14.07.2013 Views

OFFICE OF THE DIGP GC, CRPF, JHAPHAN, MUZAFFARPUR ...

OFFICE OF THE DIGP GC, CRPF, JHAPHAN, MUZAFFARPUR ...

OFFICE OF THE DIGP GC, CRPF, JHAPHAN, MUZAFFARPUR ...

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

<strong><strong>OF</strong>FICE</strong> <strong>OF</strong> <strong>THE</strong> <strong>DIGP</strong> <strong>GC</strong>, <strong>CRPF</strong>, <strong>JHAPHAN</strong>, <strong>MUZAFFARPUR</strong> (BIHAR).<br />

No.L.VII.9 /2012-13-<strong>GC</strong>(S)S/Woolen Dated, the 02 /08 /2012<br />

AMENDMENTS TENDER NOTICE N0-01<br />

SOCKS WOOLEN SUPERIOR :COLOUR :KHAKI<br />

Kindly refer to this office Tender Notice of even no dated 23/07/2012<br />

2. We have placed above Tender Notice for purchase of the stores enumerated<br />

below. The following amendments are hereby issued by this office for further<br />

procurement of the store as under. If you are in a position to supply the same, please<br />

forward your tender/quotations, in two bid system to the undersigned before the date<br />

fixed below: - FOR:-<br />

.Schedule to Tender<br />

DY.INSPECTOR GENERAL <strong>OF</strong> POLICE GROUP CENTRE Central Reserve Police Force<br />

Muzaffarpur ( Bihar) Tele:0621-2814815/ Fax: 0621-2814815<br />

Schedule to Tender No. L.VII-9/2012-13-<strong>GC</strong>(S) S/WOOLEN Dated, the 23 July 2012.<br />

Time and date of receipt of tender on 04/ 09/2012<br />

Time and date for opening of tender At 1100 Hours on 05/09/2012 Validity<br />

of offer- The Tender shall remain open for acceptance till 180 days from the date of opening of<br />

tender.<br />

Note;- Tenderers are advised to go through the Earnest Money, Payment terms, clauses of this Tender<br />

Enquiry carefully before filling the Tender<br />

Sl no Tender No Description<br />

of Stores<br />

1.<br />

L.VII-<br />

9/2012-13-<br />

<strong>GC</strong>(S)<br />

S/woollen<br />

Socks Heavy<br />

Woolen<br />

superior Color<br />

:Khaki<br />

Qty<br />

(In pairs)<br />

3,51,714<br />

pairs.<br />

Specification<br />

and<br />

sizes<br />

As per<br />

Appendix-<br />

“A” of T.E<br />

EMD (In<br />

Rs)<br />

Date & Time of<br />

opening of<br />

Tender<br />

3,32,370 /- 1100 Hours<br />

on 05/09/12<br />

TENDER NOTICE<br />

DY.INSPECTOR GENERAL <strong>OF</strong> POLICE GROUP CENTRE Central Reserve Police Force<br />

Muzaffarpur ( Bihar) Tele:0621-2814816/ Fax: 0621-2814816<br />

Tender No. L.VII-9/2012-13-<strong>GC</strong>(S) S/WOOLEN Dated, the 23 July 2012.<br />

Sl<br />

no<br />

Tender<br />

No<br />

Description<br />

of Stores<br />

Qty<br />

(In pairs)<br />

Specificatio<br />

n<br />

and<br />

EMD<br />

(In Rs)<br />

Tender Documents Date &<br />

Time of<br />

opening of<br />

Tender<br />

1.<br />

L.VII-<br />

9/2012-<br />

13-<br />

<strong>GC</strong>(S)<br />

S/woole<br />

n<br />

Socks Heavy<br />

Woolen<br />

superior<br />

Color Khaki<br />

3,51,714<br />

pairs.<br />

sizes<br />

As per<br />

Appendix-<br />

“A” of T.E<br />

3,32,370 /- a) Tender Documents<br />

can be downloaded<br />

from www.crpf.gov.in free<br />

of Cost. or<br />

b) It can be obtained from<br />

Provisioning Branch of <strong>GC</strong><br />

MZR after Paying Rs 100/- in<br />

cash.<br />

Sealed tenders under two bid system (Technical and Commercial Bid) on the prescribed<br />

form for the purchase of following stores as per details given above.<br />

Sd- 23/77/2012<br />

(SUNAND KUMAR) COMDT <strong>GC</strong> MZR<br />

<strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

(CCD)<br />

1100<br />

Hours<br />

on<br />

05/09/12


Instruction for Bidders<br />

Specification/Packing / Marking/preservation: As per appendix” A”Sample clause<br />

: As per appendix “B” attached<br />

All Tender documents attached with this invitation to tender including the<br />

specifications are ACROSANCT for considering any offer as complete offer. It is<br />

therefore important that each page of the TENDER DOCUMENTS FROM PAGE<br />

01 TO 28 (Last page) DULY COMPLETED AND SIGNED are returned with<br />

your office.<br />

All firms who are not specifically registered for required stores as per<br />

specification of tender enquiry either with DGS&D or with NSIC, are required<br />

to submit Earnest Money as mentioned above along with their offer.<br />

Registration with any other organization will not exempt them from depositing<br />

Earnest Money. As per Government policy, PSUs are not exempted from<br />

depositing EMD.<br />

SIGNATURE <strong>OF</strong> TENDERER<br />

1. Purchaser : The President of India.<br />

2. Inspection Authority : ADG(QA),DGS&D,Jeevan Tara Building, Parliament<br />

Street, New Delhi.<br />

3. Inspection Officer : Director of Quality Assurance, DGS&D of the area concerned<br />

4. Stores required at : FREE DELIVERY AT CONSIGNEES LOCATION (As per<br />

Appendix “C” attached).<br />

Tenderers are required to quote rates on free delivery at consignee’s location<br />

basis only. Uniform rate to be quoted for all destinations/consignees. Tenders<br />

received on FOR Destination Stations/ Station of dispatch basis or different<br />

rates for different destinations shall be summarily rejected.<br />

5. Delivery Period:: i) within 02 months of placement of firm order/approval of<br />

advance sample for entire quantity with lead period of one month.<br />

ii) If the AT placed on any of the participating firms for the part quantity, the<br />

delivery period will be fixed keeping in view the quantum of order and the<br />

supply capacity quoted by the concerned firm in their tender documents.<br />

6. Dispatch Instructions : Stores are required to be delivered at consignee’s<br />

location at freight, risk and cost of the supplier.<br />

7. Payment Terms : 90% payment will be released on production of provisional<br />

receipt of stores by the consignees and balance 10% on<br />

regularization of the case.<br />

8. Packing & Marking : As per relevant clause of Specification.<br />

9. Rate quoted by the firms should be on firm price basis.<br />

10. Firms should clearly indicate different taxes and duties, which they propose to<br />

charge as extra along with the present rates thereof. Offers with such stipulations<br />

like ‘as applicable’ will be treated as vague and are liable to be ignored.<br />

11. (a)Tenderers should disclose the name and full address (along with<br />

telephone/ Fax No.) of the place where the stores will be manufactured and<br />

offered for inspection.<br />

In case the firm is registered with NSIC for the subject stores, they should<br />

clarify whether they are registered as a manufacturing unit or in any other


capacity. In case the registration is as a manufacturer, they should indicate<br />

the full address/phone No.of their manufacturing facility.<br />

b) Registration of Indian agents submitting offers on behalf of foreign principals :-<br />

As per the Compulsory Enlistment Scheme of the Department of<br />

Expenditure, Ministry of Finance, GOI, it is compulsory for Indian agents, who<br />

desire to quote directly on behalf of their foreign principals, to get themselves<br />

enlisted<br />

with the Central Purchase Organization (eg. DGS&D). However, such<br />

enlistment is not equivalent to registration of suppliers as mentioned under<br />

rule 142 of GFR `2005.<br />

12. Purchaser reserves the right to change the consignee and change the<br />

quantity of stores allotted to them.<br />

13.Purchaser reserves the right to get the manufacturing capacity of all firms<br />

reverified irrespective of the registration status.<br />

14. TENDER SAMPLE REQUIREMENT:<br />

All the bidders are required to submit one Pair of Socks Heavy Woolen Khaki as<br />

tender sample of each size as per appendix A along with the lab test certificate in<br />

original, from any of the laboratories approved by National Accreditation Board<br />

for Testing and Calibration Laboratories (NABL) .<br />

14.1 These tender sample should match to the sealed master sample for<br />

pattern.<br />

14.1.1 The sample should be from the same lot, test certificate of which is<br />

submitted<br />

along with the tender and the counter sample (remnant portion of the test<br />

sample)<br />

duly sealed and signed by laboratory & vendor should be attached with the<br />

sample.<br />

14.1.2 Firms are at liberty to see the master sample visually at the time of<br />

obtaining tender documents.<br />

14.1.3 Tenderers should ensure that the sample submitted by them fully<br />

conform<br />

to All the parameters of the Tender Enquiry specification.<br />

14. Offers received without tender samples or in case of tender samples are<br />

received after the due date and time for receipt of tenders shall be ignored<br />

summarily.<br />

14.2 The price bid of eligible firms will be opened and order would be<br />

considered<br />

on the lowest bidders subject to their capacity and performance etc.<br />

14.3 All tender samples should have a card affixed to it duly signed and<br />

stamped<br />

by the firm indicating the following: -<br />

i) Name and address of the firm.<br />

ii) Tender No.<br />

i) Closing date & date of opening of tender<br />

ii) Name of item, item No & size.<br />

iii) Any other information, if required.


