INVITATION TO LIMITED TENDER (TWO BID SYSTEM) OFFICE OF THE COMMANDANT- 193 BN, CENTRAL RESERVE POLICE FORCE AT- BONALOPA, POST-, DISTRICT- EAST SINGHBHUM, -832104 Tele/Fax:-06585-275105, E-mail:[email protected] ------Tender Enquiry No. B.V-1/2016-17-193-Q Dated, the 2 June , 2016

The Commandant, 193 Bn, CRPF, invites sealed tenders, for and on behalf of the President of , under two bid system consisting of technical bid and financial bid in respect of the stores mentioned in the schedule to this tender enquiry, from the authorized dealers, contractor and reputed suppliers of outstanding repute and actually dealing in the trade.

2. If you are in a position to quote for supply/construct in accordance with the requirements stated in the attached schedule to tender, all documents attached herewith should be fully filled in, signed and returned to this office before the schedule date mentioned in the tender enquiry.

3. Prospective tenderers are advised to go through the earnest money, payment terms and all other clauses of this tender enquiry carefully before filing the tender.

Sl. Tender No. Description of work Tender cost EMD(INR) No. (Non- refundable) I II III IV V 1 B.V.1/2016-17- Supply of raw materials and Rs. 100/- Rs. 4500/- (Rupees 193-Q dated Construction of one plinth size (Rupees One Four Thousand and 02/06/2016 (16x32) with verandah at Hundred) non five hundred ) only HQ/193 Bn, CRPF, Bonalopa, refundable. (Should be valid for Musabani, East Singhbhum, 225 days from the Jharkhand date of opening of tender)

4. All firms who are not registered with DGS&D/NSIC for subject stores as per T.E specification shall be required to deposit Earnest Money as mentioned above along with their technical bid.

5. As per Govt. policy PSUs are not exempted from deposing EMD. Purchase/price reference if any, will be allowed as per policy of the government.

6. Tender documents are also available on CRPF website http://www.crpf.gov.in.

7. Any amendment in the tender if made by this office will be available on CRPF website http://www.crpf.gov.in.

Yours faithfully

Sd/- 02/06/2016 (Sanjay Kumar Singh) Commandant-193 Bn, CRPF For and behalf of the President of India

SCHEDULE TO TENDER OFFICE OF THE COMMANDANT- 193 BN, CENTRAL RESERVE POLICE FORCE AT- BONALOPA, POST-MUSABANI, DISTRICT- EAST SINGHBHUM, JHARKHAND-832104 Tele/Fax:-06585-275105 , E-mail:[email protected]

Schedule to Tender No : B.V.1/2016-17-193-Q Time and date of receipt of tender : By 1700 Hours on 30/06/2016 Time and date for opening of tender : at 1200 Hrs on 01/07/2016 Validity of offer : The tender shall remain open for acceptance till 180 days from the date of opening of tender.

Prospective tenderers are advised to go through the Earnest money, payment terms and all other clauses of this tender enquiry carefully before filing the tender. Attached list of questionnaire should also be answered and returned with the tender, failing which your tender will be liable to be ignored, and not considered.

Sl. Tender No. Description of work Tender cost EMD(INR) No. (Non- refundable) I II III IV V 1 B.V.1/2016-17- Supply of raw materials Rs. 100/- Rs. 4500/- (Rupees Four 193-Q dated and Construction of one (Rupees One Thousand and five 02/06/2016 plinth size (16x32) with Hundred) non hundred ) only verandah at HQ/193 Bn, refundable. (Should be valid for 225 CRPF, Bonalopa, days from the date of Musabani, East opening of tender) Singhbhum, Jharkhand

Specifications : As per Appendix – ‘A’ Consignee’s list : As per Appendix – “B”

All Tender documents attached with this invitation to tender including the specifications are SACROSANCT for considering any offer as complete offer. It is therefore Tender Acceptance Letter which is a written undertaking that all the terms and condition of the tender are understood and accepted should be signed and submitted with your offer.

