NIT No: B.V-5/2016-17-GC RRY-Bldg(ARMO-Elec) OFFICE OF THE DIGP, GROUP CENTER, CENTRAL RESERVE POLICE FORCE, Post - NISA , Ranga Reddy, TS, PIN-500078, PHONE/FAX NO.04027981629 The Dated,- Sept’2016 TENDER NOTICE

The DIGP, GROUP CENTRE, CRPF, RANGA REDDY, HAKIMPET, - 500 078 for and on behalf of the President of invites tenders through CPP Portal under two bid system(e-tender), from approved and eligible electrical contractors for providing following man power for day-to-day maintenance under Annual Repair and Maintenance of Residential and Non-Residential buildings(Electrical) Work for a period of 06 months with effect from 01/10/2016 to 31/03/2017 of Group Centre, CRPF, Ranga Reddy at Jawahar Nagar, Ranga Reddy (T.S.) up to 1500 hrs of 29-09-2016 which shall be opened at 1530 hrs on the same day, for the under mentioned work.

S. Name of the work Estima Earnest Last date last date of Date of Date and Cost of period No ted Money of receipt sale of receipt of Time of tender of Cost (Rs ) of tender Tender opening of form (non work (Rs) applicatio form form Tenders refundabl n and e) time

01 Annual repair and maintenance work (Electrical 29-09-16 1500 06 work) of residential and 29-09-16 647872 24-09-16 25-09-16 Hrs Rs months 12960/- 1530 nonresidential buildings at /- 1700 Hrs 1600 Hrs 500/- Group Center, CRPF, Rangha Hrs Reddy, Jawhar Nagar,-500078

The tenderers must produce valid Registration, PAN card and work done certificate (attested copy) before tender papers can be sold to them. Earnest money should be deposited along with tender documents in the form of receipt treasury challan /deposited at call receipt/ fixed deposit receipt/demand draft of a scheduled bank pledged in favour of The DIGP, Group Centre ,CRPF, Ranga Reddy, Telangana payable at SBI, main branch , Secunderabad, (IFS code-SBIN0000916).

This notice may also be seen at CRPF website ID- http:/www.crpf.gov.in

DIGP, GC, CRPF, Ranga Reddy For and on behalf of President of India. Page 1

1. Intending tenderers are advised to go through the earnest money, payment terms, and all other clauses of this e-tender enquiry carefully before filing and submitting through e-Procurement site https://eprocure.gov.in/eprocure/cpp portal failing which the tender will be liable to be ignored and not considered.

2. All the 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, signed and submitted through Online and e-procurement site i.e https://eprocure.gov.in/eprocure/cpp.

3. Tenders (Technical bid) will be opened in the presence of tenderers ( If they are available/present at the given place and time ) on 29/09/2016 at 1530 hrs at O/O DIGP, Group Centre, CRPF, Ranga Reddy and Financial bid (Price bid) will be opened on 30/09/2016 at 1130 hours or a suitable date fixed by Chairman of TPC.

4. Tenderers are requested to submit tender documents 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 tenders will be opened on next working day at the stipulated time.

5. Bidder should deposit earnest money along with their Tender. Earnest money should be in the form of Account Payee Demand Draft, Fixed Deposit Receipt, Bankers Cheque or Bank Guarantee from any of the commercial Banks in an acceptable form drawn in favour of DIGP, Group Centre, CRPF Ranga Reddy.

6. The tender document consists of specifications, schedule of quantities of various types of works to be executed and terms and conditions of this contract to be complied with and other necessary documents.

IMPORTANT INSTRUCTIONS AND GUIDELINES

1. Full name and status of the person signing the tender documents must be clearly mentioned.

2. Intending tenderer is eligible to submit the tender provided she/he has definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority of having satisfactorily completed similar works.

3. License issued by the State Government should be kept renewed as per periodicity laid down by the authority concerned and submit an attested copy of the same to the DIGP, GC, CRPF, Ranga Reddy after each renewal. The contractor should produce valid license with tender.