15. PLACE <strong>OF</strong> SUBMISSION <strong>OF</strong> TENDER SAMPLE & TENDER DOCUMENTS :<br />

Tender samples will be submitted at Office of Dy Inspector General of Police <strong>GC</strong><br />

<strong>CRPF</strong> Muzaffarpur ( Bihar) on or before specified time and date of receipt of<br />

Tender.<br />

15.1 Tender documents duly completed in all respect are to be submitted in the<br />

tender box (provisioning)kept at Office of DC (Store )<strong>GC</strong> <strong>CRPF</strong>,<br />

Muzaffarpur ( Bihar) before specified time and date mentioned in the<br />

Schedule to Tender. Late/delayed tender shall not be opened and returned in<br />

original to the bidder.<br />

15.2 Tender samples sent on “FREIGHT TO PAY” basis will not be accepted.<br />

Their authorized representatives may collect tender samples of tenderer<br />

whose offers are not accepted on requisition on letter head of the firm duly<br />

stamped, signature and attested by the tenderer on hearing from this<br />

Directorate. In case samples are not collected within the given time, the<br />

samples will be disposed off<br />

16. SAMPLE CLAUSE<br />

ADVANCE SAMPLE: The successful tenderer will submit required numbers of<br />

advance samples of each item for approval through Director of Quality<br />

Assurance DGS&D of the area concerned<br />

REFERENCE SAMPLE: The Inspector will seal and sign one sample for each<br />

consignee from each accepted bulk supply lot and pack it will consignment for<br />

reference and guidance to the consignee.<br />

TENDER SAMPLE ;; Tender sample is required along with the lab test<br />

certificate in original , from any of<br />

the laboratories approved by National Accreditation Board for testing and<br />

Calibration Laboratories (NABL)as per clause- 14<br />

17. LAB TEST REPORT / CERTIFICATE <strong>OF</strong> STORES <strong>OF</strong>FERED:<br />

17.15016 The tenderer after getting the tender samples tested from any of the<br />

laboratories approved by National Accreditation Board for Testing and<br />

Calibration Laboratories (NABL) must submit the lab test certificate in<br />

original along with their technical bid. The lab test certificate should indicate<br />

that :-<br />

“It is Certified that the sample offered for lab test is meeting / not meeting all the<br />

requirement with reference to its Tender Enquiry specifications As per Appendix – ‘A’of<br />

Tender Enquiry and the sample is acceptable / not acceptable with reference to its<br />

tender enquiry specifications .( Note :-Delete whichever is not applicable.”).<br />

Signature and Seal of the Lab.<br />

17.15017 Lab test certificate should not be older than the date of issue of this<br />

tender enquiry.<br />

18. LIQUIDATED DAMAGES: -<br />

If the contractor fails to deliver the store or any instalment thereof within the period<br />

fixed for such delivery or at any time repudiates the contract before the expiry of<br />

such period, the purchaser will recover from the contractor liquidated damages<br />

including administrative expenses and not by way of penalty a sum equivalent to<br />

2% of the price of any store which the contractor fails to deliver within the period<br />

fixed for delivery in the schedule for each month or part of the month during which<br />

the delivery of such store may be in arrears where delivery thereof is accepted<br />

after expiry of the after said period provided that the total damages so claimed<br />

shall not exceed 10% of the total contract price, as per Para 14.7(i) of DGS&D<br />

(68) Revised.


19. SECURITY DEPOSIT ::<br />

(a) The successful firm shall have to deposit a Security Deposit of 10% of the<br />

contract value within 21 days of the placement of supply order for due<br />

performance as per provisions contained in Clause 7 of DGS&D-68 (Revised).<br />

Failure on the part of the firm to deposit the security deposit within stipulated<br />

time, the purchaser reserve the right to cancel the contract.<br />

(b) The Performance Security Deposit submitted by the supplier will remain valid<br />

at least for 60 days beyond the Guarantee/Warrantee period as agreed in the<br />

contract.<br />

(c) If the supplier fails to deliver the stores in a promised period and places and a request<br />

for extension of time he will submit an undertaking on non-judicial stamp paper of Rs.10/duly<br />

attested by Notary Public stating that the Performance Security Deposit has already<br />

been extended for two months beyond the guarantee/warranty period.<br />

20. TWO BID SYSTEM ::<br />

All bidders are required to submit their offers in two covers as under:-<br />

(a) FIRST COVER (Technical Bid) should contain the following : -<br />

i) Tender documents duly completed and signed BUT WITHOUT INDICATING<br />

<strong>THE</strong> RATES QUOTED .<br />

ii) Earnest money (If applicable)<br />

iii) Delivery terms, delivery period quoted<br />

iv) Performance statement of last three years<br />

v) Lab test certificate in original as per clause 17 of T.E.<br />

vi) Tender samples/ proof of having submitted tender samples<br />

vii) Details of their plant and machinery in duplicate on the format enclosed<br />

along with T.E. (This is required even if they are registered with<br />

DGS&D/NSIC) please see clause 13 of Schedule to Tender)<br />

viii) Pre-receipt challan for refund of Earnest Money.<br />

ix) DD towards cost of tender set (please see clause 21 of schedule to tender)<br />

x) Any other relevant documents which the firms wishes to submit<br />

(b) SECOND COVER (Commercial / Price Bid) should contain the following :<br />

(i) Details of rates, taxes, duties, and discounts, if any quoted by the bidder.<br />

These details should be submitted on their letter pad.<br />

(ii) Rates must be clearly written in figures as well as in words.<br />

(iii) There should not be any cutting / over writing.<br />

Both the above-mentioned covers should be sealed separately, and super<br />

scribed with the Tender No., Stores and date of tender opening. This cover<br />

should thereafter, be kept in a third cover and again sealed. This cover<br />

should also be super scribed with the tender No., stores and date of tender<br />

opening. The composite bid i.e. rate indicated in the technical bid “OPENLY”<br />

SHALL BE<br />

IGNORED.<br />

21. (a) Tenders are available at Procurement Cell of Provisioning Directorate,<br />

<strong>CRPF</strong>, Block No.1, CGO Complex, Lodhi Road, New Delhi -03 against<br />

payment of tender fee specified in Tender Notice. Tenders are issued free of<br />

cost to NSIC registered suppliers through CLO (NSIC). Complete set of T.E.<br />

documents is also available on <strong>CRPF</strong> web site (www.crpf.gov.in), which can be<br />

downloaded by interested firms.<br />

Tender sets can also be obtained by post against Money Order or demand draft drawn in<br />

favour of DIG (Adm) Dte, Genl. <strong>CRPF</strong> payable at SBI Service Branch, New


Delhi(Branch Code no. 7687). If required by post, Rs. 50/- per tender set is to<br />

be Remitted extra. Department shall not be responsible for any postal delay.<br />

21. (b) In case tenderer are submitting downloaded tender documents, they<br />

must enclose Demand Draft equivalent to cost of tender set along with<br />

technical bid failing which tender shall be summarily rejected. The Demand<br />

Draft should be drawn in favour of DIG (Adm) Dte. Genl., <strong>CRPF</strong> payable at<br />

SBI, Service Branch, New Delhi(Code No.7687) and should not be clubbed<br />

with Earnest Money Deposit.<br />

22. Purchaser reserves the right to cancel/reject or Scrap the tender without<br />

assigning any reason.<br />

23. Tenders are not permitted to alter or modify their tenders after expiry of the<br />

deadline for receipt of tender till the date of validity of tender and if they do so<br />

their earnest money will be forfeited.<br />

24 Purchaser reserve the right to get the tender/advance sample tested from any<br />

Lab. Test<br />

charge, if any, on the above account will be borne by the tenderer.<br />

25. Purchaser reserves the right to increase or decrease the quantity at any stage.<br />

26 This tender item is reserved exclusively for SSI(MSE) including Handicrafts<br />

Sector. Note :<br />

a) Full name and status of the person signing the tender documents must be clearly<br />

mentioned in the tender documents.<br />

b) The firms applying tenders against the subject Tender Enquiry are informed that all<br />

relevant<br />

details with reference to the Tender Enquiry stipulation sare clearly responded to. In<br />

case any of the Tender Enquiry stipulations are not clearly stated to/replied to by any<br />

of the bidders, no repeat no clarifications will be sought from the concerned bidder and<br />

its offer will be rejected out rightly.<br />

c) Before submission of tender, tenderer will check the Check List attached to these Tender<br />

