OFFICE OF THE PRINCIPAL / D.I.G.P., R.T.C C.R.P.F., TRISUNDI, DISTT. AMETHI, (UP)-228159 Telephone No./Fax No. 05368-233083

No. L.VII-1/2016-17-Bldg. RTC AMT Dated December 2016 Tender Notice

Deputy Inspector General of Police/Principal Recruit Training Centre Reserve Police Force, Trisundi, District Amethi (UP) on behalf of the president of invites sealed tender on behalf of the President of India under two bid system consisting of technical bid and financial bid for construction of 10 Nos Plinths with Varanda for erection of PF Huts of following sizes at RTC C.R.P.F Campus Trisundi, District Amethi (UP) :-

SIZE 20’x24’ TOTAL 10 10 Nos

2. Eligible bidder(s) shall participate in tende only online through e-procurement site https://eprocure.gov.in/eprocure/app. Bidder(s) are allowed to bid 24x7 till the time of Bid closing with option for re-submission, wherin only their latest bid will be considered for evaluation. The e-procurement website will not allow any bidder to attempt bidding after the scheduled date and time.

3. Prospective bidder(s) are adviced to go through the T&C of earnest money and payment terms & all other clauses of this tender enquiry carefully before filling the tender.

Last date and time of receipt of tender : 10/01/2017 at 1300 hrs Time and date of opening the tender : 10/01/2017 at 1600 hrs

Sl Nomenclature Quantity Amount of Cost of Tender fee No EMD (in Rs) (non transferable) 1 Construction of 10 Nos Plinths with 5’ 10 Nos 10,000-00 Rs. 100-00 Varanda for erection of PF Huts of (Ten) following sizes (with Bricks work, flooring, plastering etc. for Residential Block)

Size 20x24’ = 10 Nos.

Note :- Bidder(s) are advised to go through the Earnest Money, Payment Terms and clauses of this Tender Enquiry carefully before filling the Tender.

4. All tender documents attached with the invitation to tender including the specifications are mandatory for considering any offer as complete. Downloaded tender documents is to be uploaded back and digitally signed as a part of technical bid and as a proof of acceptance of all terms conditions in the tender document. 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 through e-Procurement site https://eprocuree.gov.in/eprocure/app and in original.

Cont….2 ::2 ::

5. Tender fee are to be drawn on State Bank of India or any other schedule bank guaranteed by the RBI, in the shape of “Demand Draft” in favour of the Dy. Inspector General of Police , Recruit Training Centre , CRPF , Amethi at Trisundi, Amethi payable SBI Main Branch, Sultanpur, ( Bank Code – 000188 ).

6. The bidder(s) shall have to include the scanned copy of Demand draft of Fixed deposit Receipt of Bankers cheque or Bank Guarantee (as a single PDF file) against the related. Tender fee and earnest money along with Technical bid.

7. The bidder shall also have to deposit both the original Demand draft of Fixed Deposit Receipt or Bankers cheque or Bank Guarantee along with other original documents as mentioned in tender document only in a sealed envelope depicting Tender No, Bidder’s name and address.

