Crpf Cobra Invitation To Tender Form PDF Details

The Central Reserve Police Force (CRPF) is inviting tenders for the supply of Cobra Armored Personnel Carriers. Details of the tender and how to apply can be found in the attached document. The deadline for submission of applications is June 2, 2017. This is a great opportunity for businesses interested in supplying armored vehicles to the CRPF. Interested parties are advised to study the requirements carefully before submitting their applications. Only qualified applicants will be considered for award of the contract. Thank you for your time.

QuestionAnswer
Form NameCrpf Cobra Invitation To Tender Form
Form Length42 pages
Fillable?No
Fillable fields0
Avg. time to fill out10 min 30 sec
Other namesigp cobra, cobra email address, ig cobra crpf, crpf cobra logo

Form Preview Example

INVITATION TO TENDER

OFFICE OF THE INSPECTOR GENERAL OF POLICE,

COBRA SECTOR,

Central Reserve Police Force

(LSC, CoBRA Sector)

CRPF Camp Bawana, New Delhi-110039

(Telephone/ Fax No. 011-27751395)

------------------------------------------------------------------------------------------------------------

NO.-L.VII-3/2014-15-Proc-LSC-CoBRA

Dated, the 30 June’ 2014.

To

 

__________________________________

 

_________________________________

 

Dear Sir,

On behalf of the President of India, I invite you to tender online Bids for the supply of stores detailed in the schedule.

2.The conditions of contract which will govern any contract made are contained in pamphlet No. DGS&D-68 entitled “Conditions of contract governing contracts, placed by the Central Purchase Organizations of Government of India as amended up to 31-12-91 and those contained in the pamphlet No. DGS&D-229 and DGS&D Manual containing various instructions to tenderer quoting against the tender enquiry issued by the DGS&D read with the amendments enclosed with this tender enquiry. Any special conditions attached to this invitation to tender will also form part of the conditions.

3.The above pamphlets and the lists of corrections thereto can be obtained on payment from the under mentioned officers :-

a)The Manager of Publications, Civil Lines, Delhi.

b)The Superintendent, Government Printing & Stationary, Allahabad, U.P.

c)The Superintendent, Government Printing & Stationary, Mumbai.

d)The Superintendent, Government Printing, Gulzargbag, Patna. Bihar.

e)DGS&D, New Delhi and its Regional Offices at Mumbai, Chennai, Kolkata and Kanpur.

f)Government of India Book Depot, 8 Hastings Street, Kolkata.

4.Regarding sources of supply of standard specification and drawing, refer Appendix-B contained in pamphlet DGS&D-229.

5.If you are in a position to quote for supply in accordance with the requirements stated in the attached schedule to tender, all documents attached herewith should be fully filled in, signed and submitted through e-procurement site h t t p s: / / e p r o cu r e . g o v . i n / e p r o cu r e / a p p . You must also furnish with your tender all the information called for as indicated in pamphlet No. DGS&D-229 mentioned in para-1

Signature of the tenderer

Page 1 of 42

above. Attached list of questionnaire should also be answered and submitted through eProcurement site h t t p s: / / e p r o cu r e . g o v . i n / e p r o cu r e / a p p , failing which your tender will be liable to be ignored, and not considered.

6.Your tender is not transferable. Thanking you.

Yours faithfully,

Sd/30-6-2014 (S.L.C.Khup)

DIGP (Prov./LSC)

For and on behalf of the President of India

Signature of the tenderer

Page 2 of 42

SCHEDULE TO TENDER

OFFICE OF THE INSPECTOR GENERAL OF POLICE,

COBRA SECTOR,

Central Reserve Police Force (LSC for CoBRA, CoBRA Sector) CRPF Camp Bawana, New Delhi-110039 (Telephone/ Fax No. 011-27751395)

Cost of Tender – Rs. 100/-(Rupees One hundred) only

Schedule to Tender No

Time and date of receipt of online tender Time and date for online opening of tender Validity of offer acceptance

:No. L.VII-5/2014-15.Proc-LSC-CoBRA

:By 1030 hrs. on 14.08.2014

:At 1230 hrs. on 14.08.2014

:The tender shall remain open for till 180 days from the date of opening of tender .