4. They shall employ the required technical staff as per the terms and conditions of each contract/agreement [ No. of Skilled (S) / Un-skilled (UnS) ] required-mentioned in the schedule attached as appendix-A. They should intimate names of persons who are employed by them along with their complete residential address including police station in whose jurisdictions they live. The workers are required to observe the discipline of the campus and wear/display the identity cards issued by the competent authority all the time while on duty.

Page 2

5. The contractor shall comply with the orders issued by the DIGP, Group Centre, CRPF, Ranga Reddy from time to time. If she/he fails to do so her/his failure will be a breach of contract and the DIGP, Group Centre, CRPF, Ranga Reddy in her/his discretion without prejudice to any other right or remedy available in law can cancel the contract. The contractor shall be liable for any pecuniary liability arising on account of any violation by her/him.

6. Time allowed for carrying out the contract work will be 06 months w.e.f. 01/10/2016 to 31/03/2017 on a day-to-day basis for each month.

7. The two separate covers containing the technical bid and financial bid should be sealed separately in separate covers duly superscripted with tender enquiry number and date of tender opening. These two sealed covers along with the EMD and other documents should be put in a bigger cover and sealed again. This bigger cover should also be superscripted with tender enquiry number and date of tender opening. If the technical and financial bids are not separately sealed, the offer shall be summarily rejected. The tender enquires duly filled in all respects and having completed all applicable formalities may be sent by registered post/Courier/by hand duly stamped to the DIGP, Group Centre, CRPF, Ranga Reddy 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.

8. The successful contractor shall have to deposit a performance security equivalent to 5% of the estimated value of the work to be executed within 07 days from the date of acceptance for due performance. Failure on the part of the contractor to deposit the security deposit within the stipulated time, empowers the competent authority to cancel the contract. The performance security deposit submitted by the contractor will remain valid at least for 60 days beyond the date of completion of all contractual obligations of the contractor including guarantee/ warrantee obligations. The Security deposit can be deposited in any of the following alternative forms, A crossed Bank Draft drawn in favour of DIG, GC, CRPF, Ranga Reddy payable at SBI Secunderabad OR an irrevocable Bank Guarantee of any nationalized/ Scheduled Bank or reputed commercial bank in any other form prescribed.

9. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their bids as to the nature of the ground and sub soil, (So far as is practicable), the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site whether she/he inspects it or not and no extra charge consequent on any misunderstanding or otherwise specifically provided for in the contract documents. Submission of a bid by a bidder implies that she/he has read this notice terms & conditions mentioned there in, all other contract documents and has made herself/himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plant etc will be issued to her/him by the Government and location conditions and other factors having a bearing on the execution of the work.

10. The competent authority on behalf of the President of India does not bind herself/himself to accept the lowest or any other bid and reserves to itself the authority to reject any or all the bids received without assigning of any reasons. All bids in which any of the prescribed conditions are not fulfilled or any condition including that of conditional rebate is put forth by the bidder shall be summarily rejected.

11. Canvassing by bidders whether directly or indirectly, in connection with bids is strictly prohibited and the bids submitted by the contractors who resort to canvassing will be liable to rejection.

Page 3

12. The Competent authority reserves the right of accepting the whole or any part of the bid and the bidder shall be bound to perform the same at the rate quoted.

13. The bid for the works shall remain open for acceptance for a period of 90 (Ninety) days from the date of opening of financial bid. If any bidder withdraws her/his bid before the said period or issue of letter of acceptance whichever is earlier, or makes any modifications in the terms and conditions of the bid which are not acceptable to the Department, then the Government shall, without prejudice to any other right or remedy, is at liberty to forfeit 50% of the said earnest money as aforesaid. Further the bidder shall not be allowed to participate in the re-bidding process of the work.

14. The tender enquiry notice inviting bid shall form a part of the contract document. The successful bidder/contractor, on acceptance of her/his bid by the Accepting Authority shall within 10 days from the stipulated date of start of the work, sign the contract consisting of.

(a) The notice inviting bid, all the documents including additional conditions, & specifications if any forming part of the bid uploaded at the time of invitation of bid and the rates quoted at the time of submission of bid and acceptance thereof together with any correspondence leading thereto.