8. The sealed envelope containing Bank instruments and Tender Acceptance Letter Appendix-“B”, Appendix-“D” and Appendix-“E” should be super scribed with “Tender for Construction of Ten Nos Plinths with 5’ Veranda for erection of P.F.Huts of size 20’ x 24’- 10 Nos at RTC CRPF, Amethi ( ) and should reach to the following address before the opening Tender :- The Dy. Inspector General of Police, Recruit Training Centre , C.R.P.F , Amethi at Trisundi, Amethi - Pin Code – 228159. 9. Rate Quotation i) The bidder shall quote rates in figures only in the Bill of Quantity (BOQ) which is an MS Excel sheet and should be down loaded from the e-procurement portal https://eprocuree.gov.in/eprocure/app and the same BOQ should be filled up properly and uploaded as a part of Financial bid with digital signing. (ii) Name of bidder must be written in the appropriate field of Bill of Quantity (BOQ) by each bidder. 10. Any addendum/amendments/corrigendum issued by the tender Inviting Officer shall be part of the tender Document and it shall be published in the e- procurement portal at https://eprocure.gov.in/eprocure/app. Registered Bidders shall be notified of the related Corrigendum (s) by e-mail. However, CRPF, Govt. of India shall bear no responsibility or liability arising out of non-receipt of the same in time or otherwise. Bidders are requested to visit the site frequently to check whether there is any related Corrigendum(s) or not. 11. The tender form for complete details visit CRPF Web site. www.crpf.nic.in & https://eprocure.gov.in/eprocure/app (Sd-10/12/16) (Ashok Prasad) DIGP, RTC, CRPF, Amethi For and on behalf of the President of India No. L.VII-1/2016-17-Bldg. RTC AMT Dated December 2016 Copy forwarded to :- 1. The DIGP (IT) Dte. Genl. CRPF, CGO, Complex, New for favour of information and needful action please. (Sd-10/12/16) (Ashok Prasad) DIGP, RTC, CRPF, Amethi For and on behalf of the President of India

OFFICE OF THE PRINCIPAL / DIGP, R.T.C C.R.P.F., TRISUNDI, DISTT. AMETHI, (UP)-228159 Web Site: - www.crpf.nic.in /http:// eprocure. gov. in/eprocure/app(cppp) Telephone/Fax No. 05368-233083 E. Mail ID : [email protected] & [email protected]

No. L.VII-1/2016-17-Bldg. RTC AMT Dated December 2016 INVITATION TO TENDER

Dy. Inspector General of Police/Principal Recruit Training Centre Reserve Police Force, Trisundi, District Amethi (UP) on behalf of the president of India invites sealed tender on behalf of the President of India under two bid system consisting of technical bid and financial bid for construction of 10 Nos Plinths with Varanda for erection of PF Huts of following sizes at RTC C.R.P.F Campus Trisundi, District Amethi (UP) from the related firms as per rule 132 of GFR-2005. :-

SIZE 20’x24’ TOTAL 10 10 Nos

2. Eligible bidder(s) shall participate in tende only online through e-procurement site https://eprocure.gov.in/eprocure/app. Bidder(s) are allowed to bid 24x7 till the time of Bid closing with option for re-submission, wherin only their latest bid will be considered for evaluation. The e-procurement website will not allow any bidder to attempt bidding after the scheduled date and time.

3. To participate in the tender, the bidder shall have a valid Class 2/Class-3 digital Signature Certificate (DSC) obtained from either of the certifying authorities and enlisted by Controller of Certifying Authorities (CCA) at http::/cca.gov.in.

4. The bidder shall enroll himself/herself in the e-procurement website https://eprocure.gov.in/eprocure/app. and obtain User ID and Password for the purpose of bidding.

5. The bidder(s) shall take separate print out of the attached Appendix-“B”, Appendix-”D” and Appendix-“E”, fill the necessary fields, put ink signature at the appropriate place, scan the same with attached supporting documents/certificates into PDF and upload the same in Technical Bidding. Bidders shall scan the required documents/certificates in 100 DPI resolution.

6. Prospective bidder(s) are adviced to go through the T&C of earnest money and payment terms and all other clauses of this tender enquiry carefully before filling the tender.

7. The Tender is not transferable.

Tanking you (Sd-10/12/16) (Ashok Prasad) DIGP, RTC, CRPF, Amethi For and on behalf of the President of India

NAME OF FIRMS FOR FLOATING OF TENDER NOTICE THROUGH REGD POST FOR CONSTRUCTION OF TEN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAMGANJ, DISTT. AMETHI, UP-228159)