Tenderers are advised to go through the Earnest Money, Payment terms, Tender Sample, Counter sample and Lab Test Report clauses of this Tender Enquiry carefully before filling the Tender.

Sl.

Tender

Description

Specificati

Quantity

EMD

Cost of

Date of

No.

No.

of Stores

 

on

 

 

Tender

Opening of

 

 

 

 

 

 

 

 

Tender

1.

NO.-

Vest

As

per

24979Nos.

30,000/-

100/-

14.08.2014

 

L.VII-

Cotton[Scoured

Appendix-

Size 90-

(Rupees

(Rupees

at 1230 Hrs.

 

3/2014-15

and bleached

“A”

 

14000 Nos

Thirty

One

 

 

-Proc-

Rib knitted

 

 

Size 100-

Thousan

Hundred)

 

 

LSC-

cotton round

 

 

8000 Nos

d) only

only

 

 

CoBRA

neck short

 

 

Size 105-

 

 

 

 

 

sleeves]

 

 

2979 Nos.

 

 

 

 

 

 

 

 

 

 

 

 

Specification/Packing/ Marking/preservation:- As per appendix “A”

Sample clause: - As per Appendix-‘B’

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

https://eprocure.gov.in/eprocure/app.

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

SIGNATURE OF TENDERER

Page 3 of 42

1.

Purchaser

 

: The President of India.

2.

Inspection Authority :

Inspector General of Police, CoBRA Sector, CRPF.

3.

Inspection Officer

:

By a Board of Officer to be detailed by IGP, CoBRA,

4.

Stores required at

:

FREE DELIVERY AT CONSIGNEE LOCATION

 

 

 

[Full quantity of Store required at Office of Dy. Inspector General

( Prov) ,Logistic

Support Centre, CoBRA Sector,CRPF Campus

Bawana, New Delhi]

 

 

 

 

5. Delivery required by :

(i) Within 60 days after approval of advance sample and confirm

 

order for entire quantity.

 

 

 

 

(ii)

If the AT placed on any of the participating firms for the part

 

quantity, the delivery period will be fixed keeping in view the

 

quantum of order and the supply capacity quoted by the

 

concerned

firm

in

their

tender

documents.

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

7. Payment Terms

:

Payment against Bill / Invoice shall be released as soon as possible

 

 

after receipt of stores.

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

9.Rate quoted by the firms should be on firm price basis.

10.Firms should quote rates, taxes, duties as per Price Bid format provided.

11.Tenderers should disclose the name and full address (along with telephone/ Fax No.) of the place where the stores will be manufactured and offered for inspection. In case the firm is registered with NSIC for the subject stores, they should 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 the full address/phone No. of their manufacturing facility.

12. Purchaser reserve the right to change the consignee and change the quantity of stores allotted to them as per requirement at any stage.

13.Purchaser reserves the right to get the manufacturing capacity of all firms re-verified irrespective of the registration status.

14.TENDER SAMPLE REQUIREMENT:

All the bidders are required to submit 02(two) number tender samples of Vest Cotton size 90, 100 and 105 cm as tender sample on or before specified time and date of opening of Tender.

15.1Tenderers should ensure that the sample submitted by them fully conforms to all the parameters of the Tender Enquiry specification.

15.2Offers received without tender samples or in case of tender samples are received after the due date and time for receipt of tenders shall be ignored summarily.

Signature of the tenderer

Page 4 of 42

15.3All tender samples should have a card affixed to it duly signed and stamped by the firm indicating the following: -

i)Name and address of the firm.

ii)Tender No.

iii)Closing date & date of opening of tender

iv)Name of item, item No & size.

v)Any other information, if required.

16.The price bid of eligible firms will be opened and order would be considered on the lowest bidder subject to their capacity and performance etc.

17.Place of submission of tender sample & tender documents :

Tender samples will be submitted at LSC, CoBRA Sector, CRPF Camp, Bawana, New Delhi- 39 on or before specified time and date of bid submission closing.

