fjt+oZ iqfyl cy] jkoyiksjk]cMxke ]Jhuxj] tEeq ,oa dk”kehj&190005

11
(Page 1 of 11) Office of the Commandant, 29 Battalion Central Reserve Police Force , Rawalpora, Budgam,Srinagar, Jammu & Kashmir- 190005. Email. [email protected] Phone :0194-2430203 dk;kZ y; dekUMsUV] 29 cVkfy;u] dsUnh; fjt+oZ iq fyl cy] jkoyiksjk]cMxke ]Jhuxj] tEeq ,oa dk”kehj&190005 bZ esy %[email protected] Qks.k %&0194-2430203 No. L.VII-11/2021-22-29-MT(B/P) Dated, the 16 th September’2021. “PARTIAL BULLET PROOFING OF VEHICLES IN R/O 29 BN, CRPF, RAWALPORA, SRINAGAR (J&K). S. No. Vehicle Regn. Number Make /Model Qty of Work 1 JK-01AC-6832 Eicher Mini Bus 2016 01 Job 2 HR-68B- 4470 Tata 709 T/C 2016 01 Job 3 JK-02CB-9887 Ashok Leyland W/Truck 2018 01 Job Description of Work Partial Bullet Proofing of Vehicle Regn. No. JK-01AC-6832, Eicher Mini Bus (Model- 2016), HR-68B- 4470 Tata 709 T/C (Model- 2016) and JK-02CB-9887 Ashok Leyland W/Truck (Model - 2018) in R/O 29 BN, CRPF as per QR/Specification. Brief Details of Work Being a sensitive nature item, QR / Specification of partial bullet proofing of above vehicles is not uploaded on GeM Portal /website, QRs (Qualitative Requirement /Specification) would be handed over to only those concerned firms, which have Registration Certificate of MSME/ NSIC, GSTIN Registration, DIPP License from Govt. of India and on their written request on their official letter signed by either head of the divisions or equivalent officer authorized to do so. The letter must contain proper identification of the company i.e registration details etc. The letter signing authority must also sign non discloser letter to CRPF clearly stating that such QRs will only be used for in house research in production and unauthorized possession/circulation of same will invite legal action. A pre Bid Meeting will be held at 29 Bn, CRPF at Al- Farooq Colony, Rawalpora, Dist- Budgam, Srinagar(J&K) Al- Farooq Colony, Rawalpora, Dist- Budgam, Srinagar(J&K) on 23/09/2021 at 1100 Hrs, during the pre-bid meeting work details being circulated to the bidders for more clarification. During the pre- bid meeting bidders required to submit the following documents along with the non discloser letter. QRs will be handed over to only those bidders who have submitted all required documents. Documents required to produce during pre- bid meeting for QRs. (1) Copy of Registration of the Firm. (GSTIN , MSME Certificates etc ) (2) Copy of industrial license / experience certificate, DIPP Registration Certificate etc. (3) Non discloser letter for providing QRs, (4) Details of samples (BR Plate and BR Glass) providing by the firm with OEM Certificate and Lab test reports. (5) Copy of Aadhar Card/ PAN Card. (6) Bank documents (Name of Bank, IFSC/Branch Code, Bank A/C No. etc.) (7) Any other relevant documents which the firms/ bidders wish to submit. sd- 16/09/2021 (CHHOTAN THAKUR) Commandant, 29Bn, CRPF, Srinagar. For and on behalf of the President of India

Transcript of fjt+oZ iqfyl cy] jkoyiksjk]cMxke ]Jhuxj] tEeq ,oa dk”kehj&190005

(Page 1 of 11)

Office of the Commandant, 29 Battalion Central Reserve Police Force , Rawalpora, Budgam,Srinagar, Jammu & Kashmir- 190005. Email. [email protected]

Phone :0194-2430203

dk;kZy; dekUMsUV]

29 cVkfy;u]

dsUnh; fjt+oZ iqfyl cy]

jkoyiksjk]cMxke ]Jhuxj]

tEeq ,oa dk”kehj&190005

bZesy %[email protected]

Qks.k %&0194-2430203

No. L.VII-11/2021-22-29-MT(B/P) Dated, the 16th September’2021.

