CPC- TENDER

INVITATION TO TENDER
OFFICE OF THE DIGP, GROUP CENTRE, C.R.P.F.Pallipuram
Post-Pallipurm, Distt- Thiruvananthapuram
(Kerala), Pin -695316
Tele:0471- 2752617, Fax: 0471-2751146
---------------------------------------------------------------------------------------------------------------------------Tender Enquiry No.C.XVII-1/2014-15- CPC-GC-PPM
Dated, the
May' 2014
The Deputy Inspector General of Police, Group Center, CRPF, Pallipuram ( Kerala) for
and on behalf of the President of India invites sealed tenders under two bid system consisting of
technical bid and financial bid from eligible contractors for Construction/ Extension & Modification
of CPC Subsidiary Canteen of Group Centre CRP Pallipuram ( Kerala) as per details given below :SCHEDULE TO TENDER
OFFICE OF THE DIGP, GROUP CENTRE, C.R.P.F.Pallipuram
Post-Pallipurm, Distt- Thiruvananthapuram
(Kerala), Pin -695316
Tele:0471- 2752617, Fax: 0471-2751146
Schedule to Tender No
No. C.XVII-1/2014-15- CPC-GC-PPM
Time and date of receipt of tender
By 1200 Hours on 19/06/2014
Time and date for opening of tender At 1500 Hours on 19/06/2014
Validity of offer
The tender shall remain open for acceptance till 180 days from
the date of opening of tender.
Purchaser
President of India
Inspection authority
DIGP, GC CRPF, Pallipuram
Inspecting Officer
Board of officers being detailed for the purpose by DIGP, GC
CRPF Pallipuram ( Kerala)
S/N
Description of work
Earnest Money Period for completion of work
1
Construction/ Extension & Rs.
50,000.00 Within 45 days from the day of issuance of
Modification
of
CPC ( Rupees Fifty final orders.
Subsidiary Canteen.
Thousand) only
Details of works attached
as Appendix-A
2
Indenting tenderer must read the terms and conditions carefully and submit his tender so as to
reach by 1200 hours on 19/06/2014 if he consider himself eligible and he is in possession of
all the required documents.
3
Tenders will be opened in the presence of tenderers on 19/06/2014 at 1500 hours at O/O
DIGP, GC CRPF Pallipuram ( Kerala)
Signature of the tenderer
2
4
Tenderers are requested to submit Tender documents well before the date of opening tender
to avoid last minute rush. In case date of opening of tender happens to be a closed holiday,
the tender will be opened on next working day at the stipulated time.
5
Bidder should deposit Earnest money along-with their tender. Earnest money should be in the
form of Account Payee Demand Draft, Fixed Deposit Receipt ( FDR), Bank Guarantee from
any of the commercial Banks in an acceptable form in favour of CHAIRMAN CPC, GC
CRPF, PALLIPURAM, payable at SBI, Mangalapuram (Code: 05317)
6
The tender document is consisting of specification, schedule of quantities of various types of
works (Construction/ Extension & Modification )to be executed and terms and conditions of
this contract to be complied with and other necessary documents.
I) IMPORTANT INSTRUCTIONS AND GUIDELINES
1
Full name and status of the person signing the tender documents must be clearly mentioned.
2
Intending tenderer is eligible to submit the tender provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority of having
satisfactorily completed similar works.
3
License issued by the State Government territory should be kept renewed as per periodicity
laid down by the authority concerned and submit an attested copy of the same to the
Chairman CPC, GC CRPF, Pallipuram after each renewal. The contractor should produce
valid license with tender.
4
They shall employ the required technical staff as per the terms and conditions of each
contract/ agreement ( No. OF Skilled(S)/Unskilled (UnS) required- mentioned at Para-I above
works. They should intimate names of person who are employed by them along-with their
complete address including PS. The workers are required to be observe the discipline of the
campus.
5
The contractor shall comply with the orders issued there by the DIGP, GC CRPF, Pallipuram
from time to time. If he fail to do so his failure will be a breach of contract and the DIGP, GC
CRPF, Pallipuram 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.
6
Tender documents and EMD should be in a sealed envelop duly super-scripted with due
mention of name of work. Tender enquiry No and date & time of opening of tender and same
should be sent by registered post/ courier/ by hand to Chairman CPC, GC CRPF,
Pallipuram ( Kerala) so as to reach on or before the schedule time and date as mentioned in
the schedule to the tender enquiry. Department is not responsible for any postal/other delay.