18.All other documents whose hard copies have been called for manually duly completed in all respect are to be submitted in the tender box (Provisioning/LSC) kept at LOGISTIC

SUPPORT CENTRE, CoBRA SECTOR, CRPF CAMP BAWANA, DELHI-110039 before specified time and date mentioned in the Schedule to Tender. Late/Delayed tender/Non submission of originals would result in rejection of bid during online bid opening.

18.1Tender samples sent on “FREIGHT TO PAY” basis will not be accepted. Their authorized representatives may collect tender samples of tenderer whose offers are not accepted on requisition on letter head of the firm duly stamped, signature and attested by the tenderer on hearing from this Directorate. In case samples are not collected within the given time, the samples will be disposed off.

19.(a ) Only those firms should respond who are manufacturer/Manufacturer’s agent of the stores specified in Tender specifications as brought out in Appendix “A” of T.E. In this regard the following guidelines may be followed:

(i)In a tender, either the Indian agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously for the same item/product in the same tender.

(ii)If an agent submits bid on behalf of the Principal/OEM, the same agent shall not submit a bid on behalf of another Principal/OEM in the same tender for the same item/product.

19(b) The Indian Agent of foreign manufacturers/principal are also allowed to bid in the tender subject to the following conditions:-

(i)The Indian Agent should be enlisted with DGS&D for tendered store which fall under the restricted list of compulsory registration scheme on the date of opening of technical bids. However those Indian Agent(s) who have applied to DGS&D for registration/enlistment before the time and date of opening of technical bids can also be considered provided the enlistment with DGS&D is operational before opening of the price bid and the Indian agent have informed the purchaser well in advance, of the price bid opening date.

(ii)The Indian Agent will submit, along with the tender documents, a copy of the agreement with the foreign manufacturer/ principal, giving particulars of precise arrangement with foreign principal and their interest in the business in India. Such agreement with foreign manufacturers/principal should be a long term agreement and not merely for the present tender. If the agreement is only for the present tender the offer received will be liable to be rejected.

Signature of the tenderer

Page 5 of 42

(iii)The Indian Agent will also be required to submit the details of his commission or any other arrangements with foreign manufacture/principal for providing tendered items.

19(c) GUIDELINES FOR CONSIDERING TENDERS FROM AUTHORIZED AGENTS/ DISTRIBUTORS OF INDIGENOUS MANUFACTURES:-

The consideration of tenders from authorized agents/distributors of Indian manufacturers will be governed by the following guidelines:-

If the tenderer is an authorized agent/distributor who is not registered with DGS&D, the following documents should be submitted.

i)An authenticated copy of the written agreement between the manufacturer and the tendering firm by which the latter has been appointed as authorized agent/distributors[ as specified in clause 24(c) of form DGS&D-230

ii)An undertaking from both the manufacturer and tendering firm as specified in clause 24(c) of form DGS&D-230.

20.ADVANCE SAMPLE:

The successful bidder shall be required to submit within 10 days of receipt of supply order 03 Nos advance samples of each size (i.e 90cms, 100 cms & 105 cms) as per contract specification for indenter’s approval through inspecting officers. This shall be required before giving clearance for bulk supply.

21.LAB TEST REPORT OF SAMPLE

Tender samples submitted by the bidders shall be tested by this office from any of the laboratories approved by National Accreditation Board for Testing and Calibration Laboratories (NABL)/any Govt. approved lab at any stage as per TNE specification. The Lab test charges of the tender samples to be tested as above will be borne by the tenderer.

22.LIQUIDATED DAMAGES: - If the contractor fails to deliver the store or any installment thereof within the period fixed for such delivery or at any time repudiates the contract before the expiry of such period, the purchaser will recover from the contractor Pre-estimated liquidated damages including administrative expenses and not by way of penalty a sum equivalent to 2% of the price of any store which the contractor fails to deliver within the period fixed for delivery in the schedule for each month or part of the month during which the delivery of such store may be in arrears where delivery thereof is accepted after expiry of the after said period provided that the total damages so claimed shall not exceed 10% of the total contract price.