15. The labourers/workers engaged by the Contractor/Agency shall be at the risk of contractor and in case of any untoward incident, accidents, the contractor/Agency will be liable for such risks and the Department will not be held responsible in any way for such mis-happening and untoward incident. It should be duty of contractor to adhere to all security precautions as specified with industry by Govt.

16. The officer inviting bid or her/his duly authorized tender opening committee will open tender in the presence of intending contractors who may be present at the time and will enter the amounts of the several bids in a comparative statement in a suitable form, in the event of a bid being accepted, a receipt for the earnest money forwarded therewith shall thereupon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specification and other documents. In the event of a bid being rejected, the earnest money forwarded which such unaccepted bid shall thereupon be returned to the contractors remitting the same, without any interest.

17. The officer inviting bids shall have the right of rejecting all or any of the bids and will not be bound to accept the lowest or any other bid.

18. VAT/Tax or any other Tax in respect of the contract shall be payable by the contractor direct to the concerned Department /Government.

19. The contractor submitting the tenders against the subject tender enquiry are informed that all relevant details with reference to the tender enquiry stipulations are clearly responded to. In case any of the tender enquiry stipulations are not clearly stated to or replied to by any of the contractor , no repeat no clarifications will be sought from the concerned firm and its offer will be rejected outright.

20. Tenderers who have past experience of the above work as per T/E Specification should furnish their performance statement attached as Appendix-‘D’. In case, it is found that information furnished is incomplete or in-correct, their tender will be liable to be ignored.

21. Minimum wages rates as per Regional Labour Commissioner (Central), Ministry of Labour & Employment, for the workers employed for day today maintenance ( Electrical ) are required to be paid. If the contractor not paid the amount as per the rate of above mentioned order to the workers

Page 4

and disobey the above instructions then his contract/agreement will be cancelled, without any prior intimation. The contractor is liable to pay the minimum wages as per the enhanced rates if any revision of minimum wages made applicable by the Regional Labour Commissioner (Central), Ministry of Labour & Employment, Hyderabad during the period of contract.

II) TERMS AND CONDITIONS OF TENDER ENQUIRY

1. Terms of 1.1 Rates quoted by the Contractor should be quoted in Indian rupees both in price 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. 2. Payment 2.1 Works are required to be executed on credit basis only Amount for period terms of absence by worker will be deducted accordingly and payment will be made after drawal of amount from RPAO CRPF Hyderabad.

2.2 Payment in advance or immediately cannot be made. 3. Earnest 3.1 All the contractors are required to deposit Earnest money of Rs.12960/- money of the works along with the quotation, failing which their offers will be deposit summarily rejected. 3.2 The earnest money can be deposited through any of the following alternative forms : (a) a Crossed Bank Draft drawn in favour of DIG, Group Centre, CRPF, Ranga Reddy payable at SBI, Secunderabad. (b) An irrevocable Bank Guarantee of any nationalized, scheduled bank or reputed commercial bank in the attached format as at appendix ‘C’. 3.3 The earnest money shall remain valid and be deposited with the purchaser for a period of 90 days from the date of tender opening. If the validity of the tender is extended, the validity of the Bank Guarantee/or any other alternate document submitted in lieu of earnest money will also be suitably extended by the tenderer, failing which their tender after the expiry of the aforesaid period shall not be considered by the purchaser/Department. 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.

Page 5

3.8. Earnest money deposits of all the unsuccessful tenderers will be returned as early as possible after the expiry of bid’s validity, but not later than 30 days after placement of contract. Tenderers are advised to send a pre receipt challan along with their bids so that refund of earnest money can be made in time.

3.9. Any tender, where the tenderer is required to deposit earnest money in terms of conditions mentioned in preceding paras, not accompanied with earnest money in any one of the approved forms acceptable to the competent authority, shall be summarily rejected.

4. 4.1. The successful contractor shall have to deposit a performance security Performance equivalent to 5% of the estimated value of the work to be executed within security 07 days from the date of acceptance for due performance. Failure on the part deposit of the firm to deposit the security deposit within the stipulated time, empowers clause the competent authority to cancel the contract.

4.2. The performance security deposit submitted by the contractor will remain valid at least for 60 days beyond the date of completion of all contractual obligations of the Contractor including guarantee/ warrantee obligations.

