INVITATION OF LIMITED TENDER( e-TENDERING MODE) OFFICE OF THE DIGP, RTC, C.R.P.F, PERINGOME PO-ARAVANCHAL, Distt- (), PIN CODE-670353 Tele/Fax: 04985- 236241 Web. Site : www.crpf.nic.in /http://eprocure.gov.in/eprocure/app(cppp) T.E. No.B.V-1/2016-17-RTC-PGM-(AR&MO-ELECT) Dated, the 02 March-2017

TENDER NOTICE

DIG/Principal, RTC CRPF, Peringome, Kannur, Kerala-670353 for and on behalf of the President of , invite Online bids under two bid system consisting of technical bid and financial bid from approved/registered and eligible contractors for day to day Electrical maintenance works of residential and non – residential buildings and entire campus as per details given below.

Schedule to Tender No No.B.V-1/2016-17-RTC-PGM--(AR&MO-ELECT) Dated, the March ‟2017

Last Date and time for receipt of Tender 03/04/2017 at 1200 Hrs

Date & Time of opening of tender 03/04/2017 at 1600 Hrs

Validity of offer The tender shall remain open for acceptance till 180 days from the date of opening of tender.

S/ Name of work & Estimated Cost of Tender No Location and its cost put to Documents (Non . description. tenderer EMD (Rs) refundable in Rs.) Period

1. Day to day Electrical Rs. 5 Lakh Rs.10,000/- Rs.100/ -( One 6 Months from maintenance works of Rupees (Ten hundred only 01/04/2017 to residential and non- Thousand) only 30/09/2017 residential buildings and entire campus.

For further details see appendix – ‘A’ visit office or at www. eprocure.gov.in

1) The Deputy Inspector General of Police, RTC, CRPF, Peringome, Kannur, (Kerala), Invites on line Tenders through CPP Portal, for and on behalf of the President of India, in respect of the works mentioned in the schedule to this tender enquiry, from the authorised / registered contractors of outstanding repute and actually dealing in the line. 2) If you are in a position to quote for day to day Electrical maintenance works of residential and non – residential buildings and entire campus stated in the attached schedule to render, all documents attached herewith should be fully filled in singed scanned and returned through online before the scheduled date mentioned in the tender enquiry. 3) Prospective tenders are advised to go through the earnest money, payment terms and all other clauses of this tender enquiry carefully before filling the tender.

Sd/02-03-2017 (M.J.Vijay) DIG/Principal, RTC,CRPF, Peringome Signature of the Tenderer

SHEDULED TO TENDER INVITATION TO OPEN TENDER( e-TENDERING MODE) OFFICE OF THE DIGP, RTC, C.R.P.F, PERINGOME Post-ARAVANCHAL , Distt- KANNUR (Kerala), Pin -670353 Tele/Fax: 04985- 236241 Web. Site : www.crpf.nic.in /http://eprocure.gov.in/eprocure/app(cppp) T.E. No.B.V-1/2016-17-RTC-PGM-(AR&MO-ELECT) Dated, the March-2017

All tender documents attached with this invitation to tender including the Specifications are sacrosanct for considering any offer as complete offer. It is therefore important that each page of the tender document duly completed and signed and submitted through e-procurement site i.e., https://eprocure.gov.in/eprocure/app.

The tender must be submitted online. However an hard copy of Tender enquiry documents along with EMD have to be submitted to the office of the undersigned i.e. THE DIG/PRINCIPAL, RECRUITS TRAINING CENTRE, CRPF, PERINGOME, KANNUR (KERALA) – 670 353 .Envelope containing the tender quotations shall be super scribed as “QUOTATION FOR DAY TO DAY ELECTRICAL WORKS OF RESIDENTIAL AND NON – RESIDENTIAL BUILDINGS’’. .

Important instructions and guidelines:-

1. Full Name and status of the person signing the tender documents must be clearly mentioned. 2. The work is estimated to cost Rs. 5,00,000/-. The estimated cost however is given merely as a rough guide. 3. Intending tenderer is eligible to submit the tender provided he has definite proof from the appropriate authority, which shall be to the satisfaction of the competent authority of having satisfactory completed similar works of magnitude specified below:-

Criteria of eligibility for contractors.