“PARTIAL BULLET PROOFING OF VEHICLES IN R/O 29 BN, CRPF, RAWALPORA, SRINAGAR (J&K).

S. No. Vehicle Regn. Number Make /Model Qty of Work

1 JK-01AC-6832 Eicher Mini Bus 2016 01 Job 2 HR-68B- 4470 Tata 709 T/C 2016 01 Job 3 JK-02CB-9887 Ashok Leyland W/Truck 2018 01 Job

Description of Work

Partial Bullet Proofing of Vehicle Regn. No. JK-01AC-6832, Eicher Mini Bus (Model-2016), HR-68B- 4470 Tata 709 T/C (Model- 2016) and JK-02CB-9887 Ashok Leyland W/Truck (Model - 2018) in R/O 29 BN, CRPF as per QR/Specification.

Brief Details of Work

Being a sensitive nature item, QR / Specification of partial bullet proofing of above vehicles is not uploaded on GeM Portal /website, QRs (Qualitative Requirement /Specification) would be handed over to only those concerned firms, which have Registration Certificate of MSME/ NSIC, GSTIN Registration, DIPP License from Govt. of India and on their written request on their official letter signed by either head of the divisions or equivalent officer authorized to do so. The letter must contain proper identification of the company i.e registration details etc. The letter signing authority must also sign non discloser letter to CRPF clearly stating that such QRs will only be used for in house research in production and unauthorized possession/circulation of same will invite legal action. A pre Bid Meeting will be held at 29 Bn, CRPF at Al- Farooq Colony, Rawalpora, Dist- Budgam, Srinagar(J&K) Al- Farooq Colony, Rawalpora, Dist- Budgam, Srinagar(J&K) on 23/09/2021 at 1100 Hrs, during the pre-bid meeting work details being circulated to the bidders for more clarification. During the pre- bid meeting bidders required to submit the following documents along with the non discloser letter. QRs will be handed over to only those bidders who have submitted all required documents.

Documents required to produce during pre- bid meeting for QRs.

(1) Copy of Registration of the Firm. (GSTIN , MSME Certificates etc ) (2) Copy of industrial license / experience certificate, DIPP Registration Certificate etc.

(3) Non discloser letter for providing QRs,

(4) Details of samples (BR Plate and BR Glass) providing by the firm with OEM Certificate and Lab test reports.

(5) Copy of Aadhar Card/ PAN Card.

(6) Bank documents (Name of Bank, IFSC/Branch Code, Bank A/C No. etc.)

(7) Any other relevant documents which the firms/ bidders wish to submit.

sd- 16/09/2021 (CHHOTAN THAKUR)

Commandant, 29Bn, CRPF, Srinagar.

For and on behalf of the President of India

(Page 2 of 11)

ADDITIONAL TERMS AND CONDITIONS FOR BULLET PROOFING OF VEHICLES 1 Purchaser The President of India

Inspection Authority

Central Reserve Police Force (CRPF). A Board of Officers to be detailed by IG CRPF Srinagar Sector, including technical representative.

2 Description of Work/ Store

i) Partial Bullet Proofing of Vehicle Regn. No. JK-01AC-6832, Eicher Mini Bus (Model-2016 ), HR-68B- 4470 Tata 709 T/C (Model- 2016) and JK-02CB-9887 Ashok Leyland W/Truck (Model - 2018) in R/O 29 BN, CRPF- 03 Jobs.

ii) Being a sensitive nature of Stores/ Work, Qualitative Requirement /Specification (QRs) for partial bullet proofing of above Vehicles of this Unit is not being uploaded on GeM Portal. QRs, would be handed over to only those concerned firms / contractors, which have department of industrial license, from Govt. of India and on their written request on official letter signed by either head of the divisions or equivalent officer authorized to do so. The letter must contain proper identification of the company i.e registration details etc. The letter signing authority must also sign non discloser letter to CRPF clearly stating that such QRs will only be used for in house research in production and unauthorized possession/ circulation of same will invite legal action. The Bidders / suppliers required to submit copy of their GSTIN / MSME Certificates, industrial license / experience certificate, DIPP Registration Certificate, Details of samples (BR Plate & BR Glass with Lab Test report and OEM Certificate), Aadhar Card, PAN Card, Bank details etc along with Non discloser letter for providing QRs/ Work details. Work details / QRs will be handed over after pre bid meeting.