4.3. The Security deposit can be deposited in any of the following alternative forms :

(a) A crossed Bank Draft drawn in favour of DIG, Group Centre, CRPF, Ranga Reddy payable at SBI, Patny, Secunderabad.

(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. 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/Department.

5. Two bid 5.1 Since the man power to be provided are of a complex and technical in system nature, bids are required to be submitted in two parts as technical bid and price bid :- a) Technical bid 1. Earnest money deposit 2. Attested copy of registration (Registration details showing appropriate class & amount) 3. VAT Registration certificate & PAN Card. 4. Previous performances / experience. 5. Any other relevant documents which the firms wish to submit.

Page 6

6. The bidder/tenderer will submit the signed copy (all pages to be signed) of the tender notice under his seal. 7. Bidders are required to mention separately skilled/un-skilled. B) DOCUMENTS TO BE SUBMITTED ONLINE (SCANNED COPIES): (i) Tender Acceptance letter (ii) Earnest Money Deposit (iii) Performance statement (iv) Appendix A, B, C and D (vi) Copies of any one or two of the following documents like PAN, TAN, last 03 year tax returns, Service Registration. (vii) Only the technical bid and original documents received shall be opened on the date of tender opening. Price bids of only those firms will be considered for opening , whose offer qualified in all tender conditions and technical/physical evaluations. C) Price Bid;- Price should be quoted as per price bid format (BOQ) at e- procurement site ie. https://eprocure.gov.in/eprocure/cpp. The composite bid ie. Rate indicated in the technical bid openly, shall be ignored.

6. Method 6.1 The two separate covers containing the technical bid and financial bid of should be sealed separately in separate covers duly super-scribed with tender submission enquiry number and date of tender opening. These two sealed covers along of tender with the EMD and other documents should be put in a bigger cover and sealed enquiry again. This bigger cover should also be superscribed with tender enquiry number and date of tender opening. If the technical and financial bids are not separately sealed, the offer shall be summarily rejected.

6.2 The technical bids are to be opened at the first instance and evaluated by the competent authority. In the second stage, financial bids of only those technically acceptable offers will be opened for further evaluation and ranking before awarding the contract.

6.3 The tender enquires duly filled in all respects and having completed all applicable formalities may be sent by registered post/Courier/by hand duly stamped to the DIGP, Group Centre, CRPF, Ranga Reddy 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.

III - ADDITIONAL CONDITIONS

01. The prospective tenderer should visit the site and acquaint themselves of the conditions existing, restrictions in movement/working hours/security aspects/conditions of the job. No complaints of losses of labour items of work included in the scope of work, variation etc., will be entertained at a later date. The prospective tenderer should have adequate past experience in handling similar works. 02. Separate complaint register for each of the categories of works to be executed will be kept at service centre, Group Centre, CRPF Ranga Reddy. 03. All the complaints of the above cited categories shall be attended to by hired staff as soon as they are entered in the complaints register or when directed to do any works by concerned branch in-charge of CRPF as directed by the AC (Genl) or any other officer of the GC CRPF Ranga Reddy.

Page 7

04. The contractor shall strictly provide staff for manning installations as per the requirement of shift and qualifications prescribed in the tender documents. He will follow the local labour laws, rules and regulations of engagement of safety regarding such employment.

05. As the maintenance has to be carried out with least down time of the installation, the competent authority shall have the right to get the installation operated by other agencies/Departmental if contractor is unable to do the work in prescribed time and the expenditure involved in that situation will be recovered from the contractor.

06. Engaged persons/ staff will report at designated place daily and take the assignments.

07. The contractor shall strictly follow security instructions/ standing orders as directed by DIGP-cum-Estate Officer, GC, CRPF Ranga Reddy. He shall follow all local by laws/ labour regulations as prescribed by central /state Government authorities.

08. The prospective tenderer shall inspect the installations to be operated and list out the short comings and clearly state them in a letter separately on award of work, before taking over the installation.

09. Upkeep and maintenance of the log books and periodical inspection registers in a neat and presentable manner is the responsibility of the contractor as per the proforma decided by the competent authority, including the maintenance of the attendance register, which shall be got invariably signed daily by the AC(Genl) concerned, all the above form part of the office record. However, a copy of the attendance can be had by the contractor for the purpose of disbursement etc.

