Request for Proposal (RFP)

Size: px
Start display at page:

Download "Request for Proposal (RFP)"

Transcription

1 1,.. 1a4ciai "W. tra Union Bank iffivennt Request for Proposal (RFP) Empanelment of Firms/Suppliers/Service Contractors for supply a Maintenance of Fire Alarm System with Auto Dialer and Addressable Fire Alarm System with Auto Dialer in the Branches/ Offices/ATMs of Union Bank under Regional Office, Mumbai (South)

2

3 %pain ta. 07 Union Bank S. earn INDEX SCOPE OF THE WORK ELIGIBILITY CRITERIA FOR SHORT LISTING TECHNICAL REQUIREMENTS EARNEST MONEY DEPOSIT TERMS OF IMPLEMENTATION. LOCATIONS TO BE COVERED. BIDDING PROCESS (TWO STAGE) EVALUATION CRITERIA ( *4\ DETERMINATION OF L1 BIDDER AND AWARDING OF CONTRACT VALIDITY OF CONTRACT ASSIGNMENT OF OBLIGATION. 13. CANCELLATION OF WORK ORDER.1 - AVAILIBILITY OF SPA - PATENTS/RIGHTS- /. MAINTENANCE STANDARD REQUIRED DELAYS IN THE SUPPLIER'S PERFORMANCE LIQUIDATED DAMAGES FOR DELAY IN INSTALLATION PENALTY FOR LACK OF SERVICE SUPPORT TERMINATION FOR DEFAULT TERMINATION FOR INSOLVENCY LIABILITY WARRANTY ANNUAL MAINTENANCE CONTRACT (AMC) Page 2

4 FORCE MAJEURE UNDERTAKING BY VENDOR INSURANCE GOVERNING LAW AND DISPUTES NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER OPENING OF OFFERS AND PRE BID MEETING SIGNING OF CONTRACT PAYMENT TERMS N Page 3

5 is SITIO air Union Bank Of India Regional Office, Mumbai (South) 6th Floor, The Union Bank Building, Mumbai Samachar Marg, Fort, Mumbai Fax: Ph.No Request For Proposal Empanelment of Firms/Suppliers/Service Contractors for supply Et Maintenance of Fire Alarm system with Auto Dialer and Addressable Fire Alarm System with auto dialer in the Branches/ Offices/ATMs of The Union Bank under Regional Office, Mumbai (South) The Union Bank, Regional Office Mumbai (South) wishes to empanel reputed firms, for three years, for supply and maintenance of Fire Alarm system with Auto Dialer and Addressable Fire Alarm System with Auto Dialer in the Branches / Offices / ATMs under Regional Office, Mumbai (South) on as an7s- When required basis from firms who fulfill the Mandatory eligibility criteria /conditiqi*/ requirements as given in this document. RFP Forms can be downloaded from our website and can be submitted along with the Techno-commerciarafer on payment of Rs 1000/- (Non- Refundable) by way of Demand Draft / Pay Ordeetavoring Union Bank payable a......,...i. Date of commencement of issue pt R e 1 Last date for submission of RFP - Opening of Technical bid :;-: : 22/05/2018 : 11/06/2018 up to 03.00PM : 11/06/2018 at PM In case of any unexpeite interruption due to events beyond control of the procurement committeerthe process interrupted will be continued on the subsequent working day at the scheduled time. Dy. General Manager Page 4

6

7 ala a ate n Union Bank 3ffibsykzr SCOPE OF THE WORK The supply and installation with Annual Maintenance (including AMC of existing systems in the branches/offices) of Fire Alarm system (FAS) with Auto Dialer and Addressable Fire Alarm System with auto dialer in the Branches, ATMs and offices of Union Bank under Regional Office, Mumbai (South) on as and when required basis. Empanelment is for three years which would be renewed yearly on the basis of satisfactory performance. Empanelment may be extended further to three years for a maximum period up to six months from the date of expiry, at one time, due to exigencies. Contract for supply and installation of new equipments plus noncomprehensive annual maintenance for new (post warranty) and existing equipments will be for the period of three year which would be awarded to Lowest bidder meeting all criteria of the bank i.e. Li. Rate of supply, installation of new equipments plus non-comprehensive annual maintenance for new (post warranty) and existing equipments fixed at the time of contract will be non negotiable during entire period of empanelment and no revision will be permitted.,l1-would be determined for each security product as captioned above separately.,, No AMC charges will be paid during warranty period. If the central office or any higher office of Union Bank conducts Pan India Rate contract,'regional office Mumbai (South) will have the right to cancel this Rate contract. In such case notice of one month will be served to the \fir'm for termination of contract and no other claim of whatsoever nature will be entertained. Note: Region has large numbers of branches/atms/offices located in the Mumbai. Addresses of branches, offites and ATMs can be obtained from the official web site of the bank. The requirements mentioned above pertain to the entire region and not to the particular centre where Regional office or a branch or an office or an ATM is located. ELIGIBILITY CRITERIA FOR SHORT-LISTING For empanelment of Vendors the following criteria shall be applied. For this purpose Vendors shall submit proof of documents along with the Tender application form. Vendors not submitting proof documents and/or not conforming to any of these parameters will not qualify for short listing or empanelment. Page 5

8 et_ cal (9) Union Bank TECHNICAL BID OFFER (TO) The Technical Bid Offer (TO) should be filled by vendor complete in all respects and must provide all information. It must not contain any price information. Please note, if any information related to price is found in technical bid then whole bid will be rejected and no correspondence/representation in this regard would be entertained. The Technical Bid Offer should comprise of the following: Acceptance of Terms and Conditions as per Annexure-I. Non Refundable Tender application fee of 1000/- in the form of DD favoring "Union Bank " payable at "Mumbai". Pre qualification as per Annexure II Declaration for compliance as per Annexure III Technical Specification as per Annexure IV Details of reference sites as per Annexure V. Declaration that firm/vendor or their subsidiaries have not refused to accept any work order in last five years for supplying or installation or maintaining any equipment to Union Bank or have failed to complete the job in full or in part as per Annexure-VI. Earnest Money Deposit of 25,000/- in the form of a demand draft/pay order issued by a scheduled commercial bang favoring "Union Bank ", payable at "Mumbai" must be submitted along With the Offer LATE BIDS:-Any bid received after the deadline for submission of bids prescribed by the bank will be rejected. All the Annexure i.e. I, 11, 111, IV, V, VI, VII and VIII of the Technical Bid should be submitted duly signed with Name and designation of the authorized person with seal of the company. The bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized to bind the bidder to the contract. The authorization shall be indicated by written power of attorney to participate in the tender process. Bids signed by representatives who don't have written power of attorney to participate in the tender shall be rejected. All pages of the bid including anamended printed literature shall be initialed by the person or persons signing the Bid. Attested Photocopies of relevant documents / certificates as proof in support of various information submitted in aforesaid annexure and other claims made by the vendor be provided along with Technical Bid. 2,c Page 6

9 it_ ear WS 01 Union Bank arms Olen General Criteria Firms should be reputed in the concerned field with not less than consecutive last five years of experience dealing in the products offered and they must be working with/ worked for supply, installation and Annual maintenance of these products in at least three Public Sector Banks/ Public Sector Undertakings (other than The Union bank ) satisfactorily consecutively in last 3 years. (Attested copies of Work orders will be accepted as proof). Attested copy of certificate of incorporation to be submitted). The firms should have average annual sales turnover of 200 Lac or above in the Last 3 years. The firm should have earned profit during the last three years. Good Product quality and Robustness:- All Products for which BIS standards exist should conform to those standards or should have test report by the regional electronic Test Development centers. (Attested copy of proof to be submitted). Proper and professional after sales service net work within areas under Regional office, Mumbai (South). The Firm should have at least one of its own office / service centre functioning in geographical area of Mumbai. Firms should submit attested copies of rent receipt or any other proof to prove that it has own office /service centre functioning in Mumbai. If the Firm doesn't have an office/service center functioning in Mumbai, it should start one office/service center anywhere in Mumbai immediately before finalization of contract. An, undertaking to this effect is to be enclosed with Technical Bid. The firm applying fors Fire Alarm System/ Addressable Fire Alarm System should have installed/ looking after the Annual Maintenance of these products in at least three Public Sector Banks/ Public Sector Undertakings (Other than The Union bank ) for at least 3 years. (Firm should provide reference site details in the annexure and they will qualify only if the bank gets positive feedback from the references). Bank may obtain feedback from any other site where the firm is known to have rendered similar services. Firm will be disqualified on receipt of adverse feedback from any site. Firms with Test report by the Regional Electronic Test Development centers or BIS certification wilt be preferred. (Attested copies or original Proof if any has to be submitted). Firms applying for supply, installation and AMC of Fire Alarm Systems (both Addressable and non Addressable) must have license to do so by Maharashtra Fire Brigade. Vend should give a full demonstration at Regional office, Mumbai (South) or any 9 h Page 7