Documents as Appendix-“ D ” for compliance on various stipulations of the tender.<br />

Sd- 23/07/2012<br />

(SUNAND KUMAR) COMDT <strong>GC</strong> MZR<br />

<strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

(CCD)


To<br />

<strong>THE</strong> DIG<br />

<strong>GC</strong> C.R.P.F., Muzaffarpur ( Bihar)<br />

Dear Sir,<br />

In accordance with your invitation to Tender No<br />

____________________________________M/s.____________________________<br />

___________________________________ here in after called the Tenderer<br />

with the following Directors on their Board of Directors/Partners of the firm.<br />

1. _______________________ 2. ____________________<br />

3. _______________________ 4. ___________________<br />

; wish to participate in the said tender enquiry for the supply of<br />

____________________________ as a bank guarantee against Earnest Money for<br />

a sum of Rs. _________________ (in words) _____________________________Valid<br />

for 180 days from the date of tender opening viz. up to<br />

__________________________is required to be submitted by the Tenderer as<br />

condition for the participation, this bank hereby guarantees and undertakes during the<br />

above said period of 180 days, to immediately pay on demand by<br />

_____________________in the amount of without any reservation and recourse if,<br />

1. The Tenderer after submitting his tender, modifies the rates or any of the terms and<br />

conditions thereof, except with the previous written consent of the purchaser.<br />

2. The Tenderer withdraws the said tender within 180 days after opening of tenders<br />

OR<br />

3. The Tenderer having not withdrawn the tender, fails to furnish he contract security<br />

deposit imposed for due performance of the contract within the period provided in the<br />

general conditions of the contracts. The guarantee shall be irrevocable and shall<br />

remain valid up to_______________________ “ We……………………………… Lastly<br />

undertake, not to revoke this Bank Guarantee, during its currency period, except with<br />

the previous consent of the Government/purchaser, in writing. Otherwise, the<br />

Guarantee shall remain revoked after 45 days, in case the Government does not<br />

present a request, in writing to the Bank, with reasons, during the currency period of<br />

this Guarantee or 45 days thereafter, to extend this guarantee up to such specific date<br />

or period as required by the Government/purchaser.”<br />

Signature of the Bank<br />

Manager With office seal<br />

Full name of the signatory and full address of the bank.<br />

Date. _________ Signature. ___________________<br />

Place _________________Printed Name._________________<br />

Witness _________________________ (Designation) ___________<br />

(Banker’s Common Seal)<br />

Performance statement for last three years<br />

(a) Name of Firm:- ___________________________________________<br />

(b) Name of Item :- _________________________________________<br />

(c) Name of organization to whom supply made :-________________________<br />

1. Contract Nos. :<br />

2. Description of Stores :<br />

3. Quantity on order :<br />

4. Value :<br />

5. Original D.P. :<br />

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


7. Final Ext. D.P. :<br />

8. Last supply position. :<br />

9. Reasons for Delay in supplies : (if any)<br />

Signature of Tenderer<br />

APPENDIX ‘A’<br />

SPECIFICATION<br />

Nomenclature Specification/Size etc. Qty<br />

Socks Heavy Woolen<br />

superior Color :Khaki<br />

JSS: 8440-03:2000 (Revision No. 2)<br />

with amt. No. 1 Except Grade of<br />

wool l which shall be 58s .<br />

Size. 27 Cms, 29 Cms, 31 Cms<br />

27 CMs – 1,12,218 Prs.<br />

29 CMs - 1,04,996 Prs.<br />

31 CMs - 1,34,500 Prs.<br />

Total 3,51,714 pairs.<br />

Sd- 23/07/2012<br />

(SUNAND KUMAR) COMDT <strong>GC</strong> MZR<br />

<strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

(CCD)


Appendix-“B” :: SAMPLE CLAUSE<br />

1. Approved Samples<br />

1.1 In case where Supply Order (S.O.) stipulates samples to be approved by the indenter before bulk<br />

manufacturer, the supplier shall submit, within 15 days of receipt of S.O., required samples as per<br />

contract specification for indenter’s approval<br />

through the Inspecting Officer. Each depicting indeterminable parameters such as shape,<br />

size,makeup, finish and workmanship.<br />

1.2 On receipt of the samples, the inspecting Officer shall examine the samples for size/dimensions,<br />

constructions of fabric(where applicable), and mass (wherever applicable) to verify if they are as per<br />

required specification and if found satisfactory, shall forward the same to indenter for his approval in<br />

respect of the indeterminable parameters.<br />

1.3 In case indenter desires that advance samples to be submitted before placement of supply order, the<br />

supplier shall submit samples as above direct to the indenter and submission of samples through the<br />

Inspecting Officer will not be necessary.<br />

1.4 In case these parameters meet the requirement of indenter, he shall liable and seal the samples with<br />

remarks as “Approved” or “Not Approved”. Indenter shall remain one set of samples with him, forward one<br />

set to the Inspecting Officer concerned and the balance one set to the supplier for his guidance.<br />

Since approval of single sample will not give adequate indication of the variation in shape, size, make up,<br />

finish and workmanship etc., approval of just one sample in a set will not be accepted. It is, therefore,<br />

necessary that at least two of the three samples meet the approval of the indenter to depict the<br />

acceptable variation in indeterminable parameters.<br />

1.5 Samples approved as above shall be known as “Approved Samples”.<br />

1.6 In the event of indenter having a repeat order under the current R/C on the same supplier, the sample<br />

approved in the earlier S.O. can be adapted against the subsequent S.O.<br />

2.1 Failure to submit the sample by the stipulated date or in the event of the samples being rejected by the<br />

Inspecting authority or by the indenter, the S.O. shall be<br />

liable to be cancelled at the risk and expense of the contractor without any further reference to the<br />

supplier. The purchaser shall also be entitled to take contractual/administrative and other remedial<br />

measures including short-closure of the rate contract.<br />

2.2 During manufacturer/inspection of the stores before, it shall be ensured that offered/accepted lot<br />

shall be similar in appearance, shape, size, make up, finish and workmanship etc., when compared with<br />

the approved samples.<br />

3. Representative Samples<br />

Signature of the tenderer<br />

3.1 During the course of inspection, samples will be drawn for detailed examinations and tests as laid<br />

down in the specifications. The Inspecting Officer shall simultaneously drawn additional two samples,<br />

similar to the samples drawn for detailed tests, to be sent for each of the consignee along with accepted<br />

lot . All these samples should confirm to the approved samples in respect of indeterminable parameters<br />

such as shape, size, make up, finish and workmanship, etc.<br />

3.2 The samples shall be known as “Representative samples”.<br />

3.3 The representative samples shall be labeled and sealed by the Inspecting<br />

Officer and forwarded to the consignee with the lot. The bale/packing, in which these<br />

samples are kept, shall be clearly indicated in the Inspection Note for each consignee.<br />

3.3.1 The consignees will be guided by these samples to determine whether the same lot, as has been<br />

inspected and accepted by the Inspecting Officer has been<br />

dispatched by the supplier.<br />

Marking- As per clause below<br />

1. Marking of Cloth Serge Blue<br />

Note :-<br />

Inspection of stores shall be reported as per inspection report performa<br />

No. QA/Tex/139.<br />

Signature of the tenderer<br />

Sd- 23/07/2012<br />

(SUNAND KUMAR) COMDT <strong>GC</strong> MZR<br />

<strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong> (CCD)


APPENDIX “C”:: CONSIGNEES LIST<br />

Stores are required to delivered to the following consignee’s place on the their own risk and cost<br />

by suppliers<br />

Sl. No. Name and Address of Consignee Size Wise quantity of Items<br />

1. <strong>GC</strong> ,<strong>CRPF</strong>, Mokaghat, Bihar<br />

27 CMs – 3000 Prs.<br />

29 CMs - 600 Prs.<br />

31 CMs - 3589 Prs<br />

Total-12,859 prs<br />

2. <strong>GC</strong>, <strong>CRPF</strong>,Muzaffarpur, Bihar 27 CMs – 4347 Prs.<br />

29 CMs - 4347 Prs.<br />

31 CMs - 4348 Prs<br />

Total-13042 prs<br />

3. <strong>GC</strong>, <strong>CRPF</strong>,Ranchi, Jharkhand 27 CMs – 30,626 Prs.<br />

29 CMs – 17,656 Prs.<br />

31 CMs - 40,000 Prs<br />

Total - 88,282 prs<br />

4. <strong>GC</strong>, <strong>CRPF</strong>,Rampur , UP 27 CMs – 2000 Prs.<br />

29 CMs – 5000 Prs.<br />

31 CMs - 5243 Prs<br />

Total - 12,243 prs<br />

5. <strong>GC</strong>, <strong>CRPF</strong>, Lucknow , UP 27 CMs – 1036 Prs.<br />