10. The work includes routine maintenance and check as per good and accepted maintenance practices or as specified in the schedule and replacement of defective/worn out parts/spares on free of cost. In addition call back service shall be provided by the contractor and the repair work commenced within 12 hours of such calls and completed as expeditiously as possible. The call back shall be for 24 hours in a day including central Government holidays.

11. The contractor shall clearly state the details and periodicity of routine/periodic maintenance proposed to be carried out by her/him and shall execute the same in the presence of the authorized representative of competent authority and her/his certificate obtained. In case the representative was not available the position should be indicated in the log book.

12. No advance payment shall be made. However monthly payment or at such higher interval as desired by the contractor can be made within 15 days of the succeeding month subject to satisfactory maintenance of buildings and services offered.

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

14. The contractor is fully responsible for deploying fully competent and skilled members for the work. The contractor is solely responsible for the safety security and welfare of the staff engaged by her/him. She/he will ensure all safety precautions and protective equipment wherever required and also satisfies herself/himself with regular and surprise checks. The contractor will ensure that no injury/loss of life is caused to the workers engaged by her/him during the maintenance work. In the event of occurrence of

Page 8

any untoward incidents to the workers engaged by her/him, the contractor shall be fully responsible for settling all claims and indemnify the Department against any claims arising out of such accidents.

15. The contract can be terminated by the Competent authority without assigning any reasons by giving a notice of a period of 15 days at any time during the period of contract. No claim for any compensation will however be entertained on such termination prior to the expiry of stipulated period of contract.

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

17. The staff shall attend to their duties in neatly done uniform of prescribed colour and pattern with shoes, every day, failing which a recovery of Rs. 25/- per day per person will be made from the bills of the contractor at the discretion of the competent authority.

18. The successful tenderer to directly liaise with the local APCPDCL authorities in case HT failures, load shedding etc. 19. The prospective tender shall be registered with Government for service tax registration and should posses valid 11 KV HT Electrical License from the Competent authority of Andhra Pradesh.

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

21. Materials such as florescent tubes, lamps, chokes, switches, starters, sockets, regulators, capacitors, aluminum/copper wiring cables fuse carriers/base, ball bearing/ bushes for ceiling fans etc., shall be issued by the Department free of cost for use on works. Such materials will be issued as per the daily requirement and all dismantled materials from the site shall be returned to the Department immediately. The contract includes providing the following consumable materials by the contractor without claiming extra payment for it. These have to be replaced with new ones as and when the existing materials get unserviceable /ineffective in such a way that the concerned service shall not get disturbed under any circumstances.

22. Contractor to provide the following sundries required for day-to-day maintenance:-

a. Insulation PVC tapes. b. Indication lamps. c. All cleaning materials viz. Duster cloth, cotton waste, detergent powder, brooms, Grease, Kerosene etc.,

23. No travelling allowance, overtime allowance dearness allowance, transport facilities etc., shall be provided for carrying out the routine works. These are deemed to have been included within the quoted rates.

24. The contractor should carry out the assessment of the services/following tests periodically and as directed by the competent authority or his authorized representatives.

a. Earth test b. Insulation resistance test Page 9

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

26. All tools required for daily works shall be provided by the successful tenderer. No extra payment shall be made on this account.

27. On any day during the contract period, if the number of staff present for shift is less than of minimum staff, then, recovery for less staff will be effected as per the rates quoted by the contractor and in addition 50% penalty shall be imposed in case of absence is more than 4 days. However, if the Department asks the contractor to reduce the staff, recovery at pre-rate basis as decided by the competent authority will be affected.

28. All safety measure as per prescribed industry standard shall be provided to the workers where ever required during the course of the maintenance works by the contractor.

29. Regular assessment/checking of electrical works/maintenance of various buildings required to be carried out and indicate the shortcomings. The contractor should also ensure carrying out of inspections/checking of 10 quarters daily besides maintenance/repair monthly checking of barracks and other buildings. OPERATION SHALL BE AS UNDER :-

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

ii. Authorized representatives from the Department a. Assistant Commandant (General) b. Building Subordinate Officer/ (SI-Civil). c. Details of buildings to be maintained refer appendix-E iii. Qualification and experience and physical fitness required for operation staff (both skilled & unskilled).