10 calla a of al* 31h5 igen n Union Bank other convenient site suitable to the bank at their own cost. 11.After the first demonstration, if bank requires to have another demo in another /same premises to further ascertain the quality of the product, that too vendor would provide free of cost. 12.Firms should have their own employees and should have Infrastructure and network to support in the geographical area of Regional Office, Mumbai (South) Undertakings with proof must be submitted. Firms should have Income Tax PAN, TIN Number, GSTIN and the latest Clearance Certificate. (Attested copies of PAN card, TIN Number, GSTIN and Income tax returns for last three years to be submitted) Firms should have Registration under Shops Et Establishments Act. (Attested copy of certificate to be submitted). Firms should have at least their one office with Landline telephone connection and facility within the area of Mumbai/Thane and in1which the branch/office thus located should be manned during the office hours. will be considered as valid means of communication and to report complaint and vendor is bound to attend the complaint within 24 hrs. Firm shall not be owned or controlled by any director or officer/employee of the bank or their relatives having the same,meaning as assigned under section 6 of the Companies Act (A certifieate denying the ownership of Agency/Firm/Manufacturer/ Dealer by any director or officer/employee of the bank or their relatives having the same meaning as assigned under section 6 of the Companies Act 1956 issued by the CEO or Director of the Firm to be submitted along with the tender). Firms should submit an undertaking (on their letter head) that they have not been black listed by any of the Govt. Authority or PSUs/PSBs duly signed by authorized signatory with compry seal. - Any firm which was given any work order in last five years for supplying or installation or maintaining any equipment but failed to complete the job in full or in part, is not eligible to participate in this tender process and would be summarily rejected. Declaration in this regard to be submitted along with Technical Bid as per Annexure VI. Firms should have registration number for payment of service tax (Attested copy of proof to be submitted or undertaking stating that their firm doesn't come under the purview of service tax registration by CEO of the company with compa y seal to be submitted). tv-\ Page 8

11 tfacien Union Bank 3. TECHNICAL REQUIREMENTS: A) Fire Alarm Systems: 1 2 Et 4 Zone Master Control Panel as per IS: 2189 with separate external Auto Dialer (with facility to dial at least 5 telephone no's of 20 digit each and voice message of at least 20 seconds), Hooter (the sound of alarm should be clearly audible up to 500 meters), Zone indicator and Rechargeable battery backup. The control panel should have compatibility features for CMS which may be administered at a later date either by the firm representative or any other vendor. 2 Test report by the Regional Electronic Test Development Centers or 151 certification is mandatory for Electronic Fire alarm System. 3 On activation it should initiate Audio alarm (The sound characteristic of the alarm should be continuous and similar throughout 'the protected premises) as well as visual signal on sector/zonal panel of the controlpanel. -, 4 Alarm activation by Flame detectors, Ionization Smoke Detector (ISD), Optical Smoke Detector (OSD) and Heat Detector with provision for Response Indicator (RI), Manual Call Point with break glass arrangement (MCP) etc. All the smoke detectors shall conform to IS and shall be compatible with conventional fire alarm system/panel sq.mm copper armored cablek(isi) IS": 1554 Wiring. 6 Buy back clause for old systern.'(irrespective of make and condition of the equipment), 7 AMC for round the clottifor smooth functioning of fire alarm system with quarterly maintenanee-visits. '--, 8 Cost of all essential-components of fire alarm system should be pre-approved at the time of Rate contract. 9 The control panel should have Test facility, ON - OFF indicators, acknowledge button, where required cancel/reset/isolation button, related fuses and zone indicator. 10 It should have a manual isolation switch for manual operation in case of continuous fault alarm. Page 9

12 ala aolyariscn (9) Union Bank B) Addressable Fire Alarm System: 1. Supply, Installation, Testing and Commissioning of Microprocessor based intelligent Addressable Fire Alarm Control panel with battery backup for 24 hours normal operation and 15 minutes alarm operation. The Control panel, battery charger etc. Shall be UL listed. The panel shalt be with 1 loop capacity and shall be expandable up to 4 loop (Sufficient space provision should be there for future expansion of the loop card). The Fire Alarm Control Panel shall include a full featured operator interface control and annunciation panel that shall include a backlit 640 character liquid crystal display, individual, colour coded system status LEDs and a alphanumeric key pad for the field programming. The control panel shall be capable of expansion via SLC modules. Each module shall ber capable of UL listed and FM approved and complies with 864, 9th Edition requirement. The enclosure shall also be UL listed. The quoted rate shall include supply of necessary software and hardware for programming the Panel with all necessary license. 2 Supply, Installation, Testing and commissioning of Analogue addressable Multicriteria Type detector haying 2 optical sensor EL 1 Heat Sensor with inbuilt isolator with floating sensitivity, mounting based LED, software addressing, Addressing, Address Switch to programme the detectors is not acceptable, to be installed under/above false ceiling, roof and concealed space etc. Interconnecting to loop cable complete as required as per direction of Engineer-in-Charge Supply, Installation, Testing And Commissioning of Addressable type Beam Detector with inbuilt isolator having a range of 50 Mtr with Loop powered. Supply, Installation, Testing And Commissioning of UL/EN listed Analogue Addressable type Heat Detector (with inbuilt isolators) with range upto 54 degree Celcius complete with fixing accessories like base, base box, self adhesive sticker indicating loop number and address etc. To be installed under/above false ceiling, roof and concealed space interconnecting to Loop cable complete as required as per direction of Engineer in Charge. (FAH-T420 or equivalent) Supply, Installation, Testing And Commissioning of Addressable Manual Call Point (break glass type) with inbuilt isolators complete as per direction of Engineer-in-Charge. Supply, Installation, Testing And Commissioning of Addressable Strobe cum- Hooter as per direction of Engineer-in-Charge. Supply, Installation, Testing And Commissioning of Control Module with inbuilt isolator as per specifications and as per direction of Engineer-in-Charge. Supply, Installation, Testing And Commissioning of Monitor module with inbuilt isolator as per direction of Engineer-in-Charge. It Page 10

13 glace; ate CO Union Bank Jaw Atm 9. Supply, Installation, Testing And Commissioning of Response Indicator as per specifications and as per direction of Engineer -in-charge. 10 CABLES AND CONDUIT 11 Supply, Installation, Testing And Commissioning of Fire Survival Armoured Cable (600/1000W) with Class-2 annealed copper conductor to BS EN having crosslinkable Halogen Free insulation with Glass Mica (Fire barrier) type along with Low Smoke Zero Halogen (LSZH) inner Et outer sheath as per BS 7846:2009. Should retain circuit integrity as per BS 6387 C.W.Z. a BS EN Unit price of Armored cable 2 x 2.5 sq mm Note: The specification/ code reference number of new items must be compatible for suitable integration with existing system/ item If technical specification given anywherc in this document contradicts the above specification then - higher specification whichever is, will prevail. 4. a) EARNEST MONEY DEPOSIT Earnest Money Deposit of 25,000.00/- (Rupees Twenty Five Thousand only), in the form of a demand draft/pay order issued by a scheduled commercial bank favoring "Union Bank ",>yable at "Mumbai" must be submitted along with the Offer. Offers not itccimpanied with Earnest Money Deposit of Rupees One Lac will not be accepted. ThiCamount will be forfeited if, having been selected by the Bank for the supplyihg, installing and maintenance of FAS or Addressable FAS or both these equiphients, the vendor refuses to accept any contract or having accepted the contract, fails to carry out his obligations mentioned therein. Bank Guarantee in lieu of Earnest Money Deposit will not be accepted. No interest will be payable on the Earnest Money Deposit. The Earnest Money Deposit will be refunded to the unsuccessful Vendors. The Earnest money paid by the successful Vendors will be released only after three months of vendors starting the work. Any exemptions given by NSIC, GOI or such other authority in payment/ Deposit of Tender cost and EMD will be respected/ accepted. The Earnest Money Deposit will be forfeited if the vendor-,/ Withdraws its bid during bid validity period. V Refuses to honor Price Bid. Bank reserves the right to place order onto vendor based on prices quoted by them. fral Page 11