Signature of the tenderer
3
7
The contractor whose tender is accepted will be required to furnish PERFORMANCE SECURITY for
an amount of 5 to 10% of the value of the contract within 15 days. Performance Security may be
furnished in the form of an Account Payee Demand Draft (DD),FDR for am commercial Bank, Bank
Guarantee from Commercial bank in a acceptable form. Performance Security should remain valid for a
period of 60 days beyond the date of completion of all contractual obligation of the contractor 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 work site and its surrounding
and satisfy themselves before submitting their bids.
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 by bidders whether directly or indirectly, in connection with bids is strictly
prohibited and the bids submitted by the contractors who resort to canvassing will be liable to
rejection.
11 The competent authority on behalf of the President of India reserves the right of accepting the
whole or any part of the bid and the bidder shall be bound to perform the same at the rate
quoted.
12 The notice is inviting bid shall form a 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 rate quoted at the
time of submission of bid and acceptance thereof together with any correspondence leading
thereto.
13 The Labour /workers engaged by the Contractor/ Agency shall be at the risk of contractor and in
case of any untoward, incident, accident, the contractor/ Agency will be liable for such risk and
the department will not be held responsible in any way for such mis-happening and untoward
incidents. It should be duty of contractor to adhere to all security precaution as specified for
industry by Govt.
14 The officer inviting bid or his duly authorised assistant will open bid in the presence of
intending contractors who may be present at the time and will enter the amounts of the several
bids in a comparative statement in a suitable form, in the event of a bid being accepted, a receipt
for the earnest money forwarded therewith shall thereupon be given to the contractor who shall
thereupon for the purpose of identification sign copies of the specification and other documents.
In the event of a bid being rejected, the earnest money forwarded which such unaccepted bid
shall thereupon be returned to the contractor remitting the same, without any interest.
Signature of the tenderer
4
15 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.
16 VAT/TAX or any other Tax in respect of the contract shall be payable by the contractor direct
to the concerned Department/ government.
17 The contractor submitting the tenders against the subject tender enquiry are informed that all
relevant details with reference to the tender enquiry stipulation are clearly responded to. In case
any of the tender enquiry stipulations are not clearly stated to or replied to by any of the
contractor, no repeat no clarification will be sought from the concerned contractor and its offer
will be rejected out right.
18 Tenderers who have past experience of the above work as per 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.
II) TERMS AND CONDITIONS OF TENDER ENQUIRY .
1. Terms of price
1.1 Rates quoted by the contractor should be on firm price basis. Rates
should be quoted in Indian rupees both in figures as well as in words for
complete units as per specifications. Any and every alteration in the
rates should be signed in ink otherwise the offers will not be considered.
1.2 Contractor should clearly indicate different taxes and duties,
installation charges 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.
1.3 Rates quoted shall remain open for 180 days after the opening of the
tender.
2. Payment terms
2.1 Works are required to be executed on credit basis only and
payment will be made immediately on receipt of work clearance
certificate from detailed inspecting officer.
2.2 Payment in advance or immediately can not be made.
Signature of the tenderer
5
3. Earnest money
deposit
3.1 All contractor are required to deposit earnest money Rs.50,000 /- of
the works along with the quotation,failing which their offers will be
summarily rejected.
3.2 The earnest money can be deposited through any of the following
alternative forms : An account payee demand draft, fixed deposit receipt or
bank guarantee from any of the Nationalized, Scheduled or Commercial
bank in any acceptable form drawn in favour of
The Chairman ,CPC ,
GC, CRPF, Pallipurm, Kerala, payable at SBI, Mangalapuram
(Code: 05317)
3.3. The earnest money shall remain valid and be deposited with the
purchaser for a period of 180 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/ Department.
3.4 No interest shall be payable by the purchaser 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 shall be
returned by the purchaser as early as possible after the expiry of bid’s
validity, but not later than 30 days after placement of contract. Tenderers
are advised to send a pre receipt challan along with their bids so that refund
of earnest money can be made in time.
3.9 Any tender, where the tenderer is required to deposit earnest money in
terms of conditions mentioned in preceding paras, not accompanied with
earnest money in any one of the approved forms acceptable to the
purchaser, shall be summarily rejected.