Electrician:- Electrician license issued by the competent authority of Andhra Pradesh/Telangana & minimum 3 years experience.

iv. Immediately after award of work, the contractor shall submit a list of persons to be employed on the job, along with relevant certificate of trade & experience, and also arrange to issue identity cards to such persons engaged on the job, the whole process, carried out to the entire satisfaction of the competent authority or his designate. The staff shall invariably display the identity card on his pocket while on duty.

v. The contractor should make minimum fair wages to the staff as per prevailing labour laws and the wages shall be made in the presence of the representative of the Department.

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

vii. The competent authority may require the contractor to dismiss or remove any person or persons who is in-competent or misconducts and the contractor will oblige.

Page 10

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

ix. The contractor shall note that the work should be taken up in its true spirit therein. Promptness; punctuality and professionalism are of utmost significance, and which cannot be compromised upon. The workers employed on the job shall be polite natured and well-mannered. In case it is observed that one or more workers are felt to be impolite, or badly behaved, the competent authority or her/his authorized representative are liable to issue notices to the contractor in writing directing immediate replacement of such workmen.

x. The successful tenderer should take over the above installation for maintenance from the date of award of work and hand over back to the Department in good working condition after maintenance.

xi. The Value Added Tax is deductable from all bills payable to the contractor for the work, if applicable.

xii. Street light complaints shall be attended to by the contractor, with crew maintenance and support equipments within 24 hours of receipt of complaint positively.

DIGP, GC, CRPF, RANGA REDDY

IV STANDARD FORMS TO BE USED

The following forms mentioned in the Appendices – A, B, C, D & E are required to be submitted along with the bid.

Appendix ‘A’ - Name of Work. Requirement of skilled labour and un-skilled labour / their work distribution.

Appendix ‘B’ - Proforma of bank guarantee for submitting earnest money.

Appendix ‘C’ - Proforma of bank guarantee for furnishing performance security deposit.

Appendix ‘D’ - Performance statement for last three years. ( Duly attested by a Gazetted Officer )

Appendix ‘E’ - Description of equipments / buildings to be maintained.

DIGP, GC, CRPF, RANGA REDDY

Page 11

Appendix- ‘A’

REQUIREMENT OF SKILLED AND UN-SKILLED LABOUR FOR DAY-TO-DAY MAINTENANCE

Name of Work:- Annual Repair and Maintenance of Residential and Non-residential buildings (Electrical work) of GC, CRPF, Ranga Reddy at Jawahar Nagar, .

SCHEDULE : - Day to Day Maintenance of buildings (electrical work) during 2016-17 (For the period 01/10/2016 to 31/03/2017).

Sl.No. Description of work No of person Skilled to be engaged

i) Operation and upkeep maintenance of IEI & 05 persons electrician (skilled) for all 26 days. Fans, Air- conditioners etc in non-residential and Residential buildings, including HV & MV 01 person electrician (skilled) for all 30 days outdoor distribution Boards, Water supply pump (including Sundays and holidays) sets with pump room panels, street lights Diesel Generator Sets and transformer etc 01 person Un skilled for all 26 days.

Attendance of all the staff engaged on duty shall be checked by the AC(Genl) or his authorized representative and the successful bidder will be paid accordingly.

Page 12

Appendix-B

PROFORMA OF BANK GUARANTEE FOR SUBMITTING EARNEST MONEY (On banks letter head with adhesive stamp) To The Deputy Inspector General of Police, Group Centre, C.R.P.F., Ranga Reddy, Post-NISA Hakimpet, Secunderabad Andhra Pradesh. Pin – 500078.