All firms who are not specifically registered for required stores as per specification of tender enquiry either with DGS&D or with NSIC, are required to submit Earnest Money as mentioned above along with their offer. Registration with any other organization will not allow them from exemption of depositing the Earnest Money. As per Government policy, PSUs are not exempted from depositing EMD.

For any changes in Tender Enquiry/Specifications etc. tenderers are requested to visit the CRPF website regularly.

Yours faithfully Sd/- 02/06/2016 (Sanjay Kumar Singh) Commandant-193 Bn, CRPF For and behalf of the President of India

1. Purchaser : The President of India. 2. Inspection Authority : The Dy. Inspector General (Ops) , West Singhbhum, Jharkhand. 3. Inspection Officer : Board of Officer of CRPF 4. Stores required at : FREE DELIVERY AT CONSIGNEES LOCATION (Appendix- “B”) Tenderers are required to quote rates on free delivery at Consignee’s lo cat io n basis only. 5. Delivery required by : Within 30 days of placement of firm/work order.

6. Dispatch Instruction : Materials are required to be delivered at consignee’s location at freight, risk and cost of the supplier.

7. Payment Terms : Materials are required to be supplied on credit basis and payment shall be released as early as possible after completion of work. Payment in advance or immediately on delivery can not be made. 8. PRICE Rate quoted by the firms should be on firm price basis. 09. Firms should clearly indicate different taxes and duties, which they propose to charge as extra along with the present rates thereof. Offers with such stipulations like as applicable will be treated as vague and are liable to be ignored. 10. Purchaser reserves the right to get the supply/cunstruct capacity of all firms re-verified irrespective of the registration status. 11. Purchaser reserves the right to cancel/reject or Scrap the tender without assigning any reason. 12 Purchaser reserves the right to increase or decrease the quantity of store. 13. The price bid of eligible firms will be opened and order would be considered on the lowest bidder subject to their capacity and performance and workman ship etc. 14. Place of submission of tender document: - Tender documents are available on CRPF website (www.crpf.gov.in) which can be downloaded by interested firms free of cost. The tender will be submitted/deposited at Reception/Control Room of this unit or may be sent through registered post/courier/speed post to the Office of the Commandant-193 Bn, At- Bonalopa, Post- Musabani, Distt- East Singhbhum, Jharkhand, Pin-832104 on or before specified time and date of opening of Tender. Late/ Delayed / Non submission of originals would result in rejection of bid. during tender opening.

15. PERFORMANCE SECURITY DEPOSIT:- The successful firm shall have to deposit a Security Deposit of 5% (Five percent) of the contract value within 10 days of the placement of supply/work order for due performance as per provisions contained in Clause 7 of DGS&D-68 (Revised). Failure at the part of the firm to deposit the security deposit within stipulated time purchaser reserve right to reject or cancel the acceptance of Tender.

The Performance Security Deposit submitted by the supplier will remain valid at least for 60 days beyond the guarantee/warranty period. If the supplier fail to deliver the stores in a promised period and places a request for extension of time the supplier will submit an undertaking on Non Judicial Stamp Paper of Rs.10/- duly attested by the Notary PUBLIC STATING THAT THE performance Security Deposit has already been extended for 60 days beyond the guarantee/warrantee period. 16. LIQUIDATED DAMAGES: - In case the firm does not complete the supply/construct within the Delivery period, liquidity damages including administrative expenses and not by way of penalty a sum equivalent to 2% of total cost of stores as per para 15.7 of DGS&D Manual and para 14(7)(i) of DGS&D -68 (Revised). If liquidated damages is not paid within specified time interest will be charged for delay in payment of LD amount.