3 Pre Bid Meeting

A pre Bid Meeting will be held at 29 Bn, CRPF at Al- Farooq Colony, Rawalpora, Dist- Budgam, Srinagar (J&K) on 23/09/2021 at 1100 Hrs, during the pre-bid meeting work details being circulated to the bidders for more clarification.

4

Documents required to be submitted by the Bidders / suppliers.

i) Tender Acceptance letter. (Download all Tender Documents (Except Price Bid) and fill all Appendices properly and duly signed with seal in all papers before submitting/ uploading the Technical Bid.)

ii) Name & Full address E. Mail id, Bank Account Particulars of Bidders / firm. iii) Cancelled Bank Cheque. iv) Bid Security Declaration in lieu of Earnest Money. v) GSTIN Registration Certificate of the Firm. vi) NSIC/MSME Certificate etc. vii) DIPP registration Certificate. viii) Authorization letter from OEM ( BP Glass and BP Plate). ix) Details of Annual Turnover of the Firm. x) Details of Samples (B.P. Plate & Glass) including Original Manufactures, Lab Certificate etc. xi) Guarantee/ Warrantee details of the Materials / Bullet Proofing Work. xii) Compliance statement as per QRs. xiii) Experience certificate of the Bidders in same nature of works. xiv) Undertaking and required documents. xv) Any other relevant documents which the firms wish to submit.

5 Work done at Workshop of Supplier / Bidder, all expenses/ accessories will be borne by bidders. (If successive bidders required conducting Bullet Proofing work in outside the AOR of this Unit / J&K, Special permission required to be obtained from H.O.O).

6 Completion of Work

Partial Bullet proofing of above vehicle will have to be completed within 60 days, on award of work. Late Delivery not accepted.

7

Delivery Instruction

i) Free delivery at consignee’s location i.e. Office of the Commandant, 29 BN CRPF at Al- Farooq Colony, Rawalpora, Dist- Budgam, Srinagar(J&K). Tenderers are required to quote rates on free delivery at consignee’s location basis, at freight, risk and cost of the supplier only.

ii) However final discretion regarding delivery instructions lies with the purchaser. 8

Payment terms

i) Bullet Proofing Work required to be done on credit basis only.

ii) Payment will be released after completion of work. iii) Payment in advance or immediately on delivery cannot be made. iv) After Completion of Work Inspection will be conducted through a Board of Officers and Inspection

Certificate will be issued by consignee that the Partial Bullet Proofing of Vehicles is satisfactory and no deviation is noticed at the time of final delivery.

v) Regularization of the case, if supply is made beyond fixed Delivery Period/ Work found unsatisfactory etc.

9 Terms of price i) Rates should be quoted in Indian rupees both in figures as well as in words for complete units as per specifications.

ii) Firms should clearly indicate GST, 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.

iii) Rates quoted shall remain open for 180 days after the opening of the tender. iv) After opening Price bids, ranking statement will be prepared and the finalization for award of work

will be done on L-1 (the least price) basis.

Contd. Page No. 3

(Page 3 of 11 )

10 Eligibility Conditions

i) Only those firms should respond who have experience of partial or complete bullet proofing Work of vehicles, (Four wheel vehicles more than 03 Nos) and having annual turnover of more than Rs. 50 Lakhs.

ii) Relaxation will be provided only the startup medium enterprises for participating the contract as per MoF Office Memorandum No. F.20/2/2014-PPD(Pt.) dated 25/07/2016.

iii) Offer from firms whose business activities are limited to procuring items from the manufacturers and supplying the same to purchaser having after sales service back up will also be entertained provided they furnish a certificate from the manufacturer certifying the authenticity, along with their tender.