29 CMs – 5178 Prs.<br />

31 CMs - 4143 Prs<br />

Total - 10,356 prs<br />

6. <strong>GC</strong>, <strong>CRPF</strong>, Allahabad , UP 27 CMs – 5803 Prs.<br />

29 CMs – 9000Prs.<br />

31 CMs - 12000 Prs<br />

Total - 26,803 prs<br />

7. <strong>GC</strong>, <strong>CRPF</strong>, Amethi , UP 27 CMs – 1500 Prs.<br />

29 CMs – 1005Prs.<br />

31 CMs - 2518 Prs<br />

Total - 5,023 prs<br />

8. <strong>GC</strong>, <strong>CRPF</strong>, Kathgodam, Uttarakhand 27 CMs – nil Prs.<br />

29 CMs – 2000Prs.<br />

31 CMs - 3249 Prs<br />

Total - 5,249 prs<br />

9. <strong>GC</strong>, <strong>CRPF</strong>, Durgapur, West Bengal 27 CMs – 13,595 Prs.<br />

29 CMs – 13,595 Prs.<br />

31 CMs - 13,595 Prs<br />

Total - 40785 prs<br />

10. <strong>GC</strong>, <strong>CRPF</strong>, Bhubaneshwar, Odhisha 27 CMs – 3676 Prs.<br />

29 CMs – 7350 Prs.<br />

31 CMs - 7350 Prs<br />

Total - 18,376 prs<br />

11. <strong>GC</strong>, <strong>CRPF</strong>, Siliguri, West Bengal 27 CMs – nil Prs.<br />

29 CMs – 11,000 Prs.<br />

31 CMs - 12,809 Prs<br />

Total - 23,809 prs<br />

12. <strong>GC</strong>, <strong>CRPF</strong>, Bhopal, MP 27 CMs – 7566 Prs.<br />

29 CMs – 7566 Prs.


31 CMs - 10091 Prs<br />

Total - 25,223 prs<br />

13. <strong>GC</strong>, <strong>CRPF</strong>, Gwalior 27 CMs – 1000 Prs.<br />

29 CMs – 1000 Prs.<br />

31 CMs - 631 Prs<br />

Total - 2,631 prs<br />

14. <strong>GC</strong>, <strong>CRPF</strong>, Neemuch, MP 27 CMs – 4770 Prs.<br />

29 CMs – nil Prs.<br />

31 CMs - 3692 Prs<br />

Total - 8462 prs<br />

15. <strong>GC</strong>, <strong>CRPF</strong>, Bilaspur, Chhatisgarh 27 CMs – 19613 Prs.<br />

29 CMs – 17613 Prs.<br />

31 CMs - 19615 Prs<br />

Total - 58,841 prs<br />

Sd- 23/07/2012<br />

(SUNAND KUMAR) COMDT <strong>GC</strong> MZR<br />

<strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

(CCD)


Appendix-“D”<br />

Check list for tenderer<br />

(Tenderers should check following requirements for compliance before<br />

submission of the tender documents)<br />

Sl.No.<br />

Requirements to be checked by the tenderer<br />

before submission of the tender.<br />

Compliance<br />

(To be indicated by the<br />

tenderer with “YES” after<br />

compliance of the<br />

requirements)<br />

1. Tenderers should mention quantity for which they have quoted. This should be<br />

mentioned in the covering/ forwarding letter head of the technical bid.<br />

2. Tenderers should ensure deposit of required Earnest Money Deposit if the<br />

tenderer are not registered with DGS&D or NSIC for the store(s) quoted for the<br />

governing specification as per Tender Enquiry<br />

3. Tenderers should ensure that their registration with<br />

DGS&D and NSIC is valid if they are registered with DGS&D/NSIC and not<br />

depositing Earnest Money. They should enclose the latest DGS&D/NSIC registration<br />

certificate.<br />

4. Tenderers should confirm that their equipment/products conform to the governing<br />

specifications of the quoted stores as per Tender Enquiry.<br />

5. Tenderers should mention whether it is an SSI Unit or not.<br />

6. Tenderers should mention their monthly manufacturing / supplying capacity.<br />

7. Tenderers should mention in the Tender Enquiry that they accept our delivery terms<br />

i.e.<br />

they agree to supply stores at consignees’ locations at freight, risk and cost of the<br />

tenderer.<br />

8. Tenderers should mention that their offer is valid up to 180 days from the date<br />

of<br />

opening of the tender.<br />

9. Tenderers should mention their Delivery Period clearly.<br />

10. Tenderers should mention that they agree to the Tolerance Clause of the Tender<br />

Enquiry.<br />

11. Tenderers should give their past performance in the specified format given in the<br />

Tender documents.<br />

12. Tenderers should mention that they agree to the<br />

Arbitration clause of the Tender Enquiry.<br />

13. Tenderer must ensure that the Lab test report along with clear verdict certificate<br />

required as per Clause-17.1 of Schedule to Tender Enquiry documents is<br />

enclosed.<br />

Signature of the tenderer<br />

14. Tenderer must ensure that the counter sample (remnant portion of the test sample)<br />

duly sealed, stamped and signed by the Lab should be attached with the Tender<br />

Sample/Lab Test report.<br />

15 Tenderers should mention whether it is a manufacturer of the store(s) quoted or it is the<br />

manufacturer’s authorized agent. In case of agent, it should submit<br />

valid authority letter(s) of their Principal(s) for the stores they have quoted. In case<br />

of agent of foreign Principals, they should attach valid registration certificate of


DGS&D as agent of foreign Principals.<br />

16 Tenderers should mention that they agree to accept the conditions of the contract<br />

contained in DGS&D-68 (Revised) amended up to 31.12.91 and those contained in<br />

Pamphlet No.DGS&D-229 read with Annexure attached.<br />

17 Tenderers should ensure that they have duly filled up<br />

Equipment and Quality Control Proforma given in the Tender documents.<br />

18 Tenderers should mention that Business dealing with their firms has not been<br />

banned<br />

by any Govt/ private agencies.<br />

19 Tenderers should ensure that witness has signed at appropriate places<br />

of the Tender documents and full name and address of the witness have been<br />

mentioned clearly.<br />

20 Tenderer should ensure to sign each page of the Tender documents with name,<br />

designation, seal and address of the signatory.<br />

21 If the tenderer want to mention any specific condition, it should be mentioned on the<br />

covering/forwarding letter only which will be placed on the first page of the technical bid.<br />

Such condition mentioned in any other document shall not be given any consideration.<br />

22 Tenderers should mention their address for communication with Telephone and Fax<br />

Number.<br />

Signature of the tenderer<br />

Appendix-E`.<br />

FIRMS/MANUFACTURERS WILL PROVIDE LIST <strong>OF</strong> PLANT & MACHINERY<br />

INSTALLED IN <strong>THE</strong>IR FACTORY FOR MANUFACTURING THIS ITEM (SOCKS<br />

HEAVY WOOLLEN KHAKI)<br />

Sl.No. List/Name of Plant and Machinery.<br />

Signature of tenderer<br />

Date<br />

Name of tenderer


READ:-<br />

Schedule to Tender<br />

DY.INSPECTOR GENERAL <strong>OF</strong> POLICE GROUP CENTRE Central Reserve Police Force<br />

Muzaffarpur ( Bihar) Tele:0621-2814815/ Fax: 0621-2814815<br />

Schedule to Tender No. L.VII-9/2012-13-<strong>GC</strong>(S) S/WOOLEN Dated, the 02 Aug 2012.<br />

Time and date of receipt of tender on 04/ 09/2012<br />

Time and date for opening of tender At 1100 Hours on 05/09/2012 Validity<br />

of offer- The Tender shall remain open for acceptance till 180 days from the date of opening of<br />

tender.<br />

Note;- Tenderers are advised to go through the Earnest Money, Payment terms, clauses of this Tender<br />

Enquiry carefully before filling the Tender<br />

Sl no Tender No Description<br />

of Stores<br />

1.<br />

L.VII-<br />

9/2012-13-<br />

<strong>GC</strong>(S)<br />

S/woollen<br />

Sock woolen<br />

superior :<br />

Colour :Khaki<br />

Qty<br />

(In pairs)<br />

3,51,714<br />

pairs.<br />

Specification<br />

and<br />

sizes<br />

As per<br />

Appendix-<br />

“A” of T.E<br />

EMD (In<br />

Rs)<br />

Date & Time of<br />

opening of<br />

Tender<br />

3,32,370 /- 1100 Hours<br />

on 05/09/12<br />

TENDER NOTICE<br />

DY.INSPECTOR GENERAL <strong>OF</strong> POLICE GROUP CENTRE Central Reserve Police Force<br />

Muzaffarpur ( Bihar) Tele:0621-2814816/ Fax: 0621-2814816<br />

Tender No. L.VII-9/2012-13-<strong>GC</strong>(S) S/WOOLEN Dated, the 23 July 2012.<br />