Signature of the tenderer
6
4. Performance
security deposit clause
41. The successful firm shall have to deposit a performance security
deposit equivalent from 5 to 10 % of the estimated value of the contract
work to be executed within 15 days from the date of acceptance for due
performance. Failure on the part of the contractor to deposit the security
deposit within the stipulated time, empowers the competent authority to
cancel the contract.
4.2. The performance security deposit submitted by the contractor will
remain valid at least for 60 days beyond the date of completion of all
contractual obligations of the contractor including guarantee/ warrantee
obligations.
4.3. The performance security deposited can be deposited in any of the
following alternative forms. An account payee fixed deposit receipt or
bank guarantee from any of the Nationalized, Scheduled or Commercial
bank in any acceptable form drawn in favour of The Chairman, CPC ,
GC, CRPF, Pallipurm, Kerala, payable at SBI, Mangalapuram
(Code: 05317) .
4.4 The performance security deposit shall be withheld or forfeited in
full or part in case the supply order is not executed satisfactorily within
the stipulated period or requisite standard of the store within the
guarantee period is not undertaken to the best satisfaction of the user./
Department.
5. Two bid system
5.1Since the Construction/ Extension & Modification to be provided are
of a complex and technical nature, bids are required to be submitted in
two parts as under :a) Technical bid consisting of all the technical details as mentioned in
the tender enquiry. The cover superscribed as technical bid should
contain the following documents :–
i) All pages of tender documents duly completed and signed without
indicating the rates quoted.
ii) performance statement of last 03 years.
iii) Pre-receipt challan for refund of earnest money.
iv) Any other relevant documents which the contractor wish to submit.
b) Financial/ price bid indicating price quoted for the works mentioned
in the technical bid. The cover superscribed as financial/price bid should
contain the following :(I) Details of rates, taxes, duties and discounts if any quoted by the
bidder.
(ii) Rates must be clearly written in figures as well as in words.
(iii) There should not be any cutting / over writing.
Signature of the tenderer
7
12. Method of submission of 12.1 The two separate covers containing the technical bid and financial
tender
bid should be sealed separately in separate covers duly super scribed
enquiry
with tender enquiry number and date of tender opening. These two
sealed covers along with the EMD and other documents, should be put
in a bigger cover and sealed again. This bigger cover should also be
super scribed with tender enquiry number, stores and date of tender
opening. If the technical and financial bids are not separately sealed, the
offer shall be summarily rejected.
12.2 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.
12.3 The tender enquiries duly filled in all aspects and having
completed all applicable formalities may be sent by registered post /
Courier/ By hand duly stamped to the The Chairman, CPC, GC
CRPF, Pallipuram, Post – Pallipuram, Distt. Trivandrum ( Kerala),
Pin -695316,Tele:0471- 2752617, Fax: 0471-2751146 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.
Sd-16/5/2014
( AJAY BHARATAN )
DIGP. GC,CRPF,Pallipuram (Kerala)
For and on behalf of the President of India.
Signature of the tenderer
8
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/ details
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-16/5/2014
( AJAY BHARATAN )
DIGP. GC,CRPF,Pallipuram (Kerala)
For and on behalf of the President of India.
Signature of the tenderer
9
APPENDIX-A
DETAILS OF CONSTRUCTION/ EXTENSION/ MODIFICATION WORKS
S/N DESCRIPTION OF WORKS
AREA/ MEASUREMENT
1
Earth work excavation ordinary soil 1x44.03x0.60x 0.60= 15.85
cutting for foundation
16m3
SAY :
2
Random rubble masonary with cement Foundation 1x44.03x0.60x0.60=15.85
mortar 1:6 for foundation and basement Basement 1x44.03x0.45x0.45=08.91=
24.76
SAY :
25m3
3
4
Supplying and fixing fully paneled 1x1.70x2.10= 3.57
shutter fitted to suitable door frames 2x0.80x2.10= 3.36= 6.93
inclusive all cost and all labour charges m2
of all fittings etc. complete
Brick work masonry with cement mortar 1x23.53x0.23x3.40=18.40
1:8 using nearest available burnt bricks 1x20.77x0.23x0.60=02.87
for super structure.
1x11.58x0.23x3.40=09.06=
Deduction
SAY : 7
30.33
Door 1x1.7x2.10= 3.57
Net quantity of brick work after deduction
30.33 (-)3.57=
27m3
5
Basement earth filling
SAY :
26.76
Canteen room 1x11.80x11.88x0.45= 63.08
Hall
1x11.80x09.50x0.45= 50.45= 113.53
SAY : 114 m3
6
Plastering with Cement mortar 1:5 12mm Outer wall 1x23.50x 3.90= 91.65
thick one coat for wall surface.