Sl. No. NAME OF FIRM 1. M/s Consultants, Agra, Uttar Pradesh. 2. M/s Shalimar Builders, , Uttar Pradesh. 3. M/s MI Builders, Lucknow, Uttar Pradesh. 4. M/s Apco Infratech Pvt. Ltd., Lucknow, Uttar Pradesh. 5. M/s Eldeco Eternal, Lucknow, Uttar Pradesh. 6. M/s Rudra Buildwell Projects Pvt. Ltd., Noida, Uttar Pradesh. 7. M/s Ascent Constructions, Noida, Uttar Pradesh. 8. M/s Hindustan Constructions Co. Ltd., New Delhi. 9. M/s Ansal Housing & Construction Limited, Agra, Uttar Pradesh. 10. M/s Ansal Housing & Construction Limited, Meerut, Uttar Pradesh. 11. M/s Supertech yours for life, Noida, Uttar Pradesh. 12. M/s Jaypee Group, Noida, Uttar Pradesh. 13. M/s Eldeco Shaurya, Lucknow, Uttar Pradesh.

(Sd-10/12/16) (Ashok Prasad) DIGP, RTC, CRPF, Amethi For and on behalf of the President of India

I G ( P A , s h R o T k C , P r C a t s h a i d )

D II) TERMS AND CONDITION OF TENDER ENQUIRY IN CONNECTION WITH THE CONSTRUCTION OF TEN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAMGANJ, DISTT. AMETHI, UP-228159)

1 Terms of Price 1. Rates quoted by the firms should be on firm price basis. Any and every alteration in the rates should be signed in ink at all pages of authorized person. 2. Firms should clearly indicate different kinds of taxes and duties, which they propose to charge as extra along with the prescribed rates thereof. Offers with such stipulations like 'as applicable’ will be treated as vague and are liable to be ignored. 2 Payment Terms 1. The work to be executed on CREDIT BASIS Only and payment will be made after drawl of amount from Pay and Accounts Office of CRPF ( PAO- New Delhi). 2. Payment in advance/part payment or immediately on delivery cannot be made. 3 Terms of Rate Rates quoted shall remain open for 180 days after the Validation opening of the tender. 4 Liquidation 1. If the firm fails to execute the work or any supply thereof within charges the period fixed for such work or at any time repudiates the clause contract before the expiry of such period, the customer may recover from the contractor as agreed to liquidated damages including administrative expenses and not by way of penalty, a sum equivalent to 2% per month of the price of work which the contractor has failed to execute within the period fixed for completion provided that the total damages so claimed shall not exceed 10% of the total contract price. 2. After the maximum limit of 10% of the value of the work is reached, the customer reserves the right to either extend further or cancel the contract.

5 i ) Only those firms should respond who are the authorized contractors for the work specified in tender specifications.

ii) Offer from firms whose contractual activities are limited to executing work will also be entertained provided they furnish a certificate from the govt. authorities certifying the authenticity, along with their tender, failing which their tender will be summarily rejected.

iii) In case the firm is registered with any Govt. authorities for the subject work, they should clarify whether they are registered as contractors and should mention their registration number along with the name of the authority.

6. i) All firms who are not specifically registered with any central or state authorities for execution of the subject work, for which the tenders are invited, are required to deposit earnest money along with the quotation, failing which their offers will be summarily rejected. ii) For claiming exemption from depositing earnest money, the tenderer should be registered with any central and state authorities specifically for execution of subject work with specifications as mentioned in tender schedule.

iii) The earnest money can be deposited through any of the following alternative forms :- An account payee demand draft, fixed deposit receipt, banker's cheque or bank guarantee from any of the Nationalized, Scheduled or Commercial bank in any acceptable form drawn in favour of The Dy. Inspector General of Police , Recruit Training Centre , CRPF , Amethi at Trisundi, Amethi payable SBI Main Branch, Sultanpur, ( Bank Code – 000188 ). (Personal/Company Cheque will not be accepted).

iv) The earnest money shall remain valid and be deposited with the Purchaser for a period of 180 days from thedate 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.

v) No interest shall be payable by the purchaser on the earnest money deposited by the tenderer.