11 Liquidation charges clause

In case the firm does not complete the Bullet Proofing work within the fixed period, liquidated damages including administrative expenses and penalty will be charged as per Rule.

12 Option/ Tolerance Clause

i) The CRPF reserves the right to place order to the successful bidder for additional quantity, up to 25 % of the quantity offered by them at the rates quoted at the time of placement of contract or during the currency of the contract.

ii) CRPF also reserves the right to reduce the quantity for placing the order. 13 Purchaser’s

rights i) CRPF reserves the right to change the consignee and change the quantity of Partial Bullet Proofing of

Vehicles as per requirement at any stage. ii) CRPF reserves the right to cancel/ reject or Scrap the tender without assigning any reason. iii) CRPF reserves the right to increase/ decrease the quantity without assigning any reason.

14 Tender sample requirement ( BR Plate &

Glass )

i) The bidders / suppliers required to submit the details of Samples (i.e. B.R. Plate (size 300mm x 300mm x 6.5 mm) & B.R. Glass- 500mmx500mmx 50 mm (Level - 3) including details of Original Manufactures, Lab Certificate etc in Technical Bid at the time of uploading / submission of tender documents.

ii) The supplier / bidders will keep the samples of Bullet proofing materials (i.e, One Sample piece of each BR Plate & BR Glass) as prescribed in the QRs along with one copy of certificate of concerned Lab/Authority and submit / provide the same during Pre – Bid Meeting ( or when ever required within a short notice from this Office). In case tender samples are received after the due date and time for receipt of tenders shall be rejected summarily.

iii) The bidders/ suppliers should ensure that the details of Bullet Proofing Materials mentioned in the Technical Bid and the Samples are same, otherwise bidders will be rejected from the contract.

iv) A Board of Officers as constituted shall scrutinize the documents and submit its proceedings and shall refer the case of the qualified bidders to the Technical Evaluation Committee, (TEC) especially detailed. TEC shall proceed to check one of the each of the samples of BP Glass and Steel of the successful Bidders as per trial directive / QRs/ test firing etc. The Technical Evaluation Committee shall submit the proceedings to TPC for further course of action.

v) Sample of BR steel and BP glass will be retained and kept in custody. vi) The Bidders can clarify the doubts about the quality of required stores during the pre- bid meeting or

any time with this Office. 15 Earnest

money deposit

As per the directions of Directorate General CRPF vide Letter No. U.II-1/2020-Proc(Misc ) dated 01/02/2021 bidders are not required to pay Earnest Money for Tender. However, all bidders are required to submit “ Bid Security Declaration” in lieu of Earnest Money. Performa of Bid Security Declaration attached with Appendix - “E”.

16 Inspection Criteria

i) The first stage of inspection by Board of Officers will take place once the B R Steel and BP Glass is integrated to the vehicles and other changes in the vehicles are effected but before the painting.

ii) The Second and final Inspection will be done after completion of the Bullet Proofing Work of the Vehicles. Firing tests will also be conducted through the detailed Board including technical member. If the Bullet Proofing works of vehicles found not complying with the QRs, it will be rejected at the risk & cost of the supplier.

17 Guarantee/ Warranty

Guarantee/ Warrantee for Partial Bullet Proofing of vehicles will be applicable as per QRs / Specifications. However, the supplier / contractor will provide a warranty for minimum 10 years for Bullet Proof / composite Material parts and 03 years for Bullet Proof Glass for BP Properties. As far as the visibility criteria of the BP Glass is considered, the transparency level (WLT) of BP glass should be minimum of 70 % . Supplier shall submit a certificate from the accredited labs to this effect that the BP glass has got a minimum visibility of 70 %. The firm will have to guarantee that in case the visibility of the BP Glass does become less than 70 % within a period of 03 years without the BP Glass having suffered any visible mechanical damage, the firm will replace the BP Glass, free of cost. The bidder if supplying any material from any manufacturer, he should enclose authority letter from principal manufacturer of concerned material. The supplier shall produce all the test sheets that is supplied by the principal manufacturer for the relevant material used in the fabrication of partial Bullet proofing.

sd- 16/09/2021

(CHHOTAN THAKUR)

Commandant, 29Bn, CRPF, Srinagar.

