material held (state whether imported or indigenous)against each item. Production capacity of each item with the existing plant and machinery: a) Normal ______b) Maximum ______

09. Details of arrangements for quality control of products such as laboratory etc.

10. (a) Details of Technical/supervisory staff incharge of production and quality control. (b) Skilled labour employed. (c) Unskilled labour employed. (d) Maximum no. of workers (skilled and unskilled) employed on any day during the months preceding the date of application. 11. Whether stores were tested to any standard specification, if so copies of original test certificate should be submitted in triplicate. Place ______Date ______Signature and designation of the Tenderer

N.B.: Details under column 6 to 11 inclusive need to be restricted to the extent they pertain to the item(s) under reference.Performance statement for last three years Name of Firm: 1. Contract Nos. : 2. Description of Stores : 3. Quantity on order : 4. Value : 5. Original D.P. : 6. Qty. supplied within original D.P. : 7. Final Ext. D.P. : 8. Last supply position. : 9. Reasons for Delay in supplies : (if any) Signature of Tenderer

Appendix-“B” Cheek List for Tenderer (Tenderers should cheek following requirements for compliance before submission of the tender documents) Sl.No. Requirements to be checked by the tenderer before submission of the tender. Compliance (To be indicated by the tenderer with “YES” after compliance of the requirements) 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 equipment/products conform to the governing specifications of the quoted stores as per Tender Enquiry. Contd . P/11. :: P/11 ::

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 Tenderers should mention that they agree to the Tolerance Clause of the Tender Enquiry. 11 Tenderers should give their past performance in the specified format given in the Tender documents. 12 Tenderers should mention that they agree to the Arbitration clause of the Tender Enquiry. 13 Tenderer must ensure that the Lab test report along with clear verdict certificate required as per Clause-19.1 of Schedule to Tender Enquiry documents is enclosed. 14 Tenderers should mention whether it is a manufacturer of the 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. 15. 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. 16. Tenderers should ensure that they have duly filled up Equipment and Quality Control Proforma given in the Tender documents. 17. Tenderers should mention that Business dealing with their firms has not been banned by any govt/ private agencies. 18. Tenderers should ensure that witness has signed at appropriate places of the Tender documents and full name and address of the witness have been mentioned clearly. 19 . Tenderer should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory. 20. 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. 21. Tenderers should mention their address for communication with Telephone and Fax Number.

Signature of the tenderer

ANNEXURE-B MODEL BANK GUARANTEE FORMAT FOR FURNISHING EMD Whereas...... (hereinafter called the "Tender) has submitted their offer dated...... for the supply of ...... (hereinafter called the "Tender") against the purchaser's tender enquiryNo...... KNOW ALL MEN by these presents that WE...... of...... having our registered office at...... are bound unto...... (hereinafter called the "Tender")in the sum of ...... for which payment will and truly to be made to the said purchaser, the Bank binds itself its successors and assigns by these presents. Seated with the Common Seal of the said Bank this...... day of ...... 2016

Contd . P/12.

:: P/12 ::

THE CONDITIONS OF THE OBLIGATION ARE:-

1. If the tender withdrawn of amends, of impairs or derogates from the tender in any respect within the period of validity of this tender. 2. If the tenderer having been notified of the acceptance of his tender by the Purchaser during the period of its validity : a) If the tenderer fails to furnish the Performance security for the due performance of the contract. b) Fails or refuses to accept/execute the contract. We undertake to pay the Purchaser up to the above amount upon receipt of its first written demand without the Purchaser having to substantiate its demand. Provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including 45 days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date......

(Signature of the authorized officer of the Bank) ...... Name and designation of the officer seal, name and address of the Bank and address of the Branch

ANNEXURE-C

MODEL BANK GUARANTEE FORMAT FOR PERFORMANCE SECURITY

To, The President of India WHEREAS...... (Name and address of the supplier) (Hereinafter called" the supplier") has undertaken, in pursuance of contract No...... date...... to supply (description of goods and service (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 as scheduled commercial recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract, and whereas we agreed to give the supplier such as bank guarantee, Now therefore we hereby affirm that we are guarantors and responsibleto you, on behalf of the supplier, up to a total of ...... (amount of the guarantee in words and figures)and we undertake to pay you, upon first written demand declaring the supplier to be in defaultunder the contract and without cavil or argument, any sum of sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove of 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 of any of the contract documents which may be made between you and the supplier 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 ...... 2016.