vi) The earnest money deposited is liable to be forfeited if the tenderer withdrawl or amends, impairs of derogates from the tender in any respect within the period of validity of his tender.

vii) The earnest money of the successful tenderer shall be returned after depositing of Performance Security as required in terms of the contract is furnished by the tenderer.

viii) If the successful tenderer fails to furnish the Performance Security as required in the contract within the stipulated period, the EMD deposited by successful firm can be converted proportionately, in to “Performance Security “ ix) Earnest money deposits of all the unsuccessful tenderer shall be returned by the client as early as possible after the expiry of bids validity, but not later than 30 days after placement of contract.

x). Tenderers are advised to send a pre receipt challan along with their bids so that refund of earnest money can be made in time.

xi). 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 purchaser, shall be summarily rejected.

7 i). The successful firm shall have to deposit a Performance Security equivalent to 5% to 10% of the value of the contract work within 15 days of the placement of work order for due performance. Failure on the part of the firm to deposit the Performance Security within the stipulated time, Empowers the client to cancel the work order.

ii) The Performance Security submitted by the supplier will remain valid at least for 90 daysbeyond the date of completion of all contractual obligations of the contractor including guarantee / warranty obligations.

iii) The Performance Security can be deposited in any of the following alternative forms :-An account payee demand draft, fixed deposit receipt, banker's cheque or bank guarantee from any of the Nationalized, Scheduled or Commercial bank in any acceptable form drawn in favour of The Dy. Inspector General of Police , Recruit Training Centre , CRPF , Amethi at Trisundi, Amethi payable SBI Main Branch, Sultanpur, ( Bank Code – 000188 ). (Personal/Company Cheque will not be accepted).

iv) If the contractor fails to execute 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. 100/- duly attested by the Notary Public stating that the Performance Security has already been extended for sixty days beyond the guarantee/warranty period. v) The Performance Security 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 of the work within the guarantee period is not undertaken to the best satisfaction of the user. vi) Cash Performance Security will not be accepted. The Performance Security will be returned subject to work being completed in full within the stipulated period of time.The decision of The Dy. Inspector General of Police , Recruit Training Centre , CRPF Amethi at Trisundi, Amethi shall be final and binding in all matters pertaining to refund of the Performance Security /earnest money.

8. 1 Bids will be accepted only online at e-procurement web site https://eprocure.gov.in/eprocure/app. 2 Bids are required to be submitted in two parts as under : a) Technical bid : Technical bid consisting of all the technical details along with commercial t erms and conditions as mentioned in the tender enquiry. Technical bid should contain the following documents :- i) Downloaded Tender document. ii) Performance statement of last 03 years if available for subject store/ works. iii) Copy of contractors authorization letter / certificate. iv) Pre-receipt Challan for refund of earnest money. v) Any other relevant documents which the firms wish to submit. vi) Earnest money & Tender Fee. vii) Copies of the documents like PAN, TAN, Last year’s tax Returns/Certificate, service registration and TIN No registration. viii) EMD exemption document (valid DGS&D or NSIC registration Certificate) if applicable. ix) Tender Acceptance Letter or Tender form. x) Copy of Bank details i.e Name Bank Account No and Code No and IFSC code should attach with documents. b) Financial/Price bid: Financial/price bid should contain the following : (i) BOQ [ Bill of Quantity]

9. Tenders are available at WEB Site “www.crpf.nic.in. ” against Payment basis. All tenderers should submit tender fee for Rs.100/- (Non refundable) through demand draft only drawn in favour of The Dy. Inspector General of Police , Recruit Training Centre , CRPF , Amethi at Trisundi, Amethi payable SBI Main Branch, Sultanpur, ( Bank Code – 000188 ). In case tenderer are submitting downloaded tender documents they must enclose demand draft for Rs. 100/- along with Technical bids, and should not be clubbed with Earnest money, failing which tender shall be summarily rejected.