17. TWO BID SYSTEM:- All bidders required to submit their offers in two covers as under:- (a) FIRST COVER (Technical Bid) Should contain the following :- i) Tender documents all pages duly completed and signed BUT WITHOUT INDICATIONG THE RATES QUOTED ii) Earnest Money (If applicable) iii) Tender Cost (if applicable) iv) Delivery terms, delivery period should be quoted separately. v) Copy of licence issued by State Govt/Union territory/CPWD/PWD vi) Performance statement of last three years. Photo Copy of pan, TIN No /Service Tax or Income tax statement etc. vii) Pre-receipt challan for refund of Earnest Money. viii) Any other relevant documents which the firm wishes to submit. (b) SECOND COVER (Commercial / Price Bid) should be contain the following : i) Rate of store per Nos/Bag/Cft. Etc. ii) Details of rate, taxes, duties, discounts, if any quoted by the bidder. These details should be submitted on their letter pad. iii) Rates must be clearly written in figures as well as in words. iv) There should not be any cutting/overwriting. v) Validity of rates for 180 days.

Both the above mentioned covers should be sealed separately, and super scribed with the tender number stores and date of opening of tender. This cover should thereafter, be kept in a third cover and again sealed. This cover should also be super scribed with the tender no., stores and date of tender opening. The composite bid i.e rate indicated in the technical bid “OPENLY” shall be ignored.

18. PRE-RECEIPT INSPECTION.

Pre Receipt Inspection of the items will be carried out at the time of supply by a Board of officer of CRPF to check its compliance with T.E specification. If store is found not complying with the TE specification the store will be rejected at the risk & cost of the firm. The rejected lot must be replaced by the firm at its cost & risk.

Sd/- 02/06/2016

(Sanjay Kumar Singh) Commandant-193 Bn, CRPF For and behalf of the President of India

CONDITIONS REGARDING DEPOSIT OF EARNEST MONEY. 1. All firms who are not specifically registered with NSIC or DGS&D for the stores for which the offers are invited, are required to deposit EARNEST money equivalent to the amount as mentioned in the Tender Schedule, failing which their offer will be summarily rejected. 2. For claiming exemption from depositing earnest money, the tenderers should be Registered with NSIC or DGS&D specifically for the stores with specification as mentioned in Tender schedule. Firms which are not specifically registered for the stores with specification as mentioned in the Tender Schedule, either with DGS&D or with NSIC shall be treated as unregistered and shall be required to deposit earnest money as above. 3. Similarly firms who are specifically registered for the stores as per specified Specifications with DGS&D/ NSIC, but with a certain MONETARY LIMIT, will be treated as UNREGISTERED for their value exceeding their monetary limit of registration. Such firms shall be required to deposit proportionate earnest money over and above the monetary limit. In case such firms fail to deposit Earnest Money, their offer for the tender will be ignored. 4. The Earnest Money can be deposited in any of the following alternative forms :- (a) A demand draft, Fixed deposit receipt, Bankers Cheque’s, TDR drawn in favour of The Commandant-193Bn,CRPF, Bonalopa, Musabani, East Singhbhum, SBI, Musabani Branch Branch Code. 2978,IFSC- SBIN0002978 (personal / Company cheque will not be accepted) . (b) An irrevocable Bank Guarantee of any nationalized/Schedules Bank or reputed commercial bank of the Tenderer’s country (in case of imported stores) in the attached format. (c) In any other form prescribed in DGS&D-68 (Revised) for submission of security deposit.

5. The earnest money shall be valid and remain deposited with the purchaser for the period of 225 days from the date of tender opening. If the validity of the tender is extended, the validity of the BG/or any other alternate document submitted in lieu of Earnest money will also be suitably extended by the tenderer, failing which their tender after the expiry of the aforesaid period shall not be considered by the purchaser 6. No interest shall be payable by the purchaser on the EM deposited by the tenderer.

7. The Earnest Money deposit is liable to be forfeited if the tenderer withdraws or amends impairs or derogate from the tender in any respect within the period of validity of his tender. 8. The earnest money of the successful tenderer shall be returned after the security Deposit as required in terms of the contract is furnished by the tenderer.