For and on behalf of the President of India

(Page 4 of 11) APPENDIX-“A”

TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

Date: / /2021

To,

The Commandant,

29 Bn, CRPF, at Rawalpora, Srinagar.

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No: ______________________________________________date_______

Details of Store / Work: -_____________________________________________________

___________________________________________________________________________

Dear Sir,

1. I/ We have downloaded / obtained the tender document(s) for the above mentioned

„Tender/Work‟ from the web site(s) namely: ______________________________________

__________________________________________________as per your advertisement,

given in the above mentioned website(s).

2. I / We hereby certify that I / we have read the entire terms and conditions of the

tender documents from Page No. 01 to 11, which form part of the contract agreement and I /

we shall abide hereby by the terms / conditions / clauses contained therein.

3. The corrigendum(s) issued from time to time by your department/ organizations too

have also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally accept the tender conditions of above mentioned tender

document(s) / corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated , then your department/

organization shall without prejudice to any other right or remedy be at liberty to reject this

tender/bid.

Signature of Tenderer _____________

(Full Name and address of the persons

signing in)

Whether signing as

Proprietor/Partner/Constituted Attorney/duly authorized by the Company

Yours Faithfully,

(Signature of the Bidder, with Official Seal)

(Page 5 of 11)

APPENDIX-“B”

Check list for tenderer

Bidders should check following requirements for compliance before submission of the tender documents S. No. Requirements to be checked by the tenderer before submission of the tender. Compliance (To be

indicated by the

tenderer with “YES” after compliance of

the requirements)

1 Tenderer should ensure to sign and put up seal in each page of the Tender documents

before submitting / uploading the tender documents.

2 Bidders should mention their address for communication with Telephone and Fax

Number.

3 Bidders should mention quantity for which they have quoted. This should be

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

4. Bidders should submit the “Bid security declaration certificate as per Appendix “E” in

lieu of Earnest Money.

5. Bidders should ensure that their registration with GSTIN / MSME etc are valid. They

should enclose Valid GSTIN, MSME Registration Certificates along with Technical

Bid.

6. Bidders should confirm that their works /products for Partial Bullet Proofing of vehicles conform to the governing specifications as per Tender Enquiry.

7 Bidders should accept our delivery terms i.e. they agree to supply stores at consignees‟

locations on free of cost.

8 Bidders should mention that their offer rate is valid up to 180 days from the date of

opening of the tender.

9 Bidders should mention their Delivery Period clearly.

10 Bidders should mention that they agree to the Tolerance Clause of the Tender Enquiry.

11 Bidders should give their past performance along with Tender documents.

12 Bidders should mention that they agree to the Arbitration clause of the Tender

Enquiry.

13 Bidders should mention whether they are original manufacture of the mentioned store‟s of authorized agent. In case of agent, submit valid authority letter(s) from

OEM.

14 Bidders should ensure that they have duly filled all the Appendix, annexure and uploaded along with the Tender documents.

15 Bidders should ensure that witness has signed at appropriate places of the Tender

documents and full name and address of the witness have been mentioned clearly.

16 Bidders should mention that Business dealing with their firms has not been banned by any Govt/ private agencies.

17 If the tenderer want to mention any specific condition, it should be mentioned on the

covering/forwarding letter .

18 Bidders should mention that they agree to accept all the terms and conditions of the Tender Enquiry.

Signature of the tenderer

(Page 6 of 11) APPENDIX-“C”

WORKMANSHIP CRITERIA FOR ACCEPTANCE

General appearance of the vehicle shall not show any evidence of poor workmanship.

The following shall be reasons for rejection: 1. Rough, sharp or unfinished edges, burrs, seam, sharp corners, joints, cracks, and dents.