14 %Pain ate VP Union Bank 1 Refuses to accept work or purchase order or having accepted the purchase order, fails to carry out his obligations to bank's satisfaction mentioned therein. 1 Refuses to submit bank guarantee on finalization of rate contract. EMD to successful vendor will be refunded only after three months of execution of agreement, submission of bank guarantee by vendor and vendors starting the work as per terms of agreement. b) PERFORMANCE BANK GUARANTEE Before entering into an agreement the selected vendors should submit a Bank Guarantee of 1,00,000/-(Rupees One Lac only) for contract of Fire Alarm System and RS. 50,000/- (Rupees Fifty Thousand only) for contract of Addressable Fire Alarm System to Union Bank, Regional Office, Mumbai (South) valid for a period of 4 years from the date of rate contract, issued by a schedi!led commercial bank other than Union Bank favoring Union Bank, payable at Mumbai. Union Bank will have the right to make good the loss fromany of the bank Guarantee given by bidder if not given separately, irrespective of The purpose of the guarantee. All liabilities arising from this Tender will be Made good from the Bank Guarantee. 5. TERMS OF IMPLEMENTATION The vendor shall supply, install and make operational the new equipment within 07 working days, from the date of receipt of such Work Order through . Else, the terms' of:liquidated Damages (LD) at the rate of Rs 500 (Five Hundred only per day but not more than Rs 5000/- (Rs Five Thousand) per work order. - The vendor shall provide service support as and when required during the warranty period and thereafter as per terms of AMC. On Installation /Servicing vendor/representative will explain and teach the operation of concerned equipment to make employees of the bank well versed with functioning of the equipment. Down time of any equipment to make it serviceable whether under warranty or under AMC would not be more than three working days. Bank reserves the right to evoke LD Clause as mentioned in para 5 (a) above. Intimation of downing or un-serviceability of equipment would be given by branches/offices to vendor through his official only. Day of would be excluded from calculating three working days. \sts-n Page 12

15 egaan ate 07 Union Bank stin law LOCATIONS TO BE COVERED The Location of delivery of Security Equipments will be communicated along with the work order or Purchase Order. Prospective vendors may inquire about location of branches/offices/atms from the official web site of the bank. However, the Bank reserves the right to change location as per Bank's requirement, before delivery. The installation of the security equipments will be done as per requirement of the bank from time to time. BIDDING PROCESS (TWO STAGE) The offer will be in two parts, Technical bid and Price Bid. Both the parts should be submitted in separate sealed covers duly super scribed "Technical Bid for supply Et Maintenance of Fire Alarm system with Auto Dialer, and Addressable Fire Alarm System with auto dialer for Branches/ATMs/Offices" and "Price Bid for supply Et Maintenance of Fire Alarm system with Auto Dialer, ands Addressable Fire Alarm System with auto dialer for Branches/ATMs/Office?! respectively and both sealed envelopes should be placed in another sealed envelope super scribed "Offer for supply Et Maintenance of Fire Alarm system with Auto Dialer, and Addressable Fire Alarm System with auto dialer". The offer should be dropped in the Tender Box at the below mentioned address. Regionateffice, Mumbai (South) 60 Floor, The Union Bank Building, Mumbai Samachar Marg, Fort, Mumbai A Technical bid will contaiii*the Bidders information in the format as document. given in this TECHNICAL BID shall not contain any pricing information at all. or commercial Offer will be evaluated in following stages: FIRST STAGE: - Only TECHNICAL BID will be opened and evaluated. Bidders satisfying the technical requirements as determined by the Bank including enclosing of DDs or POs as Tender cost of Rs 1000/- and EMD of Rs 25,000.00/- (Twenty Five Thousand Only) and who accepts the terms and conditions. SECOND STAGE: - Positive feedback from referrals from PSBs. On receipt of adverse feedback from any referral site, whole bid from that vendor would be reject Page 13

16 %Pande CO Union Bank 3inV firs47 ID intimated in tender documents will be treated as valid mode of communication. THIRD STAGE: - Live Demonstration of the system offered. FOURTH STAGE: - Opening of PRICE BIDS of only those bidders, whose technical bids are qualified stage three mentioned above. The bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized to bind the bidder to the contract. The authorization shall be indicated by written power of attorney accompanying the Bid. All pages of the bid including un-amended printed literature shall be initialed by the person or persons signing the Bid. The bid shall contain no erasures or over writing except as pedessary to correct errors made by the Bidder, in which case such corrections shall be' authorized by the person or persons singing the bid. The bidder should quote-the price as per PRICE BID - Performa. 8. EVALUATION CRITERIA A) TECHNICAL BID OFFER: The Technical Bid Offer (TO) should be complete in all respects and contain all information asked for in this document. It should not contain any price informationj)etails of any software(s) being supplied free along with the system must be indicated separately and specifically. Details Any,software(s)/ component which is with cost left out and which may be fecluired with the system must be indicated separately and specifically.alobg without the cost. The TO must be submitted in an organized, numbered and structured manner (spiral binding will be appreciated). Brochures/leaflets etc. showing technical specifications and other details preferably be submitted in tidy/binding form. Bank reserves the right to reject an offer under any of the following circumstances: Tender Form Cost of Rs 1,000/- and Rs 25,000/- (Twenty Five Thousand Only) as EMD is not submitted. Offer is incomplete and/or not accompanied by all stipulated documents. I Offer is not in conformity with the terms and conditions stipulated in this document. tkt Ac Page 14

17 %pain to (9) Union Bank mita Mtn 1 Specifications stipulated in REP are minimum. However vendors can offer higher/superior configuration systems. I Price Bid is not submitted separately along with Technical Offer. I Price Bid is submitted on different format than format of this tender document. Violates any terms and conditions in the RFP document. If found that the information provided in the offer is bogus. B) PRICE BIDS: Price Bids of technically qualified bidders will only be opened. Performa of Price Bid is placed at Annexure VII. Bank's evaluation of the commercial bids will take into account the status of compliance of terms and conditions. DETERMINATION OF L1 BIDDER AND AWARDING OF CONTRACT: ; The Bank will shortlist vendors, who satisfy Technical ind;bther requirements laid down in the tender document. Short listed vendors Will be notified by only and the suppliers/authorized representatives may be preient at the time of opening of the Price Bids. Bank will open Price Bids only-pf bidders shortlisted in technical evaluation and contract may be awarded to the lowest bidder. However, bank reserves the right to award the contract even to higher bidder if it feels deemed fit. Failure or refusal to offer the seryices/goods by the successful bidder at the price committed shall result in forfeiture of EMD/ Bank Guarantee which may be noted. The Bank reserves the right t9,cancel the entire tendering process or reject any or all proposals without assigning specific reasons. Similarly, Bank reserves the right not to include any vendor in thefinalihort-list. NO ERASURES OR ALTERATIONS AFTER SUBMISSION OF BIDS No submissions for erasures or alteration will be entertained. However, if a bidder submits two bids, the lowest quoted bid accompanied by document fee and EMD will be considered and the EMD of both bids will be released after finalization of contract as specified above. VALIDITY OF CONTRACT Contract for supply and installation of new equipments will be for the period of three years. AMC rates fixed at the time of contract will be non negotiable and no revision will be permitted within the contract period. After completion of the contract if the vendor performance is satisfactory, the contract may be renewed on same terms and condition of the existing contract. Contract for supply and installation of new Page 15