9. If the successful tenderer fails to furnish the security deposit as required in the Contract within the stipulated period, the Earnest Money shall be liable to be forfeited by the purchaser. 10. Earnest Money of all the unsuccessful tenderers shall be returned by the purchaser as early as possible after the expiry of bids validity, but not later than 30 days after Placement of contract. Tenderers are advised to send a pre-receipt challan along with their bids so that refund of Earnest Money can be made in time. 11. Any tender, where the tenderers is required to deposit Earnest Money in terms of Conditions mentioned in preceding paras, not accompanied with Earnest Money in any one of the approved forms acceptable to the purchaser, shall be rejected. 12. Tender cost Rs. 100/- (Rupees One Hundred) only (Non-refundable) can be deposited through bank draft / Banker Cheque drawn in favour of Commandant-193 Bn, Musabani, East Singhbhum, Jharkhand payable at SBI, Musabani, East Singhbhum (Branch Code-2978

Signature of Tenderer Sd/- 02/06/2016 (Sanjay Kumar Singh) Commandant-193 Bn, CRPF For and behalf of the President of India

TERMS CONDITIONS (Tenders are advised to read the instructions carefully before submitting their offer/bid)

1. Full name and status of the person signing the tender documents must be clearly mentioned. 2. Intending tender 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 satisfactorily completed similar works. 3. License issued by 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 Commandant-193Bn, CRPF, Bonalopa, Musabani, East Singhbhum, Jharkhand after renewal. The contractor should produce valid licence with this tender. 4. The contractor/supplier shall comply with the orders issued there by the Commandant-193 Bn, CRPF, Bonalopa, Musabani, East singhbhum, Jharkhand from time to time. If he fails to do some, his failure will be breach of contract and the Commandant-193 Bn CRPF 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. 5. To became eligible for submitting tender, the tenderer shall have to furnish an affidavit as under :- I/ We undertake and confirm that plinth materials has/have not been got supplied through another contractor /supplier on back to back basis. Further, that if such a violation comes to the notice of department . I/We shall be debarred for bidding in CRPF in future forever. Also , if such a violation comes to the notice of department before the date of start of work, the Commandant cum Estate Officer shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. 6. Certificate of Registration for VAT and Service Tax and acknowledgement upto date of filed return. 7. Time allowed for supplying/construction of raw materials /plinth will be 30 days after award of firm order. 8. Tender enquiry and EMD should be in a superscripted with due mention of name of work/item, tender enquiry no. and date and time of opening of tender and same send by registered post/courier/ by hand to the Commandant-193 Bn, CRPF, Bonalopa, Musabani, East Singhbhum, Jharkhand so as reach on or before the scheduled time and date as mentioned in the schedule. 9. The purchaser reserve the right to place order of the successful tender for additional quantity upto 25% of the quantity offered by them at the rates quoted at the time of placement contract or during the currency of the contract as per clause 31 of form DGS&D 10. The Tenderer has to declare that the store to be supplied to the purchaser under this contract shall be of the best quality, workmanship and new in all respect and shall be strictly in accordance with the minimum specifications and particulars contained/mentioned in the tender from. If the said stores are found not in confirm to the description and quality of aforesaid or not giving satisfactory performance or have deterioration, the decision of the purchaser in that behalf shall be final and binding on the firms and purchaser should be entitled to call upon the tenderer to rectify or replace the stores within specified time. 11. The purchaser shall be entailed to recover the cost with all expenses from the tenderer for such defective/inferior stores and same will be returned to firm concerned on freight to pay basis at their own risk and cost. Store has to be supplied at suppliers risk at 193 Bn, CRPF, Bonalopa, Musabani, East Singhbhum , Jharkhand, cost of freight should be included in the offer. 