a) The Licence issued by the State Government/Union Territory should be kept renewed as per periodicity laid down by the authority concerned and submit an attested copy of the same to the DIG/Principal, RTC, CRPF, Peringome, Distt- Kannur, Kerala - 670 353 after each renewal. The contractor should produce valid licence with tender. b) They shall employ the required technical staff as per the terms and conditions of each contract/agreement. They should intimate names of person employed by them. The worker should maintain discipline inside of the campus. c) The contractor shall comply with the orders issued by the DIG/Principal, RTC, CRPF, Peringome, Distt- Kannur, Kerala- 670 353 in 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 him. 4. To become eligible for submitting tender, the tenderer shall have to furnish an affidavit as under:-

Signature of the Tenderer

a) I/We undertake and confirm that eligible similar work (s) has / have not been got executed through another contractor on back to back to basis. Further that, if such a violation comes to the notice of Department, then I/We shall be debarred for bidding in CRPF in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the DIG/Principal shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. b) Agreement shall be drawn with the successful tenderers. Tenders shall quote their rates as per terms and conditions which will form part of the agreement. c) The Contractor shall obtain Labour Licence under the Contract Labour Regulation and abolition) Act, 1970 & 1971 from the labour Commission of concerned area. d) Certificate of Registration for VAT and Service Tax and acknowledgment up to date of filled return.

5. The Time allowed for carrying out the work will be six months wef. 1/04/2017 to 30/09/2017. a) Bids will be accepted only on line at e-procurement web site https:// www.eprocure.gov.in. (CPPP)

6. Hard copy of Tender Enquiry and EMD should be in a sealed envelope duly superscripted with due mention of name of work, Tender enquiry No. and date & time of opening of Tender and same send by registered post /courier /by hand to the DIG/Principal, RTC, CRPF, Peringome, Kannur, Kerala- 670353 Tel/Fax- 04985 – 236241.

7. The Contractor whose tender is accepted will be required to furnish PERFORMANCE SECURITY for an amount of five to ten percent of the value of the contract within 07 days. Performance Security may be furnished in the form of an Account payee Demand Draft, Fixed Deposit receipt from a Commercial Bank, Bank Guarantee from commercial bank in an acceptable form. Performance Security should remain valid for a period of fifteen days beyond the date of completion of all contractual obligation of the supplier including warranty obligations. In case the contractor fails to deposit the performance security within the stipulated period including extended period if any, the Earnest Money deposited by the contractor shall be forfeited automatically without any notice to the contractor.

8. Intending Bidders are advised to inspect and examine the site and its surrounding 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 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 he has read this notice with terms & conditions mentioned there in, all other contract documents and has made himself aware of the scope and specifications of the works to be done and of conditions and rates at which stores, tools and plant etc will be issued to him by the government and location conditions and other factors having a bearing on the execution of the work.

Signature of the Tenderer

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

11. The Competent authority on behalf of President of India reserves to himself 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.

12. The bid for the works shall remain open for acceptance for a period of Six months from the date of opening of bid. If any bidder withdraws his bid before the said period or before issue of letter of acceptance whichever is earlier, or makes any notifications 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.

13. The notice inviting bid shall also form part of the contract document. The successful bidder/contractor, on acceptance of his bid by the Accepting Authority shall within 15 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 submission of bid and acceptance thereof together with any correspondence leading thereto.

14. In case the main contractor intends to change any of the above agency/agencies during the operation of the contract he shall obtain prior approval of the competent authority for changes. The new agency/agencies shall also have to satisfy the laid down eligibility criteria. In case the competent authority is not satisfied with the performance of any of the agency, he can direct the contractor to change the agency executing such items of work and this shall be binding on the contractor.

15. The labour/workers engaged by the contractor /agency shall be at their own risk and in case of any untoward, incident, mishap, the contractor / agency will be liable for such risks and the department will not be held responsible in any way for such miss happening and untoward incidents.

16. The officer inviting bid or his duly authorized assistant will open bid. 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.

Signature of the Tenderer

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 and Government will not entertain any claim whatsoever in respect of the same.

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, repeat, no clarifications will be sought from the concerned firm and its offer will be rejected out rightly.

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 incorrect, their tender will be liable to be ignored.