18 eta an ate- 3ffiv iflee Union Bank equipments may be extended to another six months, at a time. The performance bank guarantee will be for a period of 4 years. 11. ASSIGNMENT OF OBLIGATION The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the Banks (Purchaser) prior written consent. 12. CANCELLATION OF WORK ORDER If the vendor fails to deliver and/or install the equipment within 07 working days or the extended date as communicated by the Bank, it will be a breach of contract. 01/4 The Bank reserves its right to cancel the work order ti \the event of delay in delivery / installation / commissioning of equipment and invoke LD clause. Bank (Purchaser) will have the right to cancels thecontract issuing one month notice without giving any reason for such cancellation'}- 13. AVAILIBILITY OF SPARES Vender should ensure that the Spares for the product offered are available for at least 6 years from the day of installation of equipment. No obsolete equipment should be supplied to the bank. \ PATENTS RIGHTS The supplier shall inderrinify the Bank (purchaser) against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the goods, or any part thereof in India. The supplier shall, at their own expense, defend and indemnify the Bank (purchaser) against all third party claims or infringement of intellectual Property Right, including Patent, trademark, copyright, trade secret or industrial design rights arising from use of the products or any part thereof in India or abroad. The Supplier shall grant to the bank (purchaser) a fully paid-up, irrevocable, nonexclusive license throughout the territory or abroad to access, replicate and use software (and other software items) if any, provided by the supplier, including-all inventions, designs and marks embodied therein in perpetuity. kc) Page 16

19 %Penn te CO Union Bank oftwi nza 15. MAINTENANCE STANDARD REQUIRED The vendor should ensure that the equipment reported faulty on any working day is set right at the earliest from the date of reporting the complaint through and in no case, later than three working days of the bank. In case, the hardware cannot be repaired within the stipulated period, the vendor should provide standby replacement of the same till the hardware is returned duly repaired without any additional charges. During Warranty and also during AMC period, the vendor should provide support for various issues relating to Hardware and Software, if required, taking backup before formatting the DVR, configuring Cameras etc. without any additional cost, however DVD/CD/external media will be provided by the bank. The vender should respond within 24 hrs to request made by the branch to provide necessary data to police/court without any additional charges. All complaints/service requests will be reported/ _conveyed through only. 16. DELAYS IN THE SUPPLIER'S PERFORMANCtt Delivery of the goods and performance offthe Services shall be made by the supplier in accordance with the time schedule *raffled by Bank (purchaser). Any delay in performing the obligation by the:kipplier will result in imposition of liquidated damages and/or termination of rateippitract for default LIQUIDATED DAMAGES FOR DELAY IN INSTALLATION itk. / The Bank's right to cancel the order and impose liquidated damages at 500/- per day subject to maximum of /- in each case. The Bank reserves its right to recover these amounts by any mode such by making adjustment from any payments to be made by the Bank to the vendor or from Performance Bank Guarantee. 18. PENALTY FOR LACK OF SERVICE SUPPORT Bank expects proper service support during warranty and post warranty (AMC) period. The machine should be set right within 24 hours of reporting the complaint. In case the machine is down for more than 3 working days and no substitute is provided by the vendor, a penalty of per day may be charged, from the 4 th day of complaint to the maximum of per case. Such penalty may be recovered from the amount payable to the vendor or quarterly AMC charges to be paid by the Al Page 17

20 alaarn tth tra Union Bank.014, fatal Of India Bank. If such case is reported three times in a year, Bank may terminate the contract and replace the faulty system and make good the proportionate loss from bank guarantee. will be considered as valid means to report complaint. 19. TERMINATION FOR DEFAULT The Bank, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Bidder, may terminate this Contract in whole or in part, if the Bidder fails to perform any obligation(s) under the Contract. In the event of the Bank terminating the Contract in whole or in part, Bank may procure, upon such terms and in such manner, as it deems appropriate, services similar to those undelivered, the Bidder shall be liable to the, Bank for any excess U t) costs for such similar services. TERMINATION FOR INSOLVENCY The Bank may at any time terminate thccontract by giving written notice to the Bidder, if the Bidder becomes bankrupr-or7otherwi5e insolvent. In this event, termination will be without compensation to the Bidder. LIABILITY Vendor's aggregate liability 'under the contract shall apply to third party claims for bodily injury/electric shock (including death) and damage to real property (due to malfunction of equipment) and tangible personal property caused by vendor's gross negligence/lapse or due to below standard equipments or use of unskilled/unprofessional technicians by vendor. Vendor shall be liable for any indirect, consequential, or special damages due to malfunction of the security equipments under the agreement / purchase order. WARRANTY a) The warranty offer must include comprehensive on-site warranty of at least One year from the date of installation/commissioning of equipments. However, there should not be any additional cost for the warranty period. NO AMC charges will be admissible in warranty period however quarterly service visit is mandatory during warranty period else AMC charge of that quarter or 2% cost of equipment whichever is higher vill be deducted from vendor by any means. Page 18

21 eilacio1 al* Union Bank iffwifisen on The offer must include comprehensive on-site warranty for batteries of at least 6 months from the date of installation/commissioning of the equipments. However, there should not be any additional cost for the warranty period. Vendor shall be fully responsible for the manufacturer's warranty in respect of proper design, quality and workmanship of equipment, accessories against any defect during the warranty period. During the warranty period vendor shall maintain the equipment and repair/replace all the defective components at the installed site, at no additional charge to the Bank. The down time of the equipment will be added in the warranty period of the equipment. Cost of all spares and labor charge would be borne by the vendor during warranty period. 23. ANNUAL MAINTENANCE CONTRACT (AMC) Annual Maintenance Charges for the post warranty period must be quoted on a yearly basis, in the Price Bid. The vendor will have to maintain the equipment supplied for at least three years including warranty period at the same rate quoted in Price Bid. The vendor is expected to ensure sameimaintenance standards as mentioned in maintenance standards (Para 15). If any of the peripherals, components etc. are not available or difficult to procure or if the procurement is likely to be delayed, the replacement shall be carried out with a brand new equipment of equivalent or higher specifications, during the period of three years-including warranty period. In such cases no labor charges will be admissible. However,- book value of old equipment will be deducted from the cost of new equipment post warranty period. Such equipments will be treated as fresh installation and warranty will be applicable as brand new equipment. If the vendor doesn't replace the system as said in sub section 23 (b) above within a complaint period of seven working days, Bank will have the right to replace the faulty equipment with any other vendor and make good the book value of the faulty system from the vendor of the faulty equipment by any means. During AMC period the technicians should visit the branches quarterly during the year with a minimum gap of 75 days between each visit during bank working hours in addition to the emergency fault repair calls. The fault repair calls will not be treated as quarterly visits and such visits will be free of cost during AMC period. Quarterly visit report confirming the status of the equipment (i.e. defective, partially defective, working properly) should be raised in triplicate with one copy each 9 Regional Security Officer, concerned Branch Manager and the vendor. Page 19

22 eg, la an dal n Union msw into Bank AMC Payment will be made in four equal installments after by respective branch (one installment after every quarterly visit). If the firm fails to attend quarterly visit it will be treated as a lapse in service by the vendor and AMC charge for that quarter will be forfeited. AMC charges of such lapsed quarters cannot be claimed afterwards. During AMC visit the representative should explain the working of system to the employees and hand over the list of Telephone No's fed in the Auto dialer to the branch manager free of cost which is a mandatory obligation. During AMC period, the vendor should provide backup in DVD or any other storage device provided by the bank, as and when required, which is a mandatory obligation. No additional payment will be made by the Bank/ branch for such service. During AMC visit the representative should give a technical report of system which on a format vetted by the Regional Security Officer. IfshefUld clearly reveal the present status/condition of the system. Cost of components only listed in the price bid will be paid and No labor charge would be borne by the bank during AMC period. ' FORCE MAJEURE Notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or termination for default if and to the extent that it's delay in performance or other failure to perform its oblieations under the Contract is the result of an event of Force Majeure. For purposes of this clause, "Force Majeure" means an event beyond the control of the Bidder and not involving the Bidder's fault or negligence and not foreseeable. Such events,may include, but are not restricted to, wars or revolutions and epidemics. If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means of performance not prevented by the Force Majeure event. UNDERTAKING BY VENDOR The successful bidder must give an undertaking that all components used in the machines supplied are new and original and not refurbished. This must be submitted along with the Invoices else payment will not be released. Page 20