23.SECURITY DEPOSIT

(a)The successful firm shall have to deposit a Security Deposit of 10% of the contract value

within 10 days of the placement of supply order for due performance as per provisions contained in Clause 7 of DGS&D-68 (Revised). Failure on the part of the firm to deposit the security deposit within stipulated time, the purchaser reserve the right to cancel the contract.

Signature of the tenderer

(b)The Performance Security Deposit submitted by the supplier will remain valid for one year.

(c)If the supplier fails to deliver the stores in a promised period and places and a request for extension of time he will submit an undertaking on non-judicial stamp paper of Rs.10/- duly

Page 6 of 42

attested by Notary Public stating that the Performance Security Deposit has already been extended for two months beyond the guarantee/warranty period.

24.TWO BID SYSTEM

All bidders are required to submit their offers in two covers as under:-

(a)FIRST COVER (Technical Bid) should contain the following :-

1.Document to be submitted in original:

i)Tender Cost (If applicable)

ii)Earnest money Deposit (If applicable)

iii)Form-7(Proforma for Equipment & Quality Control)

iv)Tender Acceptance Letter signed by tenderer with seal.

2.Documents to be submitted in scanned copy:

i)Tender Acceptance letter signed by tenderer with seal

ii)Earnest Money Deposit ( if applicable)

iii)Performance statement of last three years.

iv)Form-7, form-68A & List No.1

v)Questionnaire & appendix “C”

vi)Registration certificate of DGS&D/NSIC(If applicable)

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

The composite bid i.e. rate indicated in the technical bid “OPENLY” SHALL BE IGNORED. Prices should be quoted as per BOQ format provided along with the tender document at e- procurement site https://eprocure.gov.in/eprocure/app.

25.

Tender

Documents

are

available

at

CPPP

e-procurement

site

 

https://eprocure.gov.in/eprocure/app as well as on CRPF website (www.crpf.gov.in) which

 

can be downloaded by interested firms free of cost.

However bidders are required to submit

 

Tender Fee /EMD as applicable, as per tender

document while submitting the bids. The

 

Demand Draft for Tender Fee should

be drawn

in favour

of DIG (Accts), CoBRA

Sector HQr, C.R.P.F., Delhi payable at SBI, Old Secretariat, Alipur Road, Delhi (Branch Code no. 5453) and original should be submitted to the Procurement Cell before opening of the tender.

26.Purchaser reserves the right to cancel/reject or Scrap the tender without assigning any reason.

27.Tenderers are not permitted to alter or modify their tenders after expiry of the deadline for receipt of tender till the date of validity of tender and if they do so their earnest money will be forfeited.

28 Purchaser reserves the right to get the tender/advance sample tested from any Lab.

29.Minimum quantity to be offered:- Full quantity (i.e. 24979Nos.Vest Cotton)

Signature of the tenderer

30.If L-1 firm(s) is not able to meet/supply the full quantity, a counter offer for the remaining quantities will be given to the remaining eligible and technically qualified tenderers in the tender process, asking them to confirm acceptance of L-1 rates. The remaining eligible and technically qualified tenderers will be asked to give their acceptance or otherwise in writing,(in

Page 7 of 42

sealed envelopes) to the purchasing authority by a date and time(to be deposited either by hand or in the tender box). Depending upon the written confirmation/acceptance/denial of acceptance of L-1 rates, the competent authority will take a final decision for distribution of remaining quantities at L-1 rates to other eligible tenderers who have accepted the counter offer of L-1 rates based on their monetary capacity, production capacity etc but strictly with reference to the delivery period and schedule of delivery including inspection period already disclosed in the tender enquiry documents. It may also be ensured that during this stage none of the eligible tendering firm who have accepted the counter offer will be allowed to give a revised commercial offer.

31.SAMPLING AND INSPECTION CRITERIA

The firm will have to abide by the sampling and Inspection criteria formulated by the purchaser.