Sd/02-03-2017 (M.J.Vijay) DIG/Principal RTC, CRPF, Peringome

Signature of the Tenderer

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 figures as well as in words for Price 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. Officers with such stipulations like „as applicable‟ will be treated as vague and the liable to be ignored. 2. Payment 2.1 Works are required to be executed on Credit basis only and payment will be made monthly basis after terms drawl of amount from RPAO, CRPF, Hyderabad. 3. Earnest 3.1 All the contractors are required to deposit earnest money of Rs. 10,000/- of the works along with the money quotation, failing which their offers will be summarily rejected. deposit. 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, RTC, CRPF, Peringome, Kannur, Kerala- 670353 (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 3 months 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 15 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 done 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 equivalent from 5% to 10% of Performance the estimated value of the work to be executed within 07 days from the date of acceptance for due security performance Failure on the part of the firm to deposit the security deposit within the stipulated time, deposit empowers the competent authority to cancel the contract. clause 4.2 The performance security deposit submitted by the supplier will remain valid at least for 15 days beyond the date of completion of all 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/Principal, RTC, CRPF, Peringome, payable at SBI (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. Terms of Tenders are available at WEB Site www.crpf.nic.in payment basis. All tenders to submit tender fee for Rs tender cost 100/-(Non refundable) through demand draft only drawn in favour of The DIGP/ Principal, RTC,CRPF, Peringome, Kannur (Kerala) payable at SBI Payyanur code (Br. Code - 4686). In case tenders are submitting downloaded tender documents they must enclosed demand draft for Rs.100/- along with Technical bids and should not be clubbed with earnest money, failing which tender shall be summarily rejected. Tender documents are available at our website www.crpf.gov.in which can be downloaded by interested firm free of cost. However bidders are required to submit Tender fee/EMD as applicable as per tender documents while submitting the bids.

Signature of the Tenderer

III. ADDITIONAL CONDITIONS

1. The prospective tenderer shall quote for operation of the installation without spares. 2. 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 not included in the scope of work variation etc., will be entertained at a later date. The prospective tenderer should have adequate past experience in handling similar works. 3. The contractor shall strictly provide the staff for manning installation as per the requirement of shift and qualifications prescribed in the tender documents. He follows the local labour laws, rules and regulations regarding such employment. 4. The prospective tenderer shall inspect the installations to be operated and lest out the short comings and clearly state them in a latter separately on award of work, before taking over the installation. 5. As the works 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/departmentally if in his opinion, the contractor is not able to complete the work in the specified time. Any operation will not be considered if it is only for a period of 4 months. For longer periods, 1/30 of the monthly contract amount shall be deducted for every day of default in operation. The work being such no notice is possible to be given before undertaking such operation through other agencies arrangements are made during any emergency. The decision of the Competent authority whether any situation warranted such an action and to be considered as emergency is final and binding on the contractor. 6. The contractor shall employ qualified/trained person for operation and shall be fully responsible to obtain such licenses for taking up the above work as prescribed by the State/local bodies / CPWD both for execution and operating staff. 7. The contractor shall be fully responsible for setting all claims and indemnify the department against any claims arising out of any accidents to the hired staff/labours. 8. This 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. 9. The contractor and or his representative labour should not remove/disturb /dislocate the existing installation and its parts from its locations until and unless it is authorized by the competent authority. The entire installation should be intact at any time of inspection and as handed over to him at the time of initial taken over of its 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 / is noticed.

Signature of the Tenderer

10. Upkeep and operation 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 by the Building I/C of this office concerned daily, 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. 11. Contractor to provide all sundries required for day-to-day operation. 12. No Travelling allowance, overtime allowance dearness allowance, transport facilities etc, shall be provided for carrying out the routine works. These are deemed to the included within the quoted rates. 13. The contractor should carry out tests periodically and as directed by the competent authority or his authorised representative. 14. Preventive operation is the responsibility of the contractor. Log books etc. shall be provided by the contractor for the operation and shall be the record of the department and these shall be maintained in presentable form. 15. All tools required for daily works shall be provided by the successful tendered. No extra payment shall be made on this account. 16. On any day during the contract period, if the number of staff present for shift is less than of minimum staff mentioned in additional condition, 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. 17. 10 CC Clause of the agreement will not be applicable for his contract. 18. All safety measure shall be provided to the workmen whenever required during the course of the operation works. 19. The minimum staff strength to be deployed shall be as per Appendix-„A‟

THE 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) Authorised representative from department. a) Building I/C b) Building SO c) Building NCO iii) Qualification and experience and Physical fitness required for operation staff. iv) Immediately after award of work, the contractor shall submit a list of persons to be employed in 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 of this designate. The staff shall invariably display the identity card on his pocket when on duty. v) The contractor should make minimum fair wages to the staff as per prevailing labour law. The wages shall be made in 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.