1x20.73x1.33= 27.57
Inner wall 1x36.37x3.90= 141.84
1x20.25x0.60= 12.15
=
273.21
Deduction Door 1x3.57
Net quantity of wall plastering after deduction I.e
273.21 (-) 3.57= 269.64
7
SAY : 270 m2
Plain cement concrete 1:4:8 75mm 1x11.80x11.27= 133.00
thick using 40mm broken stone for 1x09.04x11.27= 102.00 =235.00
flooring.
SAY : 18m3
Signature of the tenderer
10
S/N
DESCRIPTION OF WORKS
AREA/ MEASUREMENT
8
Flooring with vitrified tiles for all floors 1x291= 291.00
291m2
SAY :
9
White washing with white cement on one Area of walls- 200.00
coat after cleaning the surface.
SAY : 200m2
10
Painting with water proof cement paint Area of walls- 200.00
on two coat after cleaning the surface of
wall.
SAY : 200m2
11
Roof ceiling plastic sheet
Area of ceiling- 239.00
239m2
SAY :
12
Electrification
5% of total cost
13
Plumbing with materials
-
14
2 windows and 2 ventilators with materials fitting
15
Corridor passage blocking and well air 2x2.59x3.20=16.58
hall portion filling
2.x2.43x2.28-11.08
1x61x18,60=11.35= 39.01
16
Unforseen works if any
SAY : 39m2
-
Sd-16/5/2014
( AJAY BHARATAN )
DIGP. GC,CRPF,Pallipuram (Kerala)
For and on behalf of the President of India.
Signature of the tenderer
11
APPENDIX-'B'
PROFORMA OF BANK GUARANTEE FOR SUBMITTING
EARNEST MONEY
(On Banks letter head with adhesive stamp)
To
The Chairman, CPC,
Group Centre, C.R.P.F., Pallipuram
Post-Pallipuram
Kerala. Pin -695316
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/ Extension & Modification of CPC
Subsidiary Canteen of Group Centre CRP Pallipuram ( Kerala) to you (here inafter called “The
purchaser”) .Whereas a bank guarantee against Earnest Money for a sum of Rs.________in
words)_____________________________ Valid for 180 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 180 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/ Department
3
If the tenderer having been notified of the acceptance of this tender by the purchasure 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.
12
The guarantee shall be irrevocable and shall remain valid up to 180 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. ___________
Place _____________
Signature of authorized officer of the
bank______________________
Printed Name._____________________
Designation_______________________
Name and address of the bank ___________
Banker’s Common Seal
Signature of the tenderer
13
Appendix-C
PROFORMA OF BANK GUARANTEE FOR FURNISHING
PERFORMANCE SECURITY DEPOSIT
To
The President of India,
WHEREAS M/S---------------------------------------------------------------------------------------------------(name and address of the supplier) (hereinafter called “the supplier”) has undertaken, in pursuance of
contract no……………….dated…………... for Construction/ Extension & Modification of CPC
Subsidiary Canteen of Group Centre CRP Pallipuram ( Kerala) (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 THEREFORE we hereby affirm that we are the guarantors and responsible to you, on behalf
of
the
supplier,
up
to
a
total
of………………………………………………………………………………………………(amount
of
the
guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the
supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits
of (amount of guarantee)as aforesaid, without your needing to prove or to show grounds or reasons for
your demand or the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the supplier before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the contract
to be performed there under or of any of the contract documents which may be made between you and the
supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of
any such change, addition or modification. This guarantee shall be valid until the………….. day of
…………….2014.
(Signature of the authorized officer of the Bank)
Signature of the tenderer
Name and designation of the officer ……………………………………………...
Name and address of the Bank ...…..…………………………………....................
………………………………………………………
Banker’s common seal
Signature of the tenderer
14
Appendix-D
PERFORMANCE STATEMENT FOR LAST THREE YEARS
Name of Firm:
M/S_____________________________________________________________
1. Contract Nos. :
2. Description of works :
3. Quantity on order :
4. Value :
5. Original work period .:
6. work completed within the original work period.:
7. Last work position. :
8. Reasons for Delay in completion of work: (If any)
Signature of the tenderer