10. Bids will be accepted only online at e-procurement web site https://eprocure.gov.in/eprocure/app & The tender enquiries duly filled in all aspects and having completed all applicable formalities The Dy. Inspector General of Police , Recruit Training Centre , CRPF , Amethi at Trisundi, Amethi and Tender enquiry may be deposit by hand into the tender box of the RTC CRPF Trisundi, Amethi , at Main office building 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. 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 the technically acceptable offers will be opened for further evaluation and ranking before awarding the contract.

3) Bids will be opened online through website https://eprocure.gov.in/eprocure/app at 1600 hours on 10/01/2017 in the office of The Dy. Inspector General of Police , Recruit Training Centre , CRPF , Amethi at Trisundi, Amethi. If the office happens to be closed on the date of opening of the bids as specified, the bids will be opened on the next working day at the same time and venue. 4) Comparative statement (CS) generated and displayed in the e-procurement portal will not be final, tender inviting authority shall prepare and upload the same in the e- procurement portal.

11. Indenter reserve right to increase decrease tender works @25 % at any stage of tender formality.

12. Clause 24 i.e. Arbitration:- For: The existing entries. Read: Arbitration In the event of any question, dispute or difference arising under these conditions or any special conditions of contract, or in connection with this contract (Except as to any matters, the decision of which is specifically provided for by these or the special conditions), the same shall be referred to the sole arbitration of an officer in the Min. of law, appointed to be arbitrator by Director General CRPF. It will be no objection that the arbitrator is a Government servant that he had to deal with the matters to which the contract relates or that in the course of his duties as a government servant he has expressed views on all or any of the matters in dispute or difference. The award of the arbitrator shall be final and binding on the parties to this contract, it is term of this contract that :- a. If the arbitrator be a person appointed by the DG CRPF:- In the event of his dying, neglecting or refusing to act, or resigning or being unable to act, for any reason or his award being set aside by the court for any reason, it shall be lawful for Secretary, Min. of Home Affairs either to proceed with the reference himself or to appoint another person as Arbitrator in place of the outgoing Arbitrator in every such case, it shall be lawful for the DG CRPF in place of the outgoing Arbitrator, as the case may be to act on record of the proceeding as then taken in arbitration, or to Commence the proceedings denovo as he may at his discretion decide. b. It is further a term of this contract that no person other than the person appointed by him should act as Arbitrator and that if for any reason that is not possible, the matter is not to be referred to arbitration at all. c. The arbitrator may with the consent of all the parties to thecontract enlarge the time from time to time for making and publishing the award. d. Upon every and any such reference, the assessment of the cost incidental to the reference and award respectively shall be in the discretion of the Arbitrator. e. Subject as aforesaid, the Arbitration Act , 1940 and the rules there under and any statutory modification thereof for the time being in force shall be deemed to apply the arbitration proceedings under this clause. f. The venue of arbitration shall be the place where the contract is concluded or such other place as the DG CRPF at his discretion may determine. g. In this clause the expression the DG CRPF means the DG CRPF of the Ministry of Home Affairs for the time being and includes, if there be no DG, the Officer who is for the time being the administrative head of the CRPF, whether in addition to other functions or otherwise.