23 INSURANCE el act te CO Union Bank nem The supplier should get the hardware items insured for a period of 6 months from the date of delivery in the name of the Bank at no extra cost to the bank. The insurance shall be for an amount equal to 110% of the CIF value of the goods delivered at the respective branches covering all risks. GOVERNING LAW AND DISPUTES The provisions of this tender shall always be subject to government notifications, any rules/ guidelines that may be in force from time to time. All disputes or differences whatsoever arising between the parties out of or in relation to the construction, meaning and operation or effect of these Tender Documents or breach thereof shall be settled amicably. If however the parties are not able to solve them amicably, the same shall be settled by arbitration & in accordance with the provisions of Arbitration and Conciliation Act 1996 or arl. statutory modifications or re-enactments thereof and the rules made there under and for the time being in force, shall apply to the arbitration proceedings. The arbitrator shall be appointed with the mutual consent of both the parties. However there is a provision of appeal if either party is not satisfied with the arbitration award. During the arbitration proceedings thefl Vendor shall continue to work under the contract unless otherwise directed in writing by the bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator is obtained. The venue of the arbitration shall be Mumbai. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER The Bank shall be under no obligation to accept the lowest or any other offer received in response to this notice and shall be entitled to reject any or all offers without assigning any reasons whatsoever. The bank will have right to opt for any new technology optimum for the banks usage. OPENING OF OFFERS AND PRE BID MEETING Technical Bid offers will be opened at Bank's Regional office, Mumbai (South) at 3.30 pm, on 11/06/2018. The bidders / their representatives may be present at the time of opening of the Technical Bid Offers. No separate intimation will be sent in this regard to the suppliers for deputing their representatives. The Technical Bid offers will be opened at the time and date stipulated above irrespective of the number of offerers or their representatives present. 4 Page 21

24 aoltw n Union Bank niza In case of any unexpected interruption due to events beyond control of the procurement committee, the process interrupted will be continued on the subsequent working day at the same time. SIGNING OF CONTRACT If Bank decides, then the successful bidder(s) shall be required to enter into a contract with Bank within 7 days of the award of the tender as per tender terms and condition. In the absence of any formal contract, the copy of PO, the RFP document and other related documents will be treated as contract. PAYMENT TERMS Payment for installation of new equipment will be released brthe branch on approval from Regional Office after submission of work completion certificate duly countersigned by the concerned branch Head and original invoice subjected to the following conditions. Retention Money: 10% of total cost of equipmentnnaterial supplied will be retained as retention money for every newly installed equipment and will be refunded on satisfactory completion of warranty period. TDS: IDS will be deducted as per Govt. instructions applicable from time to time. For further clarifications, if any;_you may contact the following address: Union Bank Regional Office, Mumbai (South) 6th Floor, The Union Bank Building, Mumbai Samachar Marg, Fort, Mumbai Fax: Ph.No Or Regional Security Manager, Mumbai (South) Region ( ) Regional Head ern Page 22

25 1%. an te an Union Bank sift sitca ANNEXURE I (Letter to the bank on the Supplier's letterhead) To, Dy. General Manager Union Bank, Regional Office, Mumbai (South), 6th Floor, 66/80, Mumbai Samachar Marg, Fort, Mumbai Fax: Ph.No Sir, Letter of Undertaking on Company Letter head Reg.: Our bid for supply & Maintenance of Fire Alarm syitein (with Auto Dialer) and Addressable Fire Alarm System with auto dialer in the Branches/ATMs/Offices under Regional Office, Mumbai (South) of Union Bank. (Pistrike the product which is not being offered). We submit our Bid Document herewith. We understand that You are not bound to accept the lowat. or any bid received by you, and you may reject all or any bid. If our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when called upon by the.purchaser (Bank) to do so, a contract in the prescribed form. Unless and until a formal contra:a is prepared and executed, this bid together with your written acceptance thereotsball constitute a binding contract between us. If our bid is accepted, weie responsible for the due performance of the contract. You may accept or entrust the entire work to one vendor or divide the work to more than one vendor without assigning any reason or giving any explanation whatsoever. Vendor means the bidder who is decided and declared so after examination of commercial bids. The names of shortlisted bidders after the completion of first stage (Technical Bid), and the same of successful bidder to whom the contract is finally awarded after the completion of second stage (Commercial Bid). Dated at this day of Yours faithfully, For Signature Name Page 23

26 egazioi tsr (01) Union Bank sffir laza of Indla The minimum qualification criteria for the bidders are as under: - ANNEXURE II PRE QUALIFICATION SL No Pre Qualification Criteria Compliance (Yes/No) FAS AFAS Details of proof Attached if any 1 Firms should be reputed in the concerned field with not less than five years dealing in the products offered. 2 Do the firms have test report by the Regional Electronic Test Development centers for each equipment? 3 The firm applying for FAS/AFAS should have installed/ looking after the Annual Maintenance of FAS/AFAS of at least 3 Public sector Banks/ Public Sector Undertakings in Mumbai for consecutive three years. 4 The Firm should be on the Rate contract of at least three Public Sector Banks in Mumbai for three consecutive years. 5 Whether conforming to 151 standards. 6 Whether Supplier's own branches/ service centers available in the region. 7 If no, Whether willing to open branches/service centers in region before finalization of contract. (Undertaking to be submitted.) 8 Whether undertaking submitted (on their letter head) that-vendor has not been black listed by any of the Govt. Authority or PSUs/PSBs. 9 Whether Copy of PAN card, TIN No/ GSTIN No and'latest Income tax returns with audited balance sheets of last consecutive three years to be submitted. 10 Whether firms submitted copy of registration certificate under shops and establishment act. 11 Whether a certificate denying the ownership of firms by any director or officer/employee -of the bank or their relatives having the same meaning as assighed under section 6 of the Companies Act 1956 issued by the CEO or Director of the Firm submitted along with the tender. 12 Address of office with pin code, official ID and Telephone/ Mob no. 13 Contact person to enquire/report with Telephone/ Mob no. 14 !Ds to report complaints. 15 The firms should have average annual sales turnover of 200 lakh per year or above for last 3 years. 16 The firm should have earned profit during the last three years. Signature Seal of Company te\ Page 24

27 cs an ate erien Union Bank ANNEXURE III DECLARATION FOR COMPLIANCE OF ALL TERMS AND CONDITIONS INCLUDING SCOPE OF WORK We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank in this RFP including all addendum, corrigendum etc. (Any deviation may result in disqualification of bids). Signature Seal of company Page 25

28 et. atm 4:dr a Union Bank flee 1Letter to the bank on the Supplier's letterhead) TECHNICAL SPECIFICATION ANNEXURE IV We certify that the systems/services offered by us for tender confirms to the specifications stipulated by you with the following deviations List of deviations with reasons. (Deviations will be accepted only if the offered specification is higher than requirement) Signature: Seal of company (If left blank it will 6e,construed that there is no deviation from the specifications given above.) Page 26

29 cdacind* 3ffgy tri) Union Bank Mar (Letter to the bank on the Supplier's letterhead) REFERENCE SITE DETAILS ANNEXURE V Name of the Public Sector Bank/ Public Sector Undertaking Address of the bank's Central/Zonal/Regional Office Name, designation of contact person with telephone No. and id Name: Designation: Landline No.: Cell No.: c., E-maincl: Details of Security equipments supplied in% last 3 years (Ref. No., date of order andquantity),-4 7-,,, s Name of the Public Sector esank/ >. Public Sector Undertaking, Address of the bank's, - t4, - Central/Zonal/RegioriatOffice Name, designatiorlatcohtact person with telephone No. and id Name: Designation: Landline No.: Cell No.: id: Details of Security equipments supplied in last 3 years (Ref. No., date of order and quantity) Page 27

30 fa ar al* tr in Union Bank flat (3) Name of the Public Sector Bank/ Public Sector Undertaking Address of the bank's Central/Zonal/Regional Office Name, designation of contact person with telephone No. and id Name: Designation: Landline No.: Cell No.: id: Details of Security equipments supplied in last 3 years (Ref. No., date of order and quantity) AUTHORISED SIGNATORY Page 28