12. The rates shall quoted on firm basis and including all delivery charges etc. valid for 180 days with F.O.R at 193 Bn, CRPF, Bonalopa, Musabani, East Singhbhum , Jharkhand, The rates should be quoted in Rupees/Paise and quantity. 13. No need to send the sample of above materials/items. 14. The representative of the firms who responded to our tender enquiry can be present at 193 Bn, CRPF, Bonalopa, Musabani, East Singhbhum , Jharkhand at the time of opening of tender as per tender scheduled. Technical bid will be opened on same day and the date of opening of price bid will be informed separately to tenderer who qualify the technical bid. 15. EMD to the tune of Rs 6,000/- only should be sent in form of FDR/DD/BG/BC of any nationalized bank in favour of the Commandant-193 Bn, CRPF, Bonalopa, Musabani, East Singhbhum, Jharkhand payable at SBI, Musabani (Code-2978) (IFSC- SBIN0002978). Firm registered with DGS&D and NSIC are exempted from depositing Earnest money with request to except, but copy of the same certificate should be enclosed along with quotation. Tenders without earnest money will be similarly rejected. No interest shall be payable by the purchaser on the EMD be the Tenderer. 16. EMD of unsuccessful tenders shall be returned by the purchaser as early as possible tenders are requested to sent a pre-receipt challan so that refund of EMD can be made in time. 17. The tender may be sent by registered post / courier/speed post . Teder received after 1700 hrs on 30/06/2016 will not be entertained under any circumstances. 18. If the tenderers fail to deposit the security money within 10 days of acceptance his tender, the EMD will be forfeited. 19. If the tender fail to supply/construct the materials within 30 days (unless extended) the security money will be forfeited. No extension in D.P shall be entertained without L.D, which shall be charges @ 2% of the value. 20. The tender received after expiry of specified date and time will not be accepted. 21. All bidders/firms/contractors/suppliers are required to submit their tenders under TWO BID SYSTEM i.e Technical Bid and Price/commercial bid. Both these bids should be kept in separate envelopes and the type of bid such as price bid or technical bid should be clearly mentioned on top of the envelope. For the technical bid, the bidder has to fulfill all the requirements and enclose all the documents as mentioned above in the envelope marked as technical bid. For the price/commercial bid, the tenderer will quote his rate for each item. Both these bids (Technical and price) should be put in one envelope. Name and address of the tenderer, tender notice number with date , date of opening of tender and quotations for SUPPLY/CONSTRUCTION OF PLINTH (SIZE-16X32) should be clearly written in bold letters on the top of the envelope. 22. The materials/store will be delivered at 193 Bn, CRPF, Bonalopa, Musabani, East Singhbhum, Jharkhand will be checked by the Board of Officers on receipt and if the item is found inferior as per our specification / requirement, the materials / stores will be rejected and rejected stores will have to be taken back by the suppliers at his own risk/cost. 23. In case of any dispute/doubt the decision of Commandant-193 Bn, CRPF shall be final and binding on all parties/Tenderer. He also reserves the right to accept or reject any tender or all tenders without assigning any reasons. 24. The Commandant-193 Bn, CRPF reserves the right to decrease /increase the quantity of store.

QUESTIONNAIRE

(Please Mark in appropriate Box and fill the answer correctly. Tenders leaving the box unmarked and questionnaire unanswered shall be rejected)

1. Name and address of Contractor

2. a) Whether registered with DGS&D for subject store.

YES NO b) If yes, Monetary limit (Enclose Photocopy Rs. of Regn. Certificate) (Lakh) (Without Limit) c) Validity Date 3. a) Whether registered with NSIC for subject stores.