Sl<br />

no<br />

Tender<br />

No<br />

Description<br />

of Stores<br />

Qty<br />

(In pairs)<br />

Specificatio<br />

n<br />

and<br />

EMD<br />

(In Rs)<br />

Tender Documents Date &<br />

Time of<br />

opening of<br />

Tender<br />

1.<br />

L.VII-<br />

9/2012-<br />

13-<br />

<strong>GC</strong>(S)<br />

S/woole<br />

n<br />

Socks Heavy<br />

Woolen<br />

superior<br />

Color<br />

:Khaki<br />

3,51,714<br />

pairs.<br />

sizes<br />

As per<br />

Appendix-<br />

“A” of T.E<br />

3,32,370 /- d) Tender Documents<br />

can be downloaded<br />

from www.crpf.gov.in free<br />

of Cost. or<br />

e) It can be obtained from<br />

Provisioning Branch of <strong>GC</strong><br />

MZR after Paying Rs 100/- in<br />

cash.<br />

Sealed tenders under two bid system (Technical and Commercial Bid) on the prescribed<br />

form for the purchase of following stores as per details given above.<br />

Sd/-2/8/12<br />

(S.K.DUBEY) Dy. Commandant<br />

For <strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

Tender No. L.VII-1/2012-13-<strong>GC</strong>(S) S/WOOLEN Dated, the 02 Aug , 2012.<br />

Copy forwarded to: -<br />

1. The PRO Dte. Genl, <strong>CRPF</strong> for publication in local newspaper & at least one national<br />

daily and in ITJ having wide circulation through Media Executive, DAVP 10th floor<br />

Suchana Bhawan, New Delhi.(Encl: 5 copies) and in Indian Trade Journal.<br />

Sd/-2/8/12<br />

(S.K.DUBEY) Dy. Commandant<br />

For <strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

1100<br />

Hours<br />

on<br />

05/09/12


INTERNAL<br />

1) <strong>THE</strong> DIG (IT) DTE, Genl. <strong>CRPF</strong>, New Delhi for Delhi along with Soft copy of<br />

Tender Enquiry for publication on <strong>CRPF</strong> web site.<br />

2) The Public Relation Officer, Directorate General (PR Branch) <strong>CRPF</strong>, CGO, Complex, Lodhi Road, New<br />

Delhi for publication in local Newspapers ,National, news paper and Indian Trade Journal & at least one<br />

national daily having wide circulation through Media Executive ,DAVP 10 the floor Suchana Bhawan ,<br />

New Delhi.<br />

b) DC(Prov), Dte., Genl, <strong>CRPF</strong>, with the request to go through the Tender Enquiry and<br />

intimate errors, if any, within 07 days.<br />

c) Notice Board, Dte. Genl., <strong>CRPF</strong>.<br />

d) File.<br />

Sd/-2/8/12<br />

(S.K.DUBEY) Dy. Commandant<br />

For <strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong>


Instruction for Bidders<br />

Specification/Packing / Marking/preservation: As per appendix” A”<br />

Sample clause: As per appendix “B” attached<br />

All Tender documents attached with this invitation to tender including the<br />

specifications are ACROSANCT for considering any offer as complete offer. It<br />

is therefore important that each page of the TENDER DOCUMENTS FROM<br />

PAGE 01 TO 26 (Last page) DULY COMPLETED AND SIGNED are returned<br />

with your office.<br />

All firms who are not specifically registered for required stores as per<br />

specification of tender enquiry either with DGS&D or with NSIC, are required<br />

to submit Earnest Money as mentioned above along with their offer.<br />

Registration with any other organization will not exempt them from depositing<br />

Earnest Money. As per Government policy, PSUs are not exempted from<br />

depositing EMD.<br />

SIGNATURE <strong>OF</strong> TENDERER<br />

2. Purchaser : The President of India.<br />

3. Inspection Authority : HOO <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

authorities.<br />

4. Inspection Officer : HOO <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong><br />

4. Stores required at : FREE DELIVERY AT CONSIGNEES LOCATION (As<br />

per Appendix “C” attached ).<br />

Tenderer are required to quote rates on free delivery at consignee’s location<br />

basis only. Uniform rate to be quoted for all destinations/consignees.<br />

Tenders received on FOR Destination Stations/ Station of dispatch basis or<br />

different rates for different destinations shall be summarily rejected.<br />

5. Delivery Period:: i) within 3 months of placement of firm order/approval of<br />

advance sample for entire quantity with lead period of one month.<br />

ii) If the AT placed on any of the participating firms for the part quantity, the<br />

delivery period will be fixed keeping in view the quantum of order and the<br />

supply capacity quoted by the concerned firm in their tender documents.<br />

6. Dispatch Instructions : Stores are required to be delivered at consignee’s<br />

location at freight, risk and cost of the supplier.<br />

7. Payment Terms :<br />

A) Payment is subject to the recoupment of Bill.<br />

b) Bill will be sent for payment only after production of provisional receipt of<br />

stores from all consignees.<br />

8. Packing & Marking : As per relevant clause of Specification.


9. Rate quoted by the firms should be on firm price basis.<br />

10. Firms should clearly indicate different taxes and duties, which they propose<br />

to charge as extra along with the present rates thereof. Offers with such<br />

stipulations like ‘as applicable’ will be treated as vague and are liable to be<br />

ignored.<br />

11. (a)Tenderer should disclose the name and full address (along with<br />

telephone/ Fax No.) of the place where the stores will be manufactured and<br />

offered for inspection.<br />

In case the firm is registered with NSIC for the subject stores, they should<br />

clarify whether they are registered as a manufacturing unit or in any other<br />

capacity. In case the registration is as a manufacturer, they should indicate<br />

the full address/phone No. of their manufacturing facility.<br />

b) Registration of Indian agents submitting offers on behalf of foreign principals :-<br />

As per the Compulsory Enlistment Scheme of the Department of Expenditure,<br />

Ministry of Finance, GOI, it is compulsory for Indian agents, who desire to<br />

quote directly on behalf of their foreign principals, to get themselves enlisted<br />

with the Central Purchase Organization (eg. DGS&D). However, such<br />

enlistment is not equivalent to registration of suppliers as mentioned under rule<br />

142 of GFR `2005.<br />

12. Purchaser reserves the right to change the consignee and change the<br />

quantity of stores allotted to them.<br />

13. Purchaser reserves the right to get the manufacturing capacity of all firms<br />

re-verified irrespective of the registration status.<br />

14. TENDER SAMPLE REQUIREMENT:<br />

All the bidders are required to submit one No. of Socks woolen superior Colour:Khaki<br />

as tender sample of each size as per appendix A along with the lab test certificate in<br />

original, from any of the laboratories approved by National Accreditation Board for<br />

Testing and Calibration Laboratories (NABL)/The Labs recognised by the Ministry of<br />

Textile is to be specified in the tender enquiry also..<br />

14.1 These tender sample should match to the sealed master sample for pattern.<br />

14.1.1 The sample should be from the same lot, test certificate of which is<br />

submitted along with the tender and the counter sample (remnant portion of the<br />

test sample) duly sealed and signed by laboratory & vendor should be attached<br />

with the sample.<br />

14.1.2 Deleted<br />

14.1.3 Tenderer should ensure that the sample submitted by them fully<br />

conform to All the parameters of the Tender Enquiry specification.<br />

14.1.4 Offers received without tender samples or in case of tender samples<br />

are received after the due date and time for receipt of tenders shall be ignored<br />

summarily.<br />

14.2 The price bid of eligible firms will be opened and order would be<br />

considered on the lowest bidders subject to their capacity and performance<br />

etc.<br />

14.3 All tender samples should have a card affixed to it duly signed and<br />

stamped by the firm indicating the following: -


i) Name and address of the firm.<br />

ii) Tender No.<br />

i) Closing date & date of opening of tender<br />

ii) Name of item, item No & size.<br />

iii) Any other information, if required.<br />

15. PLACE <strong>OF</strong> SUBMISSION <strong>OF</strong> TENDER SAMPLE & TENDER DOCUMENTS :<br />

Tender samples will be submitted at Office of Dy Inspector General of Police<br />

<strong>GC</strong> <strong>CRPF</strong> Muzaffarpur ( Bihar) on or before specified time and date of receipt<br />

of Tender.<br />

15.1 Tender documents duly completed in all respect are to be submitted in the<br />

tender box (provisioning) kept at Office of DC (Store) <strong>GC</strong> <strong>CRPF</strong>, or to be sent<br />

through registered post.<br />

Muzaffarpur ( Bihar) before specified time and date mentioned in the<br />

Schedule toTender. Late/delayed tender shall not be opened and returned in<br />

original to the bidder.<br />

15.2 Tender samples sent on “FREIGHT TO PAY” basis will not be accepted.<br />

Their authorized representatives may collect tender samples of tenderer<br />

whose offers are not accepted on requisition on letter head of the firm duly<br />

stamped, signature and attested by the tenderer on hearing from this <strong>GC</strong><br />