2. Non-uniform panels. Edges that are not filleted, beveled, etc.

3. Paint runs sags, orange peel, “fish eyes”, etc. and any other imperfection or lack of

complete coverage.

4. Body panels that are uneven, unsealed, or have voids.

5. Mis-alignment of body fasteners, glass, viewing panels, light housings, other items with

large or uneven gaps, spacing etc. such as door, body panels, and hinged panels.

6. Improper body design or interface with the chassis that could cause injury during normal

use or maintenance.

7. Improperly fabricated and routed wiring or harnesses.

8. Improperly supported or secured hoses, wires, wiring harnesses, mechanical controls.

9. Loose, vibrating, abrading body parts, components, subassemblies, hoses, wiring

harnesses or trim.

10. Interference of chassis components, body parts, doors, etc.

11. Leaks of any gas or fluid lines, (A/C, coolant, oil, oxygen, etc.)

12. Noise, panel vibrations, etc.

13. Sagging, non-form fitting upholstery or padding.

14. Incomplete or incorrect application of rust proofing.

15. Inappropriate or incorrect use of hardware, fasteners, components, or methods

of construction.

16. Incomplete or improper welding, riveting.

17. Visual deformities.

18. Lack of uniformity and symmetry where applicable.

19. Unsealed appurtenances or other body components, gaskets, etc.

In addition, any deviation from specification requirements or any other item, whether or

not stipulated herein, that affects form, fit, function, durability, reliability, safely, performance or

appearance shall be cause for rejection.

Defective components shall not be furnished. Parts, equipment, and assemblies, which

have been repaired or modified to overcome deficiencies, shall not be furnished without the

approval of Commandant 29 Bn CRPF, Srinagar (J&K). Welded, bolted, and riveted construction

utilized shall be in accordance with the highest standards of industry. Component parts and units

shall be manufactured to definite standard dimensions with proper fits, clearances, and

uniformity.

Signature of Tenderer with seal

(Page 7 of 11) APPENDIX-‘D‘

QUESTIONNAIRE

(Please Mark- in appropriate Box and fill the answer correctly. Tenders leaving the box

unmarked and questionnaire unanswered shall be rejected).

1(a) Name and address of Contractor, Name of Firm with Address:-

(b) Contact Number

(c) Details of Registration of Firm

2.(a) Whether registered with GSTIN YES NO

(b) If yes, Enclosed photocopy of Regn. Certificate ) YES NO

(c) Validity Date

3(a) Whether registered with MSME/ NSIC YES NO

(b) If yes, Enclosed photocopy of Regn. Certificate )

(c) Validity Date

4 (a) Whether past supplier of subject store/ Work during the last 3 years YES NO

(b) If yes, submit details along with TE YES NO

5 Are you accept the Terms of delivery: Free delivery at consignee‘s location. YES NO

6 Discount offered if any YES NO

7 Quantity offered/ Required Quantity available YES NO

8 Sample of Store available and ready to produce the same on any time. YES NO

9 Are you ready for complete the work within given time( 60 Days ) YES NO

10(a) Whether store fully conforms to tender schedule specifications in all respects. YES NO

(b) If answer to 10(a) is No. indicate the details of deviation in separate sheet.

11 Are your firm attended the Pre Bid Meeting YES NO

12 Have you enclosed/ uploaded Bid Security Declaration Certificate in lieu of EMD YES NO

13(a) Do you accept tolerance clauses as per rules. YES NO

(b) Have you enclosed the Bank details along with the Tender. YES NO

(c) Have you enclosed the DIPP Registration Certificate YES NO

(d) Have you enclosed the PAN Card along with the tender. YES NO

(e) Do you agree the liquidated damage clauses as per rules. YES NO

(f) Do you agree to Guarantee/Warranty clause YES NO

14 Whether accept all the Terms & Conditions of the contract as per Tender Enquiry. YES NO

Signature of the Tenderer______________________

Name ____________________________________

Capacity in which Tender signed________________

Full Address________________________________

(Page 8 of 11)

Appendix “E”

Bidders are required to submit Bid declaration certificate in place of EMD in the below

mentioned format.