31 eit, clot a 07 Union Bank sfirs Szif ANNEXURE VI DECLARATION We hereby declare that neither our firm nor our subsidiaries have ever refused to accept / execute any work order/purchase order placed with us in last five years for supplying or installation or maintaining any equipment to Union Bank or have failed to complete the job in full as per terms of the said work order/ purchase order. We undertake to face any legal/administrative action, the purchaser (Bank) may deem fit in case this declaration is found false and misrepresenting. Signature Seal of company Page 29

32 %Pao! ate (g) Union Bank 31rtn 411au PRICE BID ANNEXURE VII PROFORMA OF PRICE BID FOR SUPPLY AND NON-COMPREHENSIVE AMC OF FIRE ALARM SYSTEM WITH AUTO DIALER Name, Address, Contact Nos. of Firm 1. FIRE ALARM SYSTEM WITH AUTO DIALER: SI. No Minimum Requirement Brand and Technical Specification Warranty per iod 2 Zone Master Control Panel as per IS: 2189 Two years 4 Zone Master Control Panel as per IS: 2189 Two years (C) Flame detector Heat Detector Optical Smoke Detector (OSD) conforming tol&--- - \S (UL/ LPCB certified) Rate in INR 02 No's Hooter (01 Hooter 135 db and 01 Hooter 90 db) Rechargeable battery of appropriate 12 Voltage / 10 Ah..r., Response Indicator Metallic (RI) 1.5 sq.mm 2 core dipper armored cable with FRLS (Red Colour) (151) IS: 1554 Wiring (k) Manual Call Point with break glass arrangement (MCP) with metallic hammer (I) Labor charges for shifting /reinstallation External Auto dialer (Single message and five mobile numbers) Any other component left out Minimum Comprehensive Warranty of Two years for New System (P) Non-Comprehensive Annual Maintenance Charges for FOUR MANDATORY quarterly Rs,. visits - Rate per system per annum for Non-Comprehensive AMC includes labour charges for replacements of DVR, hard disc, cameras Et all other components Et wiring. All Complaints to be attended free of charge. KO Grand Total Page 30

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS Bank of Baroda Zonal Office, Northern Zone, Bank of Baroda Building, 6 th Floor,

More information

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. 100 Nos. DIFFERENT BRANCHES IN _BAREILLY,SHAHJAHANPUR,AGRA,HALDWANI & DEHRADUN REGIONS

More information

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS

TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS TENDER NOTICE FOR RATE CONTRACT FOR SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN NCR AND ADJOINING AREAS Bank of Baroda Zonal Office, Northern Zone, Bank of Baroda

More information

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS AT BRANCHES / OFFICES IN KARNATAKA & ANDHRA PRADESH ZONE Bank of Baroda Zonal Office, KARNATAKA & ANDHRA PRADESH Zone, 2 ND

More information

Date of Start and downloading the tender 12 sep 2018

Date of Start and downloading the tender 12 sep 2018 INDRAPRASTHA INSTITUTE OF INFORMATION TECHNOLOGY-DELHI (IIIT-DELHI) Okhla Industrial Estate, Phase III New Delhi 110020 (Tel No 011-26907400, Website: www.iiitd.ac.in) Notice Inviting Tender for Non Comprehensive

More information

Ravi Malik General Manager

Ravi Malik General Manager /For release in Newspaper/ TENDER NOTICE Tenders are invited by Bank of Baroda, Western UP & Uttarakhand Zone, First Floor, 129- D, Civil Lines, Bareilly 243001for the Supply, installation (As and when

More information

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI TENDER NOTICE FOR ANNUAL MAINTENANCE CONTRACT AND REFILLING OF FIRE EXTINGUISHERS AT BANK OF BARODA CORPORATE OFFICE BUILDINGS IN MUMBAI NAME OF WORK: Bank

More information

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL:0522 6677645, 6677647 TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING

More information

NATIONAL BANKING GROUP WEST-1

NATIONAL BANKING GROUP WEST-1 NATIONAL BANKING GROUP WEST-1 TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONES UNDER NBG WEST-1 BANK OF INDIA BUILDING 2 nd Floor,

More information

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder Software Technology Parks of India - Pune (An Autonomous Society under Govt. of India, Ministry of Communications & Information Technology, Department of Electronics and Information Technology), Plot no.p-1,

More information

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS STATE BANK OF INDIA LOCAL HEAD OFFICE, BHUBANESWAR PRE-QUALIFICATION OF FIRE SAFETY AUDITORS State Bank of India, Local Head Office, Bhubaneswar invites Expression of Interest (EOI) for conduct of fire

More information

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal. Bank of Baroda, MP & Chattisgarh Zone, Bhopal invites sealed Tenders for Supply of New Fire Extinguishers of ISI Mark only & refilling of existing Fire Extinguishers at the Branches in Madhya Pradesh and

More information

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE NAME OF WORK : Supply of New Fire Extinguishers of ISI Mark (As and when required) & refilling of existing Fire Extinguishers at the Branches

More information

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna 800001. TENDER NOTICE NAME OF WORK : Supply of New Fire Extinguishers of ISI Mark (As and when required) & refilling

More information

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX.

DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APROX. 46 in Nos. at DIFFERENT BRANCHES IN _ Bihar Orissa Jharkhand Zone And Annual Maintenance

More information

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5

UCO BANK INDEX S.N. PARTICULARS PAGE NO. 1 INVITATION FOR TENDER OFFERS INSTRUCTIONS TO BIDDERS AND GENERAL TERMS & CONDITIONS 4-5 UCO BANK Zonal Office,Haryana, G.A.D. Department 1 st Floor Near Old Bus Stand, Karnal-132001 Email-zoHaryana.gad@ucobank.co.in Phone: 0184-4020163 Website http://www.ucobank.com OFFER FOR EMPANELMENT

More information

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh इ ड यन ओव रस ज ब क स रक ष ववभ ग Security Department क ष त र य क य ऱय, Regional Office, Chandigarh TERMS & CONDITIONS FOR ANNUAL MAINTENANCE SERVICE FOR REFILLING OF ALREADY INSTALLED FIRE EXTINGUISHERS

More information

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai TENDER NOTICE FOR SUPPLY, INSTALLATION, REFILLING AND ANNUAL MAINTENANCE OF FIRE EXTINGUISHERS INCLUDING AMC OF EXISTING & OLD SYSTEMS AT DIFFERENT BRANCHES OF BANK OF BARODA OF TAMILNADU & KERALA ZONE

More information

NIT NO. BSRDCL-2039/ TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM

NIT NO. BSRDCL-2039/ TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM NIT NO. BSRDCL-2039/2016-001 TENDER DOCUMENT INSTALLATION, CONFIGURATION, TESTING, COMMISSIONING AND TRAINING OF SMOKE DETECTION FIRE ALARM SYSTEM Last Date for sale of Tender Document: Upto 10.09.2016

More information

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR BANK OF BARODA, ZONAL OFFICE, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL:0522 6677647, 6677645 TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS

More information

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems Purchase: 2015-16(Fire Fighting) May 26, 2015 Sub: Quotation for AMC of Fire Fighting Systems Dear Sir, The Institute of Company Secretaries of India is a statutory body set up by an Act of Parliament.

More information

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM AT APROX. 60 Nos. DIFFERENT BRANCHES IN DELHI & NCR Bank of Baroda Zonal Office, North Zone,

More information

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN JAIPUR AND JODHPUR ZONES STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT

More information

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER SILIGURI ZONE, OPP: M B AUTOMOBILES PRANAMI MANDIR ROAD, SILIGURI (WB) PH: 0353-2641718

More information

NOTICE INVITING TENDER

NOTICE INVITING TENDER NOTICE INVITING TENDER Ref No.: SCOPEMINAR/MMO/18-19/183 Dated :- 06.12.2018 1. Online e-tenders are invited by Dy.General Manager, SCOPE on behalf of Constituents of SCOPE MINAR, Laxmi Nagar Delhi- 110092

More information

TENDER FOR EMPANELMENT OF VENDORS

TENDER FOR EMPANELMENT OF VENDORS TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN ANDHRA PRADESH, TAMIL NADU, KERALA, TELENGANA, KARNATAKA & ANDAMAN & NICOBAR ISLAND

More information

The following are the terms and conditions for the firms for submission of bids:

The following are the terms and conditions for the firms for submission of bids: To, As per list enclosed, No.D-13011/1/2016-Genl. Government of India Ministry of Textiles ****** Udyog Bhawan, New Delhi, dated March, 2016 Subject: Annual Maintenance Contract for repair/maintenance

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES Zonal Office, Bhopal Zone Bank of India Bhawan Jail Road, Arera Hills BHOPAL - 462011, MP.