<strong>CRPF</strong> Muzaffarpur. In case samples are not collected within the given time,<br />

the samples will be disposed off<br />

16. SAMPLE CLAUSE<br />

ADVANCE SAMPLE: The successful tenderer will submit required numbers of<br />

advance samples duly approved by NABL Accredited laboratory /Laboratories<br />

approved by Ministry of Textiles.<br />

REFERENCE SAMPLE: The Inspector will seal and sign one sample for each<br />

consignee from each accepted bulk supply lot and pack it will consignment for<br />

reference and guidance to the consignee.<br />

TENDER SAMPLE ;; 14. TENDER SAMPLE REQUIREMENT:<br />

All the bidders are required to submit one No. of Socks woolen superior Colour: Khaki<br />

as tender sample of each size as per appendix -A along with the lab test certificate in<br />

original, from any of the laboratories approved by National Accreditation Board for<br />

Testing and Calibration Laboratories (NABL)/The Labs recognised by the Ministry of<br />

Textile is to be specified in the tender enquiry also..<br />

17. LAB TEST REPORT / CERTIFICATE <strong>OF</strong> STORES <strong>OF</strong>FERED:<br />

17.15016 The tenderer after getting the tender samples tested from any of the<br />

laboratories approved by National Accreditation Board for Testing and<br />

Calibration Laboratories (NABL)/ Laboratories approved by Ministry of Textiles<br />

as per clause- 14<br />

must submit the lab test certificate in original along with their technical bid. The<br />

lab test certificate should indicate that :-<br />

“It is Certified that the sample offered for lab test is meeting / not meeting all the<br />

requirement with reference to its Tender Enquiry specifications As per Appendix –<br />

‘A’of Tender Enquiry and the sample is acceptable / not acceptable with reference to<br />

its tender enquiry specifications .( Note :-Delete whichever is not applicable.”).<br />

Signature and Seal of the Lab.


17.15017 Lab test certificate should not be older than the date of issue of this<br />

tender enquiry.<br />

18. LIQUIDATED DAMAGES: -<br />

If the contractor fails to deliver the store or any instalment there of within the<br />

period fixed for such delivery or at any time repudiates the contract before the<br />

expiry of such period, the purchaser will recover from the contractor liquidated<br />

damages including administrative expenses and not by way of penalty a sum<br />

equivalent to 2% of the price of any store which the contractor fails to deliver<br />

within the period fixed for delivery in the schedule for each month or part of the<br />

month during which the delivery of such store may be in arrears where delivery<br />

thereof is accepted after expiry of the after said period provided that the total<br />

damages so claimed shall not exceed 10% of the total contract price, as per<br />

Para 14.7(i) of DGS&D (68) Revised.<br />

19. SECURITY DEPOSIT ::<br />

(a) The successful firm shall have to deposit a Security Deposit of 10% of the<br />

contract value within 21 days of the placement of supply order for due<br />

performance as per provisions contained in Clause 7 of DGS&D-68 (Revised).<br />

Failure on the part of the firm to deposit the security deposit within stipulated<br />

time, the purchaser reserve the right to cancel the contract.<br />

(b) The Performance Security Deposit submitted by the supplier will remain<br />

valid at least for 90 days beyond the Guarantee/Warrantee period as agreed in<br />

the contract.<br />

(c) If the supplier fails to deliver the stores in a promised period and places and<br />

a request for extension of time he will submit an undertaking on non-judicial<br />

stamp paper of Rs.10/- duly attested by Notary Public stating that the<br />

Performance Security Deposit has already been extended for three months<br />

beyond the guarantee/warranty period.<br />

20. TWO BID SYSTEM ::<br />

All bidders are required to submit their offers in two covers as under:-<br />

(a) FIRST COVER (Technical Bid) should contain the following : -<br />

i) Tender documents duly completed and signed BUT WITHOUT INDICATING<br />

<strong>THE</strong> RATES QUOTED .<br />

ii) Earnest money (If applicable)<br />

iii) Delivery terms, delivery period quoted<br />

iv) Performance statement of last three years<br />

v) Lab test certificate in original as per clause 17 of T.E.<br />

vi) Tender samples/ proof of having submitted tender samples<br />

vii) Details of their plant and machinery in duplicate on the format enclosed<br />

along with T.E. (This is required even if they are registered with<br />

DGS&D/NSIC) please see clause 13 of Schedule to Tender)<br />

viii) Pre-receipt challan for refund of Earnest Money.<br />

ix) Deleted<br />

x) Any other relevant documents which the firms wishes to submit<br />

(b) SECOND COVER (Commercial / Price Bid) should contain the following :<br />

(i) Details of rates, taxes, duties, and discounts, if any quoted by the bidder.<br />

These details should be submitted on their letter pad.<br />

(ii) Rates must be clearly written in figures as well as in words.


(iii) There should not be any cutting / over writing.<br />

Both the above-mentioned covers should be sealed separately, and super<br />

scribed with the Tender No., Stores and date of tender opening. This cover<br />

should thereafter, be kept in a third cover and again sealed. This cover<br />

should also be super scribed with the tender No., stores and date of tender<br />

opening. The composite bid i.e.rate indicated in the technical bid “OPENLY”<br />

SHALL BE<br />

IGNORED.<br />

21. (a) Tenders are available at Provisioning Branch of <strong>GC</strong> <strong>CRPF</strong>,<br />

Muzaffarpur against payment of tender fee specified in Tender Notice.<br />

Complete set of T.E. documents is also available on <strong>CRPF</strong> web site<br />

(www.crpf.gov.in), which can be downloaded by interested firms free of cost.<br />

22. Purchaser reserves the right to cancel/reject or Scrap the tender without<br />

assigning any reason.<br />

23. Tenders are not permitted to alter or modify their tenders after expiry of the<br />

deadline for receipt of tender till the date of validity of tender and if they do so<br />

their earnest money will be forfeited.<br />

24 Purchaser reserve the right to get the tender/advance sample tested from any<br />

Lab. Test charge, if any, on the above account will be borne by the tenderer.<br />

25. Purchaser reserves the right to increase or decrease the quantity at any stage.<br />

26. This tender item is reserved exclusively for SSI(MSE) including Handicrafts<br />

Sector.<br />

Note :<br />

a) Full name and status of the person signing the tender documents must be<br />

clearly mentioned in the tender documents.<br />

b) The firms applying tenders against the subject Tender Enquiry are informed<br />

that all relevant details with reference to the Tender Enquiry stipulation shall be<br />

clearly responded to. In case any of the Tender Enquiry stipulations are not<br />

clearly stated to/replied to by any of the bidders, no repeat no clarifications will<br />

be sought from the concerned bidder and its offer will be rejected out rightly.<br />

c) Before submission of tender, tenderer will check the Check List attached to<br />

these Tender Documents as Appendix-“ D ” for compliance on various<br />

stipulations of the tender.<br />

Sd/-02/08/12<br />

(S.K.DUBEY) Dy. Commandant<br />

For Dy. Insp. Genl of Police <strong>GC</strong> <strong>CRPF</strong> MZR (Bihar)<br />

FOR AND ON BEHALF <strong>OF</strong> <strong>THE</strong> PRESIDENT <strong>OF</strong><br />

INDIA


INSRUCTIONS REGARDING BID SECURITY/EARNEST MONEY DEPOSIT<br />

1. All firms who are not specifically registered with NSIC or DGS&D for the stores for which<br />

the<br />

offers are invited, are required to deposit EARNEST money equivalent to the amount as<br />

mentioned in the Tender Schedule, failing which their offer will be summarily rejected.<br />

5. For claiming exemption from depositing earnest money, the tenderer should be registered<br />

with NSIC or DGS&D specifically for the stores with specification as mentioned in Tender<br />

schedule. Firms which are not specifically registered for the stores with specification as<br />

mentioned in the Tender Schedule, either with DGS&D or with NSIC, shall be treated as<br />

unregistered and shall be required to deposit earnest money as above.<br />

6. Similarly firms, who are specifically registered for the stores as per specified Specifications<br />

with DGS&D/ NSIC, but with a certain MONETARY LIMIT, will be treated as<br />

UNREGISTERED<br />

for their value exceeding their monetary limit of registration. Such firms shall be required to<br />

deposit proportionate earnest money over and above the monetary limit.<br />

In case such firms fail to deposit Earnest Money, their offer for the tender value exceeding<br />

their monetary limit is liable to be ignored.<br />

4. The Earnest Money can be deposited in any of the following alternative forms:-<br />

(a) A crossed Bank draft drawn in favour of DIG <strong>GC</strong> <strong>CRPF</strong> Muzaffapur payable at SBI, SKMCH<br />

Muzaffarpur Code…10082<br />

(b) An irrevocable Bank Guarantee (BG) in the name of DIG <strong>GC</strong> <strong>CRPF</strong> Muzaffapur<br />