Signature of the Tenderer

vii) The Competent authority may require the contactor to dismiss or remove from the date of the work any person or persons of the contractors employed who is found incompetent or misconduct himself and the contractors shall meet with such requirements. viii) Prospect of operation works etc. where the labour have easy and accessible to the individual houses, the contractor shall issue identity cards to the labourers, whether temporary or permanent and he shall be responsible for any untoward action on the part of such labour. Building will display a list of contractors working in the colony /blocks on the notice board colony and also at the service centre, to appraise the residents about the same. ix) The contractor of his representative should be available on his mobile phone round the clock to register the complaint. Immediately after award of work contractor shall intimate his present /permanent addresses as well as and his representative‟s contract telephone/mobile phone numbers to the department. x) 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 workmen employed on the job shall be of polite nature and will-mannered. In case it is observed that one or more workmen are felt to impolite or badly behaved the competent authority of his authorised representative are liable to issue notices to the contractor in writing directing immediate replacement such workmen. xi) The successful tendered should taken over the above installation for operation from the date of award of work and hand over back to the department in good working condition after expiry of the contract. xii) The value Added Tax is deductable from all bills payable to the contractor for the work if applicable. xiii) Service tax as applicable to this contract will be deductable from the bills payable to the contractor.

IV. STANDARD FORMS TO BE USED.

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

a) Appendix – „A‟- Name of work b) Appendix- „B‟- Proforma of bank guarantee for submitting earnest money c) Appendix- „C‟- Proforma of bank guarantee for furnishing performance security deposit d) Appendix- „D‟ Performance statement for last three years.

Sd/02-03-2017 (M.J.Vijay) DIG/Principal RTC, CRPF, Peringome

Signature of the Tenderer

Appendix ‘A’ SCHEDULE OF QUANTITIES

Name of Work: Day to day electrical maintenance works of residential and non-residential buildings and entire campus of RTC, CRPF, Peringome.

SCHDULE : Day to day operation.

Sl. No. Description of work No of person skilled to Rate Amount be hired 01. Day to day maintenance of electrical works 03 Wireman (skilled at residential and non-residential building labour) on shift basis (8 Officers Mess, Family quarters Type -I - 54 hours shift for 24 hours) Nos, Type -II -156 Nos, Type -III -22 Nos, Type -IV -04 Nos, Type - V -02 Nos, Type- VI - 01 Nos, 180 men barracks- 01 No, 405 men barracks- 02 Nos, SO's Mess/ Dormitory Store Block, Drill Shed 02 Nos, Quarter Guard And Kote, Administration Block, Mt Park, Bin Type Magazine, Mens Club With Canteen, Family Welfare Centre And CPC, Grain Godown (Shopping Complex ), Dhobi Ghat, Isats Room, Guard Room At Gate No.1 &2, Watch Towers‟ Along With Peripheral Road - 4 Nos, 10 Bedded Hospital, N.B (i) Complaints of the above cited categories shall be attended immediately. Cost of materials required if any, which will be supplied by department on free of cost.

Attendance of all staff engaged on duly shall be checked by the Building I/S authorized representative.

Signature of the Tenderer

Appendix „B‟

PROFORMA OF BANK GUARANTEE FOR SUBMITTING EARNEST MONEY (On Banks letter head with adhesive stamp)

To The DIG/Principal RTC, CRPF, Peringome Payyanur, Kannur- Distt. Kerala- 670 353 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 Director/Partners of the firm.

1. ______2. ______

3. ______4. ______

Wish to participate in the said tender enquiry for day to day electrical maintenance works of residential and non-residential buildings and entire campus of RTC, CRPF, Peringome, Payyannur, Distt. Kannur, Kerala- 670 353 (Electrical works) to you (here in after called “The purchaser”). Whereas a bank guarantee against Earnest Money for a sum of Rs………………….. (inwords) …………………………………………………….. valid for 6 months 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 tits 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 6 months 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 precious 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 6 months 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 ……………………..

Banker’s Common Seal

Signature of the Tenderer

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 ………………………………. Date ……………….. to supply (day to day electrical maintenance works of residential and non-residential building and entire campus of RTC, CRPF, Peringome, Payyanur, Distt- Kannur, Kerala- 670 353 (Electrical works) (description of works and services) hereinafter called “the contractor”.

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 given the contractor such a bank guarantee:

NOW THEREFORE we hareby 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 you 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. Signature of the Tenderer

This guarantee shall be valid until the ……………..day of ………………..2016.

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

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

Bank’s Common Seal

Signature of the Tenderer

Appendix ‘D’

PERFORMANCE STATEMENT FOR LAST THREE YEARS

Name of Firm:

M/s ______

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 the Tenderer