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 day to day maintenance of residential and non-residential buildings(Electrical) to you (here in after called “The purchaser”) .Whereas a bank guarantee against Earnest Money for a sum of Rs. ______(in words)______Valid for 90 days from the date of tender opening viz. up to______is required to be submitted by “the tenderer” as a 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 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 any one of the three conditions mentioned below, specifying the occurred condition or conditions during the above said period of 90 days without any reservation and recourse. 1. If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of its validity. 2. If the tenderer after submitting her/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 of 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 90 days from the date of opening of tender. If further extension to this guarantee is required, the same shall be extended to such period on receiving instructions from the tenderer on whose behalf this guarantee is issued and any demand in respect thereof should reach the Bank not later than the above date.

Date ______Signature of authorized officer of the bank______Place ______Printed Name______Designation______Name and address of the bank ______Banker’s Common Seal ______

Page 13

Appendix- C PROFORMA OF BANK GUARANTEE FOR FURNISHING PERFORMANCE SECURITY DEPOSIT

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 (Annual Repair and Maintenance of Residential and non-residential buildings of GC, CRPF, Ranga Reddy at Jawahar Nagar, Ranga Reddy, Distt (Electrical work) ( 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 such a bank guarantee:

NOW THEREFORE we hereby affirm that we are the guarantors and responsible to 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 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 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_____.

(Signature of the authorized officer of the Bank)

Name and designation of the officer ……………………………………………...

Name and address of the Bank ...…..…………………………………......

Banker’s common seal

Page 14

Appendix-D

PERFORMANCE STATEMENT FOR LAST THREE YEARS

Name of Firm :

M/s______

1. Contract Nos. :

2. Description of works undertaken:

3. Quantity on order :

4. Value :

5. Period of contract.:

6. Whether the awarded work completed before stipulated date or any extension asked for.

7. Last date of completion of work :

8. Reasons for Delay in executing the awarded work (if any) :-

Page 15

Appendix - E DESCRIPTION OF EQUIPMENTS/ BUILDINGS TO BE MAINTAINED AT GC RRY Sl No Details of equipments Quantities 1 500 KVA transformers 4 No’s 2 400 KVA transformers 2 No’s 3 200 KVA transformers 1 No 4 D.P. Structure 4 No’s 5 4 Pole structure 5 No’s 6 A.B. Switches 15 No’s 7 HG fuse units 5 No’s 8 HT OCB 4 No’s 9 MV panel boards 4 No’s 10 Capacitors bank 4 No’s Details of water supply 1 10 HP submersible motor/pump set 2 No’s 2 7.5 HP submersible motor/pump set 7 No’s 3 5 HP submersible motor/pump set 21 No’s 4 3 HP submersible motor/pump set 3 No’s 5 7.5 HP monoblock pump set 5 No’s Details of street light fittings 1 150W/250W HPSV fitting 150 No’s 2 70W HPSV fitting 283 No’s 3 1X40 W Fle street light fitting 123 No’s 4 250W metal halide fittings (day light) 25 No’s 5 125W round shaped milky white fittings 45 No’s 6 3X11W/2X11W fittings at GO’s mess outside area 31 No’s 7 250W metal halide fittings at indoor sports complex 34 No’s Details of non-residential buildings & others 1 180 men barrack 6 No’s 2 Temporary barracks 9 No’s 3 Parade ground 1 No 4 MT garage I/C petrol bunk 1 No 5 40 KVA DG set room 1 No 6 GO’s mess with VIP suits 1 No 7 SO’s mess 1 No 8 Shopping complex 1 No 9 Rythu bazaar 1 No 10 Adm. block 1 No 11 20 bedded hospital 1 No 12 Family welfare centre 1 No 13 Dhobi-ghat 1 No 14 Gas godown 1 No 15 Quarter Guard 1 No 16 Store block 1 No 17 Men’s club 1 No 18 Indoor sports complex 1 No Details of residential buildings

Page 16

1 Type-I 285 Qtrs 2 Type-II 893 Qtrs 3 Type-III 42 Qtrs 4 Type-IV 16 Qtrs + 08 Qtrs = 24 Qtrs 5 Type-V 6 Qtrs + 04 Qtrs = 10 Qtrs 6 Type-VI 4 Qtrs + 01 Qtr = 5 Qtrs

Any other electrical and mechanical installation within the campus.

Attendance of all the staff engaged on duty shall be checked by the DIGP, GC, CRPF Ranga Reddy (or) his authorized representative.

Page 17