YES NO b) If yes, Monetary limit Rs. (Enclose Photocopy of Regn. Certificate) (Lakh) (Without Limit) c) Validity Date 4. Whether you agree to submit advance sample if called upon to do so within specified period of 30 days. YES NO 5. Whether past supplier of subject store to DGS&D or Min. of Home Affairs during the last 3 years. (If yes, submit performance report YES NO in enclosed proforma)

6. Terms of delivery: Free delivery at consignee‟s locations 7. a) Whether Excise duty extra: YES NO b) If extra, rate of excise duty : Assemble value Rs. 8. a) Whether Sales Tax Extra: b) If yes, rate of central Sales Tax To be mentioned applicable at present in price bid a) Rate of local sales Tax applicable At present 9. Discount offered any 10 a) Delivery Period in months form ______Date of placement of order/

11. a) Whether store fully conforms to Tender schedule specifications in all respects YES NO b) if answer to 11 (a) is no. indicate the details of deviation in separate sheet. 10. Acceptance to conditions of contract as contained in DGS&D-68 (Revised) amended upto 31.12.91 and those contained in Pamphlet No. DGS&D-229 read with YES NO Annexure attached. 11. Have you enclosed required EMD

12. Do you accept tolerance clause. YES NO

13. Do you agree to liquidated damage clause YES NO

14. Do you agree to Arbitration clause YES NO

Signature of the Contract Agent of Tenderer Name in Block Letters

Capacity in which Tender signed

Full Address. PROFORMA OF BANK GUARANTEE FOR SUBMITTING EARNEST MONEY (On banks letter head with adhesive stamp) To The Commandant, 193 Bn, CRPF, Bonalopa, Musabani, East Singhbhum, Jharkhand- 832104 Dear Sir, In accordance with your invitation to Tender No------M/s.______(here in after called “The tenderer”) with the following Directors on their Board of Directors/Partners of the firm. 1. ______2. ______3. ______4. ______wish to participate in the said tender enquiry for the supply/construction of ______to you (here inafter called “The purchaser”) .Whereas a bank guarantee against Earnest Money for a sum of Rs. ______(in words)______Valid for ……..…….. 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 …………. days without any reservation and recourse. 1. If the tenderer withdraws or amends, impairs or derogates from the tender in any respect within the period of its validity. 2. If the tenderer after submitting his tender, modifies the rates or any of the terms and conditions thereof, except with the previous written consent of the purchaser. 3. If the tenderer having been notified of the acceptance of this tender by the purchaser during the period its validity and (a) If the tenderer fails to furnish the performance security for the due performance of the contract. (b) If the tenderer fails or refuses to accept and or execute the contract as provided in the general conditions of the contract. The guarantee shall be irrevocable and shall remain valid up to ………. 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 ______

Signature of the ternderer Banker’s Common Seal

Signature of the tenderer

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/construction ______(description of goods 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 supplier such a bank guarantee:

NOW THWEWFORE 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 …………….2016

(Signature of the authorized officer of the Bank)

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

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

………………………………………………………

Signature of the tenderer Banker’s common seal

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/construction position. :

9. Reasons for Delay in supplies:

(If any)

Signature of the tenderer Appendix-B CONSIGNEE’S DETAILS AND ADDRESS

Sl/No Name and Address of Consignee Qty 01 The Commandant 193 Bn, CRPF, Bonalopa, Musabani, East As per Singhbhum, Jharkhand (Tele/Fax:-06585-275105) specifications (Appendix-A)

Signature of the tenderer Check list for tenderers (Tenderers should check following requirements for compliance before submission of the tender documents)

SL Requirements to be checked by the tenderers before Compliance No submission of the tender. (To be indicated by the tenderer with “YES” after compliance of the requirements)

1. Tenderers should mention quantity for which they have quoted. This should be mentioned in the covering/forwarding letter head of the technical bid. 2. 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 3. 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.