13. Warranty/Guaranty : Warranty/ Guaranty of the works should be mentioned.

14. Period for work completion : within 30 days.

15 IMPORTANT INSTRUCTIONS 1 Full name and status of the signing of authorized person in the tender documents must be clearly mentioned. (i.e. tender documents should be digitally signed by authorized signature only. 2 The firms applying tenders against the subject tender enquiry are informed that all relevant out rightly. 3 3 Important information like tender enquiry number, date of tender opening, work to be executed, full specifications of the items and terms and conditions etc should be provided wherever required. 4 Client reserves the right to cancel / reject or scrap any or all the tenders at any stage without assigning any reason. 5 Tenderer registered as per specification No (Mention the correct nomenclature and specifications) stipulated in the tender enquiry and their representatives with the Authenticity certificates shall be eligible for award of contract. 6 Except as otherwise provided in the invitation to the tender, the contractor hereby declares that the work executed under this contract shall be have the best quality and workmanship and particulars contained /mentioned in the contract. The contractor hereby guarantees that said work would continue to conform to the description, relevant is codes, and quality aforesaid for a period of three years, from the date of completion of work. If the work executed is not giving satisfactory performance or have deteriorated within the guaranteed time of three years the customer is entitled to call upon the contractor to rectify the problem. In any case no further payment for maintenance will be claimed by the contractor within the Guaranteed time any such claim will be summarily rejected. 7 In the event contract being cancelled for any breach committed and the customer affecting repurchase of the stores at the risk and the cost of the contractor, the client is not bound to accept the lower offer of Benami or allied or sister concern of the contractor. 8 Tenderer who are past contractors for execution of work as per T/E specification should submit their performance statement in enclosed proforma. In case, it is found that information furnished is incomplete or incorrect, their tender will be liable to be ignored. 9 Tenderers are advised to visit the site before quoting the rate for the above work.

10 All the materials to be used for the work should be of requisite quality and test certificate of the materials from concerned labs should be deposited in the office. 11 STANDARD 1. Appendix “A” : Details of Works. FORMS TO BE 2. Appendix “B” : Proforma of Bank guarantee for submitting USED earnest money. 3. Appendix “C” : Proforma of bank guarantee for furnishing Performance Security deposit. 4. Appendix “D” : Performance Statement for last three years. 5. Appendix “E” : Technical Bid/Tender form. 6. Appendix “F” : Price Bid (Schedule of Quantities) 7. Appendix “G” : Check List for Tenderers. 8.Appendix-“H” :- From No7.-07, Proforma for equipment and quality control 9.Appendix-“I” :- From No 68A (Sd-10/12/16) (Ashok Prasad) DIGP, RTC, CRPF, Amethi For and on behalf of the President of India

ADDITIONAL CONDITIONS

1 The prospective tenderer should visit the site and acquaint themselves of the terms & conditions of above works, restrictions in movement/working hours/security aspects/conditions of the job. Any 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. 2 No advance payment shall be made. 3 The contractor shall employ qualified/trained/skilled personnel for the labour work and will provide the construction material of standard ISI quality or as approved/prescribed by CPWD, during execution of the work. 4 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/labourers, loss of construction or other material etc. 5 This contract can be determined 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. 6 No travelling allowance, boarding, lodging, overtime allowance dearness allowance, transport facilities etc., shall be provided for carrying out the labour works. These are deemed to the included within the quoted rates. 7 Preventive maintenance is the responsibility of the contractor. 8 All Tools, construction material, water & electricity etc required for execution of the work shall be arranged by the successful tenderer. No extra payment shall be made on this account. 9 The successful tenderer should execution the work within 7 days from the date of award of work and should be completed the same work within the stipulated time. After completion of the work completion of the work, proper handing over being done and a work completion certificate being issued to this department for further needful. 10 The Tenders / contractors shall free to enquire with regard to queries, doubts and details etc in our Control Room Phone No. 05368-233083 (24x7).

(Sd-10/12/16) (Ashok Prasad) DIGP, RTC, CRPF, Amethi For and on behalf of the President of India

APPENDIX – ‘A’

DETAILS OF WORK

Name of Work:- “CONSTRUCTION OF T EN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) FOR RESIDENTIAL BLOCK AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAMGANJ, DISTT. AMETHI, UP-228159)

Sl. Nomenclature Qty No Construction of 10 Nos Plinths with 5’ Varanda for 10 Nos erection of PF Huts of following sizes (with Bricks (Ten) work, flooring, plastering etc. for Residential Block)

Size 20x24’ = 10 Nos.

(Sd-10/12/16) (Ashok Prasad) DIGP, RTC, CRPF, Amethi For and on behalf of the President of India

APPENDIX – ‘B’

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

To The Dy. Inspector General of Police , Recruit Training Centre, CRPF, Amethi ( Uttar Pradesh ).