(Signature of the authorized officer of the Bank) Name and designation of the officer...... Seal, name and address of the Bank and address of the Branch.

Contd . P/13. :: P/13::

PART-I INFORMATION FORMAT General information to be supplied along with the quotations(Separate for each item) Ref. No...... Date of Opening of Tender...... 1. Name of the Item : 2. Name & Address of the firm/supplier Tele No. : 3. Whether manufacturer of the quoted items : Yes/No (If "Yes" details of manufacturing License? Registration No. etc (NISC/SSI/DGS&D) 4. Whether dealer of the quoted items : Yes/No (If "Yes", Authorized letter from the manufacture) 5. (a) Excise Duty Registration No. : (b) Sales Tax Registration No. : (c) C.S.T. Registration No. : 6. Whether the quoted item has been supplied: : earlier to any Institute/Department (If so, furnish details) 7. BIS/ISI/ISO/DRDO approved the quoted items. If any: Yes/No 8. Whether handling the equipment as well as its trouble shooting aspects, would be arranged free of cosat at least : Yes/No for a period of one week. 9. Whether the sample of stores submitted along with : Yes/No

PART-II INFORMATION FORMAT DETAILS OF THE EQUIPMENT OFFERED IN THE TENDER 1. Name of the Item : 2. Make/Model : 3. Name and Address of the manufacturer : 4. Is the offered Model is exactly as per : Specification ? (Please attach literature) 5. Life of the item : 6. Warranty/Grantee period : 7. Name & Address of the current users of the offered stores. 8. Cost of each items (Including excise duty : Central Sales Ta, Freight Charges etc)

UNDER TAKING It is certified that the information given above is true and correct and I undertake to abide by the terms and conditions of the Commandant 66 Bn, CRPF, Kewakole, Post-Goaltore, Dist- West Midnapur (West Bengal)-721128.

Dated: AUTHORIZED SIGNATURE

Contd . P/14.

:: P/14:: ANNEXURE – I 1. The following amendments may be carried out in the pamphlet entitled conditions on contract governing the contracts place by Central purchase organization of Govt. of India 1991 ediktion bearing symbol DGS&D 39 form No. DGS&D form No. DGS&D 68 (Revised). 1.1 The definition of “Government” provided in clause 1(f) page 2 of DGS&D conditions of contract may be amended as under: - “Government” means the Central Government. 1.2 The definition of secre3tary of clause 1(k) of DGS&D conditions of contract may be modified as under :“Secretary” means Secretary of min. of home affairs for the time being in administrative charge of the subject matter of contract and includes additional secretary, special secretary, joint sec retry, or director or dy. Secy. In such Ministry DG, Addl DG, IGP Prov, DIG Prov, Dy.Commandant of CRPF and every other officer authorized for the time being to execute contracts relating to purchase and supply of stores on behalf of the President of India. 1.3 Under clause 2 (c) page 3 of DGS&D conditions of contract, the work “Director General of Supplies and Disposals or head of his concerned regional offices” may be replace by IGP Prov CRPF. 1.4 Clause 24 i.e. Arbitration: - For, the existing entries, Read : Arbitration. In the event of any question, dispute or difference arising under these conditions or any special conditions of contract, or in connection with this contract (except as to any matters, the decision of which is specifically provided for by these or the special any conditions), the same shall be referred to the sole arbitration of an officer in the Ministry of law, appointed to be arbitrator by Director General CRPF. In will be no objection that the arbitrator is a Government servant, that he had to deal with the matters to which the contract relates or that he had to deal with the matters to which the contract relates or that in the course of his duties as Government serv ant he has expressed views on all or any of the matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties to this contract, it is term of this contract that :- Signature of the Tenderer. a. If the arbitrator be a person appointed by the DG CRPF. In the event of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason on his award being set aside by the court for any reason, it shall be lawful for Secretary, Min. of Home Affairs either to proceed with the reference himself olr to appoint another person as Arbitrator in place of the outgoing Arbitrator in every such case, it shall be lawful for the DG CRPF in place of the outgoing Arbitrator, as the case may be to act on records of the proceeding as then taken in arbitration, or to commence the proceedings denova as he may at his discretion decide. b. It is further a term of this contract that no person other than the person appointed by him should act a Arbitrator and that if for any reason that is not possible, the matter is not to be referred to arbitration at all. Contd c. The arbitrator may with the consent of all the parties to the contract enlarge the time from time to time for making and publishing the award. d. Upon every and any such reference, the assessment of the cost incidental to the reference and award respectively shall be in the discretion of the Arbitrator. e. Subject as aforesaid, the Arbitration Act.1940 and the rules there under and any statutory modification thereof for the time being in force shall be deemed to apply the arbitration proceedings under this clause. f. The venue of arbitration shall be the place where the contract is concluded or such other place as the DG CRPF at his discretion may determine. g. In this clause the expression the DG CRPF means the DG CRPF if the Ministry of Home Affairs for the time being and includes, if there be no DG, the officer who is for the time being the administrative head of the CRPF, whether in addition to other functions or otherwise. 1.5 Similarly, the reference to DGS&D wherever appearing may be suitably modified. 2. Following amendments may bew carried out in the Pamphlet No. DGS&D 229 containing various instructions to tenderes.