Nationalized/Scheduled Bank. The Bank guarantee should be payable at<br />

SBI (Main branch), New Delhi. The format is attached with this tender enquiry.<br />

(c) Foreign bidders should submit Earnest Money in the form of Bank<br />

Guarantee only, issued or confirmed by any Nationalized Indian Bank.<br />

(d) The Earnest Money shall be valid and will remain deposited with the purchaser for the<br />

prescribed period in schedule. If the validity of the tender is extended, the validity of EM<br />

document submitted by the tenderer shall also be suitably extended by the tenderer, failing<br />

which his tender, after the expiry of the aforesaid period shall not be considered by<br />

the Purchaser.<br />

5. The earnest money shall be valid and remain deposited with the purchaser for the period of<br />

180 days from the date of tender opening. If the validity of the tender is extended, the validity<br />

of the BG/or any other alternate document submitted in lieu of Earnest money will also be<br />

suitably extended by the tenderer, failing which their tender after the expiry of the aforesaid<br />

period shall not be considered by the purchaser.<br />

6. No interest shall be payable by the purchaser on the EM deposited by the tenderer.<br />

7. The Earnest Money deposited is liable to be forfeited if the tenderer withdraws<br />

or amends, impairs or derogate from the tender in any respect within the period of validity of<br />

his tender.<br />

8. The earnest money of the successful tenderer shall be returned after the security Deposit<br />

as required in terms of the contract is furnished by the tenderer.<br />

9. If the successful tenderer fails to furnish the security deposit as required in the Contract<br />

within the stipulated period, the Earnest Money shall be liable to be forfeited by the purchaser.<br />

10. Money of all the unsuccessful tenderer shall be returned by the purchaser as early as<br />

possible after the expiry of bids validity, but not later than 30 days after<br />

Placement of contract. Tenderers are advised to send a pre receipt challan along with their<br />

bids so that refund of Earnest Money can be made in time.<br />

11. Any tender, where the tenderer is required to deposit Earnest Money in terms of<br />

Conditions mentioned in preceding paras, not accompanied with Earnest Money in<br />

any one of the approved forms acceptable to the purchaser, shall be rejected.<br />

Sd/-02/08/12<br />

(S.K.DUBEY) Dy Commandant<br />

For Dy. Insp. Genl of Police <strong>GC</strong> <strong>CRPF</strong> MZR (Bihar)


To<br />

<strong>THE</strong> DIG<br />

<strong>GC</strong> C.R.P.F., Muzaffarpur ( Bihar)<br />

Dear Sir,<br />

In accordance with your invitation to Tender No<br />

____________________________________M/s.____________________________<br />

___________________________________ here in after called the Tenderer<br />

with the following Directors on their Board of Directors/Partners of the firm.<br />

1. _______________________ 2. ____________________<br />

3. _______________________ 4. ___________________<br />

; wish to participate in the said tender enquiry for the supply of<br />

____________________________ as a bank guarantee against Earnest Money for<br />

a sum of Rs. _________________ (in words) _____________________________Valid<br />

for 180 days from the date of tender opening viz. up to<br />

__________________________is required to be submitted by the Tenderer as<br />

condition for the participation, this bank hereby guarantees and undertakes during the<br />

above said period of 180 days, to immediately pay on demand by<br />

_____________________in the amount of without any reservation and recourse if,<br />

1. The Tenderer after submitting his tender, modifies the rates or any of the terms and<br />

conditions thereof, except with the previous written consent of the purchaser.<br />

2. The Tenderer withdraws the said tender within 180 days after opening of tenders<br />

OR<br />

3. The Tenderer having not withdrawn the tender, fails to furnish he contract security<br />

deposit imposed for due performance of the contract within the period provided in the<br />

general conditions of the contracts. The guarantee shall be irrevocable and shall<br />

remain valid up to_______________________ “ We……………………………… Lastly<br />

undertake, not to revoke this Bank Guarantee, during its currency period, except with<br />

the previous consent of the Government/purchaser, in writing. Otherwise, the<br />

Guarantee shall remain revoked after 45 days, in case the Government does not<br />

present a request, in writing to the Bank, with reasons, during the currency period of<br />

this Guarantee or 45 days thereafter, to extend this guarantee up to such specific date<br />

or period as required by the Government/purchaser.”<br />

Signature of the Bank<br />

Manager With office seal<br />

Full name of the signatory and full address of the bank.<br />

Date. _________ Signature. ___________________<br />

Place _________________Printed Name._________________<br />

Witness _________________________ (Designation) ___________<br />

(Banker’s Common Seal)<br />

Performance statement for last three years<br />

(a) Name of Firm:- ___________________________________________<br />

(b) Name of Item :- _________________________________________<br />

(c) Name of organization to whom supply made :-________________________<br />

1. Contract Nos. :<br />

2. Description of Stores :<br />

3. Quantity on order :<br />

4. Value :


5. Original D.P. :<br />

6. Qty. supplied within original D.P. :<br />

7. Final Ext. D.P. :<br />

8. Last supply position. :<br />

9. Reasons for Delay in supplies : (if any)<br />

Signature of Tenderer<br />

APPENDIX ‘A’<br />

SPECIFICATION<br />

Nomenclature Specification/Size etc. Qty<br />

Socks Woolen superior<br />

Color :Khaki<br />

Socks Wool Superior to<br />

specification<br />

No. G/TEX/W-70/1993.<br />

except Grade of<br />

wool which shall be 64s.<br />

Socks Wool<br />

Superior shall be of wool<br />

mark blend.<br />

Size. 2, 3, & 4<br />

Size-2– 1,12,218 Prs.<br />

Size-3- 1,04,996 Prs.<br />

Size-4- 1,34,500 Prs.<br />

Total 3,51,714 pairs.<br />

Sd/-02/08/12<br />

(S.K.DUBEY) Dy. Commandant.<br />

For <strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong>


Appendix-“B” :: SAMPLE CLAUSE<br />

1. Approved Samples<br />

1.1 In case where Supply Order (S.O.) stipulates samples to be approved by the indenter before bulk<br />

manufacturer, the supplier shall submit, within 15 days of receipt of S.O., required samples as per<br />

contract specification for indenter’s approval<br />

through the Inspecting Officer. Each depicting indeterminable parameters such as shape, size,<br />

makeup, finish and workmanship.<br />

1.2 On receipt of the samples, the inspecting Officer shall examine the samples for size/dimensions,<br />

constructions of fabric(where applicable), and mass (wherever applicable) to verify if they are as per<br />

required specification and if found satisfactory, shall forward the same to indenter for his approval in<br />

respect of the indeterminable parameters.<br />

1.3 In case indenter desires that advance samples to be submitted before placement of supply order, the<br />

supplier shall submit samples as above direct to the indenter and submission of samples through the<br />

Inspecting Officer will not be necessary.<br />

1.4 In case these parameters meet the requirement of indenter, he shall liable and seal the samples with<br />

remarks as “Approved” or “Not Approved”. Indenter shall remain one set of samples with him, forward one<br />

set to the Inspecting Officer concerned and the balance one set to the supplier for his guidance.<br />

Since approval of single sample will not give adequate indication of the variation in shape, size, make up,<br />

finish and workmanship etc., approval of just one sample in a set will not be accepted. It is, therefore,<br />

necessary that at least two of the three samples meet the approval of the indenter to depict the<br />

acceptable variation in indeterminable parameters.<br />

1.5 Samples approved as above shall be known as “Approved Samples”.<br />

1.6 In the event of indenter having a repeat order under the current R/C on the same supplier, the sample<br />

approved in the earlier S.O. can be adapted against the subsequent S.O.<br />

2.1 Failure to submit the sample by the stipulated date or in the event of the samples being rejected by the<br />

Inspecting authority or by the indenter, the S.O. shall be<br />

liable to be cancelled at the risk and expense of the contractor without any further reference to the<br />

supplier. The purchaser shall also be entitled to take contractual/administrative and other remedial<br />

measures including short-closure of the rate contract.<br />

2.2 During manufacturer/inspection of the stores before, it shall be ensured that offered/accepted lot<br />

shall be similar in appearance, shape, size, make up, finish and workmanship etc., when compared with<br />

the approved samples.<br />

3. Representative Samples<br />

Signature of the tenderer<br />

3.1 During the course of inspection, samples will be drawn for detailed examinations and tests as laid<br />

down in the specifications. The Inspecting Officer shall simultaneously drawn additional two samples,<br />

similar to the samples drawn for detailed tests, to be sent for each of the consignee along with accepted<br />

lot . All these samples should confirm to the approved samples in respect of indeterminable parameters<br />

such as shape, size, make up, finish and workmanship, etc.<br />

3.2 The samples shall be known as “Representative samples”.<br />

3.3 The representative samples shall be labeled and sealed by the Inspecting<br />

Officer and forwarded to the consignee with the lot. The bale/packing, in which these<br />

samples are kept, shall be clearly indicated in the Inspection Note for each consignee.<br />