4. Tenderers should confirm that their equipment/products conform to the governing specifications of the quotedstores as per Tender Enquiry. 5. Tenderers should mention whether it is an SSI Unit or not. 6. T enderers should mention their monthly manufacturing /supplying capacity. 7. 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. 8. Tenderers should mention that their offer is valid up to 180 days from the date of opening of the tender. 9. Tenderers should mention their Delivery Period clearly. 10. T enderers 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-18 of Schedule to Tender Enquiry documents is enclosed. 14 Tenderer must ensure that the counter sample (remnant portion of the test sample) duly sealed, stamped and signed by the Lab should be attached with the Tender 15 TSaemplnderere/Lsa bshould Test rmentioneport. whether it is a manufacturer of the store(s) . 16 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 obtained in Pamphlet No.DGS&D-229 read with Annexure attached.

17 Tenderers should ensure that they have duly filled up Equipment and Quality Control Proforma given in the Tender documents. 18 Tenderers should mention that Business dealing with their firms has not been banned by any govt/ private agencies. 19 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. 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 tenderer Form 68-A

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 incase where coupons are supplied to contractors on payment

Address Dated ______(Signature of the Witness)

Address Dated ______

(Signature of the Tenderer)

TENDER ACCEPTANCE LETTER (To be given on company/firm letter pad) Date :-

To,

______

Sub : Acceptance of Terms & Conditions of Tender . Tender reference no……………………………………………… Name of Tender /Work ______Dear Sir, 1. I/We have downloaded / obtained the tender document(s) for the above mentioned “Tender/Work” from the web site (s) namely : ______

As per your advertisement , given in the above mentioned website(s). 2. I/We hereby certify that I/We have read the entire terms and conditions of the tender documents from page no. ……………to ……………(including all documents like annexure(s),schedules(s) etc.) which form part of the contract agreement and I/We shall abide hereby by the terms/conditions/clauses contained therein. 3. The corrigendum(s) issued from time to time by your department/organization too have also been taken into consideration, while submitting this acceptance letter. 4. I/We hereby unconditionally accept the tender conditions of above mentioned tender document(s)/ corrigendum(s) in its totality/entirety. 5. In case any provisions of this tender are found violated, then your department/organization shall without prejudice to any other right or remedy be at liberty to reject this tender/bid including the forfeiture of the full said earnest money deposit absolutely.

Yours Faithfully,

(Signature of the Bidder, with seal)

LIST NO-1 TENDERERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS GIVEN BELOW. TENDERERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND / OR ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE IGNORED. 1. Tender No.______

2. 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. If 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 (item is reserved for exclusive purchase from SSI sector.) :

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. 14. If stores offered are manufactured in India, please state whether all raw materials components etc. used in their manufacture are also produced in India. If not give details of materials components etc, that are imported and their breakup of the indigenous and imported components together with their value and proportion it bears to the total value of the store

15. State whether raw materials are held in stock sufficient for the manufacture of the stores. : 16. 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.

17. Do you agree to sole arbitration by an officer of Ministry of Law, appointed by the Secretary, Ministry of Home Affairs or by some other person appointed

by him as provided in clause 24 of the general conditions of contract form DGS&D-68 (Revised). (Your acceptance or non- acceptance of this clause will not influence the decision of the tender. It should, however, be noted that an omission to answer the above question will be deemed as an acceptance of the clause.) : 18. For partnership firms state whether they are registered or not registered under Indian Partnership Act, 1932. Should the answer to this question by a partnership firm be in the affirmative, please state further : 1. Whether by the partnership agreement, authority to refer disputes concerning the business of the partnership to arbitration has been conferred on the partner who has signed the tender. : 2. If the answer to (1) is in the negative, whether there is any general power of attorney executed by all the partners of the firm authorizing the partner who has signed the tender to refer disputes concerning business of the partnership to arbitration. : 3. If the answer to either (1) or (2) is in the affirmative furnish a copy of either the partnership agreement

or the general power of attorney as the case may be. : N.B: 1. Please attach to the tender a copy of either document on which reliance is placed for authority of partners of the partner signing the tender to refer disputes to arbitration. The copy should be attested by a Notary Public or its execution should be admitted by Affidavit on a properly stamped paper by all the partners.