FORM NO. DGS&D-230 Reference to DGS&D wherever appearing in Clause No. 14,33,34,35,39 and 40 and Appendix’ A’ for Form No. DGS&D-96 may be amended to read as IGP (Prov) Dte. CRPF.

Signature of the Tenderers.

Appendix- “ C “

LIST OF NAME & ADDRESS OF FIRMS SUPPLIERS

01. M/S Anirban Enterprise, Sister Nibedita Place, Benachity, DurgaPur-713213 (W.B) 02. M/S Pritika Enterprise, 88/35, SrinagarPally Benachity DurgaPur-713213 (W.B) 03. M/S Bishu Enteerprise, Subhaspally Jatr Maidan , Paschim Medinipur.(WB)721301 04. M/S Samanta Sales, Subhaspally ,Khrarag pur, Paschim Medinipur.(WB) 721301 05. M/S Lokanath Traders 1A 28 Ispatpally Housing Society Bidhan Nagar, DurgaPur-171322 (W.B) 06. M/S, Agasti l Enterprise, North Inda, Po- Inda, Kharagpur Dist - Paschim Medinipur, Pin - 721305 07. M/S, Singh Enterprises, Jhapetapur ,Kharagpur Dist - Paschim Medinipur (WB)721304 08. M/S Rimjhim Trading Co. Benachity , DurgaPur-13 (W.B)713213 09. M/S Soumen Enterprise, Nabagram(Goaltore), Paschim Medinipur,West Bengal Pin-721128 10. M/S Radha Madhav Trading Corporation, Vill- Jadya, Po- Hariatara, Kharagpur (W.B)721303 11. M/S Acme Enterprise, Co-operative Society Po-Hijli Co-Operative,P/Medinipur- Pin 721306 12. M/S Sarada Enterprise, SaradaPally, Pangarh Bazar Railpar, West Burdwan (W.B) 13. M/S Subhash Kumar, N.H -6 Bombay Road, P.O-Rakhajungle, Nimpura, Kharagpur (W.B) 721304 14. M/S. Mal Engineering/ Electrical & Electronics, At- Nabagram, Post-Goaltore, Dist-Paschim Medinipur (W.B)- 721128 15. M/S Sharma Enterprises, NH -6 Bombay Road, Nimpura, Po-Rakhajungle, Kharagppur-721304 16. M/S Kousik Das, Goatore, Paschim Medinipur (West Bengal) Pin - 721128 17. M/S Pirbaba Hardware, Inda , Pirbaba More , Kharagpur, Dist - Paschim Medinipur (WB)721305

Sd-14/07/2016 (Oreya Ravi Mandru Munda) COMMANDANT-66 BN CRPF For and on behalf of the President of India