3.3.1 The consignees will be guided by these samples to determine whether the same lot, as has been<br />

inspected and accepted by the Inspecting Officer has been dispatched by the supplier.<br />

Marking- As per clause below<br />

Note :-<br />

Inspection of stores shall be reported as per inspection report performa<br />

No. QA/Tex/139.<br />

Signature of the tenderer Sd/-02/08/12<br />

(S.K.DUBEY) Dy. Commandant.<br />

For <strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong>


APPENDIX “C”:: CONSIGNEES LIST<br />

Stores are required to delivered to the following consignee’s place on the their own risk and cost<br />

by suppliers<br />

Sl. No. Name and Address of Consignee Size Wise quantity of Items<br />

1 <strong>GC</strong> ,<strong>CRPF</strong>, Mokaghat, Bihar Size-2– 3000 Prs.<br />

Size-3- 600 Prs.<br />

Size-4 - 3589 Prs<br />

Total-12,859 prs<br />

2 <strong>GC</strong>, <strong>CRPF</strong>,Muzaffarpur, Bihar Size-2– 4347 Prs.<br />

Size-3- 4347 Prs.<br />

Size-3- 4348 Prs<br />

Total-13042 prs<br />

3 <strong>GC</strong>, <strong>CRPF</strong>,Ranchi, Jharkhand Size-2– 30,626 Prs.<br />

Size-3– 17,656 Prs.<br />

Size-4 - 40,000 Prs<br />

Total - 88,282 prs<br />

4 <strong>GC</strong>, <strong>CRPF</strong>,Rampur , UP Size-2– 2000 Prs.<br />

Size-3– 5000 Prs.<br />

Size-4- 5243 Prs<br />

Total - 12,243 prs<br />

5 <strong>GC</strong>, <strong>CRPF</strong>, Lucknow , UP Size-2– 1036 Prs.<br />

Size-3– 5178 Prs.<br />

Size-4- 4143 Prs<br />

Total - 10,356 prs<br />

6 <strong>GC</strong>, <strong>CRPF</strong>, Allahabad , UP Size-2– 5803 Prs.<br />

Size-3– 9000Prs.<br />

Size-4- 12000 Prs<br />

Total - 26,803 prs<br />

7 <strong>GC</strong>, <strong>CRPF</strong>, Amethi , UP Size-2– 1500 Prs.<br />

Size-3– 1005Prs.<br />

Size-4- 2518 Prs<br />

Total - 5,023 prs<br />

8 <strong>GC</strong>, <strong>CRPF</strong>, Kathgodam, Uttarakhand Size-2– nil Prs.<br />

Size-3– 2000Prs.<br />

Size-4- 3249 Prs<br />

Total - 5,249 prs<br />

9 <strong>GC</strong>, <strong>CRPF</strong>, Durgapur, West Bengal Size-2– 13,595 Prs.<br />

Size-3– 13,595 Prs.<br />

Size-4- 13,595 Prs<br />

Total - 40785 prs


10 <strong>GC</strong>, <strong>CRPF</strong>, Bhubaneshwar, Odhisha Size-2– 3676 Prs.<br />

Size-3– 7350 Prs.<br />

Size-4- 7350 Prs<br />

Total - 18,376 prs<br />

11 <strong>GC</strong>, <strong>CRPF</strong>, Siliguri, West Bengal Size-2– nil Prs.<br />

Size-3– 11,000 Prs.<br />

Size-4- 12,809 Prs<br />

Total - 23,809 prs<br />

12 <strong>GC</strong>, <strong>CRPF</strong>, Bhopal, MP Size-2– 7566 Prs.<br />

Size-3– 7566 Prs.<br />

Size-4- 10091 Prs<br />

Total - 25,223 prs<br />

13 <strong>GC</strong>, <strong>CRPF</strong>, Gwalior Size-2– 1000 Prs.<br />

Size-3– 1000 Prs.<br />

Size-4- 631 Prs<br />

Total - 2,631 prs<br />

14 <strong>GC</strong>, <strong>CRPF</strong>, Neemuch, MP Size-2– 4770 Prs.<br />

Size-3– nil Prs.<br />

Size-4- 3692 Prs<br />

Total - 8462 prs<br />

15 <strong>GC</strong>, <strong>CRPF</strong>, Bilaspur, Chhatisgarh Size-2– 19613 Prs.<br />

Size-3– 17613 Prs.<br />

Size-4- 19615 Prs<br />

Total - 58,841 prs<br />

Sd/-02/08/12<br />

(S.K.DUBEY) Dy. Commandant.<br />

For <strong>DIGP</strong> <strong>GC</strong> <strong>CRPF</strong> <strong>MUZAFFARPUR</strong>


Appendix-“D”<br />

Check list for tenderer<br />

(Tenderers should check following requirements for compliance before<br />

submission of the tender documents)<br />

Sl.No.<br />

Requirements to be checked by the tenderer<br />

before submission of the tender.<br />

Compliance<br />

(To be indicated by the<br />

tenderer with “YES” after<br />

compliance of the<br />

requirements)<br />

1. Tenderers should mention quantity for which they have quoted. This should be<br />

mentioned in the covering/ forwarding letter head of the technical bid.<br />

2. Tenderers should ensure deposit of required Earnest Money Deposit if the<br />

tenderer are not registered with DGS&D or NSIC for the store(s) quoted for the<br />

governing specification as per Tender Enquiry<br />

3. Tenderers should ensure that their registration with<br />

DGS&D and NSIC is valid if they are registered with DGS&D/NSIC and not<br />

depositing Earnest Money. They should enclose the latest DGS&D/NSIC registration<br />

certificate.<br />

4. Tenderers should confirm that their equipment/products conform to the governing<br />

specifications of the quoted stores as per Tender Enquiry.<br />

5. Tenderers should mention whether it is an SSI Unit or not.<br />

6. Tenderers should mention their monthly manufacturing / supplying capacity.<br />

7. Tenderers should mention in the Tender Enquiry that they accept our delivery terms<br />

i.e. they agree to supply stores at consignees’ locations at freight, risk and cost of the<br />

tenderer.<br />

8. Tenderers should mention that their offer is valid up to 180 days from the date<br />

of opening of the tender.<br />

9. Tenderers should mention their Delivery Period clearly.<br />

10. Tenderers should mention that they agree to the Tolerance Clause of the Tender<br />

Enquiry.<br />

11. Tenderers should give their past performance in the specified format given in the<br />

Tender documents.<br />

12. Tenderers should mention that they agree to the<br />

Arbitration clause of the Tender Enquiry.<br />

13. Tenderer must ensure that the Lab test report along with clear verdict certificate<br />

required as per Clause-17.1 of Schedule to Tender Enquiry documents is<br />

enclosed.<br />

Signature of the tenderer<br />

14. Tenderer must ensure that the counter sample (remnant portion of the test sample)<br />

duly sealed, stamped and signed by the Lab should be attached with the Tender<br />

Sample/Lab Test report.<br />

15 Tenderers should mention whether it is a manufacturer of the store(s) quoted or it is the<br />

manufacturer’s authorized agent. In case of agent, it should submit<br />

valid authority letter(s) of their Principal(s) for the stores they have quoted. In case<br />

of agent of foreign Principals, they should attach valid registration certificate of<br />

DGS&D as agent of foreign Principals.


16 Tenderers should mention that they agree to accept the conditions of the contract<br />

contained in DGS&D-68 (Revised) amended up to 31.12.91 and those contained in<br />

Pamphlet No.DGS&D-229 read with Annexure attached.<br />

17 Tenderers should ensure that they have duly filled up<br />

Equipment and Quality Control Proforma given in the Tender documents.<br />

18 Tenderers should mention that Business dealing with their firms has not been<br />

banned<br />

by any Govt/ private agencies.<br />

19 Tenderers should ensure that witness has signed at appropriate places<br />

of the Tender documents and full name and address of the witness have been<br />

mentioned clearly.<br />

20 Tenderer should ensure to sign each page of the Tender documents with name,<br />

designation, seal and address of the signatory.<br />

21 If the tenderer want to mention any specific condition, it should be mentioned on the<br />

covering/forwarding letter only which will be placed on the first page of the technical bid.<br />

Such condition mentioned in any other document shall not be given any consideration.<br />

22 Tenderers should mention their address for communication with Telephone and Fax<br />

Number.<br />

Signature of the tenderer<br />

Appendix-E`.<br />

FIRMS/MANUFACTURERS WILL PROVIDE LIST <strong>OF</strong> PLANT & MACHINERY<br />

INSTALLED IN <strong>THE</strong>IR FACTORY FOR MANUFACTURING THIS ITEM (SOCKS<br />

WOOLLEN KHAKI)<br />

Sl.No. List/Name of Plant and Machinery.<br />

Signature of tenderer<br />

Date<br />

Name of tenderer

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!