2. Whether authority to refer disputes to arbitration has not been given to the partner signing the tender the tenders must be signed by every partner of the firm.

19. 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 differe : 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. : 20. 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.

2. Exempted from the licensing provisions of the Act, for the manufacture of item quoted against this tender. If so, please quote relevant orders and explain your position. : 3. Whether you possess the requisite license for manufacture of the stores and/or for the procurement of raw materials belonging to any controlled category required for the manufacture of the store? In the absence of any reply it would be assumed that no license is required for the purpose of raw materials and/or that you possess the required license. :

21. State whether business dealings with you have been banned by Min/Deptt. Of Supply/Min. of Home Affairs. :

22. 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 Full name and address of the Block Letters) persons signing (in Block letters) whether signing as proprietor/ Partner/constituted attorney/ duly Authorized by the company

Form No. 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. 8. Details and stocks or raw material held (state whether imported or indigenous) against each item. 9. Production capacity of each item with the existing plant and machinery: a) Normal ______b) Maximum ______10. Details of arrangements for quality control of products such as laboratory etc.

11. (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 18 months preceding the date of application. 12. Whether stores were tested to any standard specification, if so copies of original test certificate should be submitted. 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.

APPENDIX-A

DETAILS OF MATERIALS FOR CONSTURCITON OF PLINTH (SIZE- 16X32)WITH VARANDAH

Sl No Nomenclature A/U Qty 01 Cement (ISI Mark) Bags 80 02 Sand Cft. 10.736 03 Fine Sand/Soil Cft. 29.86 04 Stone Chips 40 mm Cft. 7.197 05 Stone Chips 20 mm Cft. 2.9 06 Bricks (1st class) Nos 7000

NOTE : Plinth work will be constructed by the tenderer in stipulated date and time and no labour or mason will be provided by the unit.

Sketch

LIST OF CONTRACTORS/SUPPLIERS :-

1) M/S Trading Agencies, P.O. Rakha Copper Project ,Distt East Singhbhum (JKD)

2) M/ S Shri Balaji Enterprises, Trilok Chand Gupta Bhawan,Main road Ghatsila (JHARKHAND)

3) M/S Mithila Enterprises,125, Badia Mosabani East Singhbhum , Jharkhand

4) M/S Shree Shyam Enterprises, Singhania Bhawan Badia road , East Singhbhum Jharkhand

5) M/S Aditya Sales Corporation, Main road Ghatsila East Singhbhum, Jharkhand.

6) M/S Om Enterprises Line No. 16 H.No. 453 Front of Union Bank (Jharkhand) 7) M/S Deepak Enter prises Rikshaw Chowk Sonari Jamshedpur , Jharkhand.

8) M/S Saanvi Enterprises, Near Gurudwara Road Sunder Nagar Jamshedpur.

9) M/S Perfect Enterprises, 56, Handy Lane, Sakchi, Jamshedpur, Jharkhand

10) M/S Ashish Enterprise ,P.O. Rakha Mines copper Project, Distt East Singhbhum (Jharkhand)

11) M/S Makhan Lal Agarwal, Old Road, , West Singhbhum, Jharkhand. 12) M/S Kishan Lal Agarwal, Ward No. 7, Chakradharpur, West singhbhum, Jharkhand.

13) M/S Akash Enterprises, H. NO. 69, Lane No. 2, Kasidih Sakchi , Jamshedpur- 831001, Jharkhand.

14) M/S Auto Emporium, Mosabani Distt East Singhbhum, Jharkhand -832104

15) M/S Sharma Enterprises, Main Bazar , Jamsedpur Jharkhand

16) M/S P.K. Agarwalla,P.O. Rakha Mines copper Project,Distt East Singhbhum (Jharkhand)

17) M/S Matharu India, Chutia, Near Ram Mandir, Ranchi.

Sd/- 02/06/2016 (Sanjay Kumar Singh) Commandant-193 Bn, CRPF For and behalf of the President of India