More information

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System

Subject: Tender for Comprehensive Annual Maintenance Contract (AMC) for CCTV System Maharshi Valmiki College of Education (University of Delhi) Geeta Colony, Delhi-110031 MVCOE/AMC-CCTV System/2017/ Dated: 27.03.2017 To Subject: Tender for Comprehensive Annual Maintenance Contract (AMC)

More information

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS

SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR RE-FILLING OF FIRE EXTINGUISHERS SUPREME COURT OF INDIA ADMN. MATERIAL BRANCH LAST DATE OF TENDER : 5 th April, 2018 F.NO. 423/F.E./18/SCI(AM) DATED: 15 th March, 2018 NOTICE INVITING TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT

More information

TENDER NOTICE FOR. Page 1 of 30

TENDER NOTICE FOR. Page 1 of 30 TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF INTEGRATED ALARM SYSTEM AT DIFFERENT BRANCHES OF BANK OF BARODA IN WESTERN U.P.& UTTARAKHAND ZONE HAVING ITS

More information

EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES:

EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES: EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR IMPORTANT DATES: S.No Particular Date 1) Date of uploading details for empanelment on Bank's website 05/06/17 2) Opening date for submission

More information

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI- BURGLARY ALARM SYSTEM AT APROX.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI- BURGLARY ALARM SYSTEM AT APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI- BURGLARY ALARM SYSTEM AT APROX. 50 Nos. DIFFERENT BRANCHES IN DELHI & NCR Page 1 of 21 Bank of Baroda Zonal

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES AT Bank Of India, Zonal Office, Ghaziabad Zone, Sandipani S.T.C. Building,B-32, Sector-62,

More information

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093 CPO (REFINERIES) DESIGN, ENGINEERING, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND POST WARRANTY AMC OF RIM SEAL FIRE PROTECTION SYSTEM FOR BPCL-MUMBAI REFINERY (BPC CL MR) CORRIGENDUM NO: 2 TO REQUEST

More information

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s

Tender Enquiry No: BCL/PUR/MNG-PD/Fire Extinguisher/CW/18 Dated: Due date : M/s BRAITHWAITE & CO LIMITED (A Government of India Undertaking under Ministry of Railway) HEAD OFF. & REGD. OFF. : 5, HIDE ROAD, KOLKATA 700043, TEL (033) 2439-7415/4114/6613/7413, FAX : 91 (033)2439-5607

More information

Request for Proposal (RFP)

Request for Proposal (RFP) Ref No-RO: SEC:SIL: 67-2019-20 Date :04/02/2019 Request for Proposal (RFP) Empanelment of Vendors/Firms/Suppliers for supply Installation & Comprehensive Maintenance of Fire Alarm system with Auto Dialer,

More information

REQUEST FOR PROPOSAL (RFP) INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO

REQUEST FOR PROPOSAL (RFP) INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO REQUEST FOR PROPOSAL (RFP) FOR INTEGRATED POWER SOLUTION FOR BRANCHES ON CAPEX /OPEX MODEL RFP REFERENCE NO. 012016 NAME OF THE PROJECT: INTEGRATED POWER SOLUTION FOR BRANCHES Cost of Tender Document :

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES UNDER AHMEDABAD ZONAL OFFICE The Zonal Manager 5 th Floor, Security Department, Bank of India Building, Bhadra, Ahmedabad- 380001 TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND

More information

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS. PREMISES AND ESTATE SECTION CIRCLE OFFICE, GUWAHATI, 1 ST FLOOR, DWARKAPURI,SONI RAM BORA ROAD, BORA SERVICE, GUWAHATI-781007 Tel Ph: Direct: 0361-2466820 Fax : 0361-2466816 Email Id: pecoguw@canarabank.com

More information

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEM AT APROX.

TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEM AT APROX. TENDER NOTICE FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEM AT APROX. 70_ Nos. of DIFFERENT BRANCHES IN THE STATES OF TAMILNADU,PUDUCHERRY&KERALA

More information

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI

WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, YOGEKSHEMA, NARIMAN POINT MUMBAI ENROLMENT FORM FOR DATA CABLING / AUTOMATIC FIRE ALARM AND DETECTION SYSTEM WESTERN ZONAL OFFICE ENGINEERING DEPTT. WEST WING, FIRST FLOOR, "YOGEKSHEMA, NARIMAN POINT MUMBAI - 400021 FORM FOR ENROLMENT

More information

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No TENDER DOCUMENT FOR ANNUAL MAINTENANCE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES AT STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE H-2 CONNAUGHT CIRCUS Middle/Outer

More information

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES AT DHANBAD ZONE, 2 nd Floor,S R Mesion,Shastri Nagar Dhanbad 826001 PH NO - 9431115418 Website:

More information

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance It is ordained by the Town Council of the Town of New Shoreham

More information

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No. Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi -110003, Ph. No. 011-49854100 TENDER NOTICE Sealed tender in two separate bids a) Technical bids,

More information

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR

LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE 16/275, CIVIL LINES, KANPUR NAME OF WORK : Tender for Re-filling of fire extinguishers & Clean Agent Gas inb.o./s.o.with D.O. including other dept.

More information

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR

ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR ODISHA POWER TRANSMISSION CORPORATION LIMITED OFFICE OF THE GENERAL MANAGER EHT (O&M) CIRCLE, BIDYUTPURI COLONY, BERHAMPUR TENDER SPECIFICATION FOR TENDER CALL NOTICE 3/13-14 FOR SUPPLY / REFILLING / REPLACEMENT

More information

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA :

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA : TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED IN DISTRICTS OF MAHARASHTRA : 1. Kolhapur Zone: Kolhapur / Sangli / Satara. 2. Nagpur

More information

AUTOMATIC FIRE ALARM MONITORING

AUTOMATIC FIRE ALARM MONITORING Application for Automatic Fire Alarm Monitoring Service Aviation Rescue Fire Fighting Service Version 4.0 Tick one of the following: New service Alteration of service Removal of service * Please complete

More information

Relationship beyond banking

Relationship beyond banking Relationship beyond banking Zonal office, Agra Zone Jeevan Prakash, 1st. Floor, LIC Building, Sanjay Place, Agra 282 002 Phone : 0562-2521642 Email: Agra.God@bankofindia.co.in COST OF TENDER : Rs. 500/-

More information

Department of Biochemistry University of Lucknow Lucknow

Department of Biochemistry University of Lucknow Lucknow Department of Biochemistry University of Lucknow Lucknow-226007 TENDER NO.: LU-Biochem COE/001/2017 Dated: September 20, 2017 Short term Tender/Bid invited for Construction/fabrication of an airconditioned

More information

Annexure - 1. Detectors: Fire Alarm Control Panel :

Annexure - 1. Detectors: Fire Alarm Control Panel : Item 1. Supply Part This Specification includes Supply, Warranty, Installation, Testing and Commissioning and integration of the Fire Alarm System mainly consisting of the Fire Alarm Control Panel (FACP),

More information

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE Relationship beyond banking Zonal Office, Bhopal Zone Bank of India Bhawan Jail Road, Arera Hills BHOPAL - 462011, MP. Phone. 0755-2764698 zo.bhopal@bankofindia.co.in ZOBDSDSGNFE TENDER2013-14 Dated 05.11.2013

More information

Notice for Empanelment of Vendors.

Notice for Empanelment of Vendors. NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT, ODISHA REGIONAL OFFICE, 2/1 CIVIC CENTRE, IRC VILLAGE, NAYAPLLI. BHUBANESWAR, ODISHA. Tel-2374305, 2374310, 2374321, E-mail- bhubaneswar@nabard.org

More information

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S. NAME OF TENDER: CONSTRUCT, DELIVER AND COMMISSION 3 (THREE) LIFT STATION ELECTRICAL LOCATION OF WORK: 3 Separate work sites in

More information

Application for Registration of Fire Protection Consultant on Record

Application for Registration of Fire Protection Consultant on Record Application for Registration of Fire Protection Consultant on Record Fire and Emergency Services Surat Municipal Corporation Muglisara, Surat 395 003, Gujarat, India Phone : 91-261-2423751 56 Extn.- 229/322

More information

ALABAMA Propane Gas Association

ALABAMA Propane Gas Association 2018-2019 ALABAMA SAFE APPLIANCE INSTALLATION PROGRAM GUIDELINES This program is available on purchases on or after October 1, 2018 until September 30, 2019 or funds are depleted, whichever comes first.