Note

a)Full name and status of the person signing the tender documents must be clearly mentioned in the tender documents.

b)The firms applying tenders against the subject Tender Enquiry are informed that all relevant details with reference to the Tender Enquiry stipulations are clearly responded to. In case any of the Tender Enquiry stipulations are not clearly stated to/replied to by any of the bidders, no repeat no clarifications will be sought from the concerned bidder and its offer will be rejected out rightly.

c)Before submission of tender, tenderer will check the Check List attached to these Tender Documents as Appendix-“ C” for compliance on various stipulations of the tender.

d)The tenderer shall furnish complete address of their weaver and processor.

sd/30-6-2014 (S.L.C.Khup)

DIGP (Prov./LSC)

For and on behalf of the President of India

Signature of the tenderer

Page 8 of 42

CONDITIONS REGARDING DEPOSIT OF EARNEST MONEY.

1.All firms who are not specifically registered with NSIC or DGS&D for the stores for which the offers are invited, are required to deposit EARNEST money equivalent to the amount as mentioned in the Tender Schedule, failing which their offer will be summarily rejected.

2.For claiming exemption from depositing earnest money, the tenderer should be registered with NSIC or DGS&D specifically for the stores with specification as mentioned in Tender schedule. Firms which are not specifically registered for the stores with specification as mentioned in the Tender Schedule, either with DGS&D or with NSIC, shall be treated as unregistered and shall be required to deposit earnest money as above.

3.Similarly firms, who are specifically registered for the stores as per specified Specifications with DGS&D/ NSIC, but with a certain MONETARY LIMIT, will be treated as UNREGISTERED for their value exceeding their monetary limit of registration. Such firms shall be required to deposit proportionate earnest money over and above the monetary limit. In case such firms fail to deposit Earnest Money, then their offer will be out rightly rejected.

4. The Earnest Money can be deposited in the form of Fixed Deposit Receipt or Bank Guarantee (BG) in the name of DIG (Accts), CoBRA Sector HQr, CRPF, Delhi of any Nationalized/Scheduled Bank. The Bank guarantee should be payable at SBI, Old Secretariat, Alipur Road, Delhi (Branch Code no. 5453). The format of Bank Guarantee is attached with this tender enquiry.

5.The earnest money shall be valid and remain deposited with the purchaser for the period of 180 days from the date of tender opening. If the validity of the tender is extended, the validity of the BG/or any other alternate document submitted in lieu of Earnest money will also be suitably extended by the tenderer, failing which their tender after the expiry of the aforesaid period shall not be considered by the purchaser.

6.No interest shall be payable by the purchaser on the EM deposited by the tenderer.

7.The Earnest Money deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogate from the tender in any respect within the period of validity of his tender.

8.The earnest money of the successful tenderer shall be returned after the security Deposit as required in terms of the contract is furnished by the tenderer.

9.If the successful tenderer fails to furnish the security deposit as required in the Contract within the stipulated period, the Earnest Money shall be liable to be forfeited by the purchaser.

10.Money of all the unsuccessful tenderer shall be returned by the purchaser as early as possible after the expiry of bids validity, but not later than 30 days after Placement of contract. Tenderers are advised to send a pre receipt challan along with their bids so that refund of Earnest Money can be made in time.

11.Any tender, where the tenderer is required to deposit Earnest Money in terms of Conditions mentioned in preceding paras, not accompanied with Earnest Money in any one of the approved forms acceptable to the purchaser, shall be rejected.

Signature of the tenderer

Sd/30-6-2014

(S.L.C.Khup)

DIGP (Prov./LSC)

For and on behalf of the President of India

Page 9 of 42

Form 68-A

Tender No. _______________________________________________________________

Full name and address of the Tenderer in addition

Contractor’s telegraphic Address

to post box No. if any should be quoted in all

__________________________________

Communication to this Office

 

___________________________________

 

 

Telephone No. ______________________

 

Fax No. ___________________________

From.

 

________________________________

 

Dear Sir,

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

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

Signature of the Tenderer.

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

Here paste coupon incase where coupons are supplied to contractors on payment

Yours faithfully,

(Signature of the Tenderer) Address________________________

Dated _________________________

(Signature of the Witness) Address ________________________

Dated __________________________

Page 10 of 42