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 “CONSTRUCTION OF T EN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) FOR RESIDENTIAL BLOCK AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAM GANJ, DISTT. AMETHI, UP-228159)” work to you (here in after called “The customer”). Whereas a bank guarantee against Earnest Money for a sum of Rs. 10,000-00 (Rupees Ten Thousand Only ) Valid for 180 days from the date of tender opening viz. Up to 10/01/2017 is required to be submitted by “the Tenderer” as a precondition for the participation, this bank hereby guarantees and undertakes to pay the customer up to the above amount upon receipt of its first written demand, without the contractor having to substantiate its demand, provided that in its demand the customer/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 120 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 customer during the period its validity and

a) If the Tenderer fails to furnish the performance security for the due performance of the contract.

Contd…….. /2…..

// 2 // 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 120 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

Note : Can be submitted in any other format applicable for any Nationalized Bank. APPENDIX ''C'' PROFORMA OF BANK GUARANTEE FOR FURNISHING PERFORMANCE SECURITY DEPOSIT To The Dy. Inspector General of Police , Recruit Training Centre, CRPF, Amethi ( Uttar Pradesh).

WHEREAS M/S------(name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of contract no……………….dated…………... for “CONSTRUCTION OF T EN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) FOR RESIDENTIAL BLOCK AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAM GANJ, DISTT. AMETHI, UP-228159)” (hereinafter called “the contract”). AND WHEREAS it has been stipulated by you in the said contract that the contractor shall furnish you with a bank guarantee by a nationalized or scheduled commercial bank of good repute and ecord recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract:

AND WHEREAS we have agreed to give the contractor such a bank guarantee: NOW THEREFORE we hereby affirm that we are the guarantors and responsible to you, on behalf of the 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 contractor 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 contractor shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until the………….. day of …………….2017. Date. Signature of authorized officer of the bank Place Printed Name. Designation Name and address of the bank

Banker’s Common Seal Note : Can be submitted in any other format applicable for any Nationalized Bank. APPENDIX ''D''

PERFORMANCE STATEMENT FOR LAST THREE YEARS

Name of Firm:

M/S

1) Contract Nos. :

2) Description of Works:

3) Quantity of work orders:

4) Value:

5) Original D.P.:

6) Qty. supplied within original D.P.:

7) Final Ext. D.P.:

8) Last work position. :

9) Reasons for Delay in work:(If any):

Signature of the Tenderer with Seal

Note: Can be submitted in any other format applicable/Prescribed. APPENDIX “E”

TECHNICAL BID FORM/TENDER FORM

Reference: - Your tender notice No…......

Sir,

1. I hereby offer to the work “CONSTRUCTION OF T EN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) FOR RESIDENTIAL BLOCK AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAMGANJ, DISTT. AMETHI, UP-228159)” given in schedule and agree to hold offer open till...... I shall be bound by a communication of acceptance within the prescribed time. 2. I have understood the terms and conditions as laid down in para 1 to 12 and certify that I will be fully abide by terms and conditions . If I / We fail to comply with any of the terms and conditions EMD / security Money already deposited may be forfeited.

3. Rs. 10,000-00 (Rupees Ten Thousand) only are enclosed herewith in form of DD / BD/FDR No...... dated ...... issued by Bank of ------as EMD.

4. Photo Copy of valid VAT / Sale Tax clearance and past experience certificate of such supply are enclosed.

5. I will agree to demonstrate/justify about the Iron Removal Plant to be renovated by us to the board. 6. Certified that I have no pre-conditions attached with tender.

Enclosures –

Your faithfully

Signature

Name of tenderer with Address and Seal

PRICE BID (SCHEDULE OF QUANTITY) APPENDIX-F

Name of Work:- “CONSTRUCTION OF T EN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) FOR RESIDENTIAL BLOCK AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAMGANJ, DISTT. AMETHI, UP-228159)

Sl. Nomenclature Qty No Construction of 10 Nos Plinths with 5’ Varanda for 10 Nos erection of PF Huts of following sizes (with Bricks (Ten) work, flooring, plastering etc. for Residential Block)

Size 20x24’ = 10 Nos.