BID SECURITY DECLARATION CERTIFICATE To,

…………………………………………

…………………………………………

………………………………………...

Sir,

Tender Enquiry No. L.VII-11/2021-22-29-MT(B/P) Dated, the 16th September’2021.

Name of Items/ Stores ………………………………

I/We, …………………………………………………………………………... (Name of authorized

signatories) on behalf of M/S……………………………….…………………………………………………………

……………………............................... ( Bidders Name and address) undertake that if we withdraw

(or) modify our bid/ contract or fail to submit a performance security deposit as per terms and

conditions of the T/E as well as A/T before the deadline defined in bids document, then the

bidder will be suspended for the period of 02 years from due date of the tender and debarred/

blacklisted to participate the tender enquiry or any contract with the Procurement entry (CRPF).

Your faithfully

(Signature of the Authorized signatory of Bidder, with official Seal)

(Page 9 of 11)

Annexure – I LIST NO-I

BIDDERS SHOULD FURNISH SPECIFIC ANSWERS TO ALL THE QUESTIONS

GIVEN BELOW. BIDDERS MAY PLEASE NOTE THAT IF THE ANSWER SO FURNISHED ARE NOT CLEAR AND / OR ARE EVASIVE, THE TENDER WILL BE LIABLE TO BE REJECTED.

1. Tender No.________________________________date__________

2. Name and address of bidder.

3. Whether the stores/ work offered fully conform to the Technical particulars and specification drawings, specified by the CRPF in the schedule to tender, if not mention here the details of deviations.

4. Brand of Materials offered (Give details of OEM).

5. Please confirm that you have offered the store and work as per tender enquiry requirements. (If not indicate deviations.)

6. Please indicate name & full address of your banker in the following format -

a) Bank Name, Branch and Bank Account No. (Core bank account)

b) IFSC Code

c) Whether bank branch is NEFT/RTGS enables or not

7. Business name and constitution of the firm.

Is the firm registered under MSME / NSIC (Please give full details)

Signature of the Tenderer

(Page 10 of 11)

Annexure –II

FORM-7

PROFORMA FOR EQUIPMENT AND QUALITY CONTROL

1. Tender No. & Date ______________________ for _______________________________

2. Name and Address of the firm :

3. I) Telephone No. Fax/Office/Factory/Works:

4. Location of manufacturing works/Factory/ workshop.

5. Factories owned by you (Documentary). In case you do not own the factory but utilize the

factory of some other firm for the manufacture/ fabrication of the stores for which you apply for registration on lease or other base you should furnish a valid legal agreement of the factory of _______________________________ (Here indicate the name of the firm whose factory is being utilized) has been put at your disposal for the manufacture/ fabrication of the stores for which registration has been applied for.

6. Brief description of the factory

7. Details of plant and machinery erected and functioning in each department

8. Whether the process of manufacture in factory is carried out with the aid of power or without it.

9. Details and stocks or raw material held (state whether imported or indigenous) against each item. Production capacity of each item with the existing plant and machinery:

a) Normal ___________________________________________

b) Maximum _________________________________________

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

10. (a) Details of Technical/supervisory staff in charge of production and quality control.

(b) Skilled labour employed.

(c) Unskilled labour employed. (d) Maximum no. of workers (skilled and unskilled) employed on any day during the

18 months preceding the date of application. 11. Whether partial bullet proofing / armouring of vehicles were tested to any standard

specification, if so copies of original test certificate should be submitted.

Place _________

Date _________

Signature and designation of the Tenderer

(Page 11 of 11)

Annexure –III

Performance statement for last Three years

Name of Firm: M/S_____________________________________________________________

S.

No.

Contract No.

& date

Name of

Department

/ Ministry

Details of Work Qty Amount GST if

any

Delivery

Date

01

02

03

04

05

06

07

08

09

10

Reasons for Delay in supplies:(If any):

Signature of the Bidder