Your faithfully

Signature Name of tenderer with Address and Seal

Note :- Bidders/Tenderers to quote rate in their respective letter heads in separate envelope. APPEND IX “ G”

CHECK LIST FOR TENDERERS (Tenderer should check following requirements for compliance before submission of the tender documents)

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

1 Tenderer should mention the work for which they have quoted. This should be mentioned in the covering / forwarding letter head of the technical bid.

2 Tenderer should ensure deposit of required earnest money Deposit.

3 Tenderers should enclose their registration certificates. 4 Tenderer should confirm that their work relates with relevant IS codes of execution of such type of work.

5 Tenderer should mention in Tender enquiry that they accept our terms i.e. They agree to renovate the IRP and cost of the tenderer.

6 Tenderer should mention that their offer is valid up to 180 days from the their offer is valid up to 180 days from the date of opening of the tender.

7 Tenderer should mention the period of completion of work clearly.

8 Tenderer should give their past performance in the specified format given in the Tender documents.

9 Tenderer should mention that contractual dealing with their firms has not been banned by any Govt. / Private agencies.

10 If the tenderer 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. 11 Tenderer should mention their address for communication with Telephone and Fax Number. Signature of the Tenderer 12 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. 13 Tenderer should ensure to sign each page of the Tender documents with name, designation, seal and address of the signatory.

Your faithfully

Signature Name of tenderer with Address and Seal FORM NO.07 APPEND IX “ H” PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

1. Tender No. & Date for “CONSTRUCTION OF TEN NOS PLINTHS WITH 5’ VERANDA FOR ERECTION OF P.F. HUTS (SIZE 20x24’ = 10 Nos,) FOR RESIDENTIAL BLOCK AT RTC CRPF CAMPUS AMETHI (VILLAGE TRISUNDI, P.O. RAM GANJ, DISTT. AMETHI, UP-228159)

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 in DIGP against each item.

Production capacity of each item with the existing plant and machinery: a) Normal b) Maximum

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

10. (a) Details of Technical/supervisory staff in charge of production and quality control. (b) Skilled labour employed. (c) Unskilled labour employed. (d) Maximum no. of workers (skilled and unskilled) employed on any day during the months preceding the date of application.

11. Whether stores were tested to any standard specification, if so copies of original test certificate should be submitted in triplicate. Place Date

Signature and designation of the Tenderer

N.B.: Details under column 6 to 11 inclusive need to be restricted to the extent they pertain to the item(s) under reference.

APPEND IX “ I”

Form 68-A

Tender No.

Full name and address of the Tenderer in addition Contractor’s telegraphic Address to post box No. if any should be quoted in all Communication to this Office

Telephone No……………………………….. Fax No………………………………………..

From.

Dear Sir,

1. I/We hereby offer to supply the stores detailed in the schedule here to or such portion thereof as you may specify in the acceptance of tender at the price given in the said schedule and agree to hold this offer open till I/we shall be bound by a communication of acceptance within the prescribed time.

2. I/We have understood the instructions to Tenderers in the booklet DGS&D-229 and conditions of contract in the Form No-68 (Revised) including in the pamphlet entitling conditions of contract governing contracts placed by the Central Purchases Organization of the Government of India read with the amendments annexed herewith and have thoroughly examined the specification drawing and/or pattern quoted in the schedule hereto and am/are fully aware of the nature of the stores required and my/our offer is to supply stores strictly in accordance with the requirements.

Signature of the Tenderer.

The following pages have been added to and form part of this tender.

Hear paste coupon in case where coupons are supplied to contractors on payment yours faithfully, (Signature of the tenderer) Address ……………………………….. Date……………………………………… (Signature of the Witness

Address Dated