More information

Request for Proposal (RFP) Empanelment of Vendors/Firms/Suppliers for supply Installation & Comprehensive Maintenance of

Request for Proposal (RFP) Empanelment of Vendors/Firms/Suppliers for supply Installation & Comprehensive Maintenance of Request for Proposal (RFP) Empanelment of Vendors/Firms/Suppliers for supply Installation & Comprehensive Maintenance of (a) Embedded stand-alone DVR based CCTV system (b) Fire Detection and Alarm System

More information

Regional Office: Agra Padam Business Park, Ground Floor, Sector 12 A, Avas Vikas Sikandara Yojna, Agra 282007 Phone: 0562 2600481, Fax: 0562 2600582 E-mail: ro.agra@syndicatebank.co.in -------------------------------------------------------------------------------------------------------------------------------

More information

TENDER DOCUMENT FOR NON-COMPREHENSIVE AMC OF FIRE DETECTION, FIRE HYDRANT & SPRINKLER,

TENDER DOCUMENT FOR NON-COMPREHENSIVE AMC OF FIRE DETECTION, FIRE HYDRANT & SPRINKLER, TENDER DOCUMENT FOR NON-COMPREHENSIVE AMC OF FIRE DETECTION, FIRE HYDRANT & SPRINKLER, FIRE EXTINGUISHER AND PA SYSTEM FOR D-3 BUILDING, NERUL OFFICER S COLONY AT HEAD OFFICE,SECURITY DEPARTMENT, GROUND

More information

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS ASIAN DEVELOPMENT BANK 6 ADB Avenue, Mandaluyong City 550 Metro Manila, Philippines Tel: 632-4298; Fax: 636-2577 or 63-6899 Email: malbano@adb.org and sdiano@adb.org INVITATION TO BID SUPPLY OF VARIOUS

More information

Security Alarm Monitoring Agreement

Security Alarm Monitoring Agreement Security Alarm Monitoring Agreement Master Licence: 405021230 Contract #: This Agreement is made between Western Plains Security & Locksmiths (Birkgate PTY LTD) and the customer as indicated below. Customer

More information

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS ANN ARBOR CITY NOTICE ORDINANCE NO. ORD-16-14 ALARM SYSTEMS AN ORDINANCE TO AMEND SECTIONS 7:402, 7:405, 7:406, AND 7:407 OF CHAPTER 93, ALARM SYSTEMS, OF TITLE VII OF THE CODE OF THE CITY OF ANN ARBOR

More information

Chief Operating Officer Giampiero Belcredi

Chief Operating Officer Giampiero Belcredi CONTENTS 1. PURPOSE AND SCOPE 2. GENERAL PRINCIPLES AND GUARANTEES FOR THE CLIENT 3. ACCESS REQUIREMENTS FOR CERTIFICATION 4. ASSESSMENT PROCESS REQUIREMENTS 5. SUSPENSION AND REVOCATION OF THE CERTIFICATION

More information

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi - 110067 NOTICE INVITING E - TENDER Tender No: IUAC/NIT/35/VVVS/2018-19 Dated: 21/02/2019 Inter - University

More information

RFP Ref. No. CSO/FIRE AUDIT/ /01 DATED 18/11/2017

RFP Ref. No. CSO/FIRE AUDIT/ /01 DATED 18/11/2017 RFP Ref. No. CSO/FIRE AUDIT/2017-18/01 DATED 18/11/2017 EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF FIRE SAFETY AUDITORS/FIRE SAFETY CONSULTING FIRMS FOR CONDUCTING FIRE SAFETY AUDIT OF BANK BUILDINGS/PREMISES

More information

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata-700 017 TENDER DOCUMENT FOR FIRE AND ELECTRICITY AUDIT AT PROTITI, 23, Abanindranath

More information

TENDER DOCUMENT FOR PURCHASE OF: REFILLING & AMC OF FM-200 FIRE EXTINGUISING GAS IN DRC Tender Number: /368/FIRESERVICING, Dated:01.11.

TENDER DOCUMENT FOR PURCHASE OF: REFILLING & AMC OF FM-200 FIRE EXTINGUISING GAS IN DRC Tender Number: /368/FIRESERVICING, Dated:01.11. India Government Mint, IDA, Phase-II, Cherlapally,(R.R district), Hyderabad Pin-500051 India Ph. No: 91-40-27261731-34, 27266095 Fax No: 040-27262951 CIN: U22213DL2006GOI144763 E-Mail: igm.hyderabad@spmcil.com

More information

Queries raised by the representatives. 4 Sl. No.( iv) 31 Refer Sl. No. 2 It should be Windows 10 professional as it is the latest one

Queries raised by the representatives. 4 Sl. No.( iv) 31 Refer Sl. No. 2 It should be Windows 10 professional as it is the latest one Corrigendum to the Tender Document pertaining to Supply, Installation, Testing, Commissioning and Maintenance of Network Enabled Access Control System and Visitors Management System of the Head Office

More information

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS RULES AND REGULATIONS Revised RHODE ISLAND STATE BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS RULES OF THE BOARD

More information

Sec False alarms.

Sec False alarms. Sec. 16-5. - False alarms. (a) Definitions. The following words, when used in this section, shall have the meanings ascribed herein unless the context indicates otherwise: Agreement [means] police and/or

More information

No. BU/55/Estate/2000/NIOH/Pt.-VI/ 533(3) 01 st May, 2015 NOTICE INVITING TENDER

No. BU/55/Estate/2000/NIOH/Pt.-VI/ 533(3) 01 st May, 2015 NOTICE INVITING TENDER NATIONAL INSTITUTE FOR THE ORTHOPAEDICALLY HANDICAPPED (Department of Empowerment of PwDs, Ministry of Social Justice & Empowerment, Govt. of India) B.T. Road, Bon-Hooghly, Kolkata-700090 Phone: 2531-0279,

More information

Automated Fire Monitoring New Connection Contract Customer to Complete Page 1 and 2

Automated Fire Monitoring New Connection Contract Customer to Complete Page 1 and 2 Automated Fire Monitoring New Contract Customer to Complete Page 1 and 2 Customer and Billing Information Customer Name c Postal Address Contact Name Protected Premises List of sites protected by a Fire

More information

General Terms and Conditions of Use of the Wacker Neuson WebEDI Portal for Suppliers (Last Update: July 1 st, 2018)

General Terms and Conditions of Use of the Wacker Neuson WebEDI Portal for Suppliers (Last Update: July 1 st, 2018) General Terms and Conditions of Use of the Wacker Neuson WebEDI Portal for Suppliers (Last Update: July 1 st, 2018) Article 1 - Scope of Application 1.1 Wacker Neuson SE ( Wacker Neuson ) operates the

More information

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida

TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida TENDER DOCUMENT FOR CHECKING, TESTING AND REPAIRING OF FIRE HYDRANT AND SPRINKLER SYSTEM AT Bank Of India, STC Building, B-32, Sector-62 Noida-201309 Website: www.bankofindia.co.in INVITATION FOR TENDER/BID

More information

Bold items are particular to the City of Euless

Bold items are particular to the City of Euless EULESS FIRE DEPARTMENT FIRE MARSHAL S OFFICE INFORMATION LINE: Revised 8/2004 Fire Chief Lee Koontz Fire Marshal Paul Smith EFD-FMO 3-1 2003 International Fire & Building Code as Amended NFPA Standards

More information

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1.

UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1. UEA BROADVIEW LODGE TERMS AND CONDITIONS Any variation to these standard terms and conditions must be agreed in writing with UEA Broadview Lodge. 1. GENERAL a) For the purposes of this document, the term

More information

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT These Conditions of Service apply to all NBN Services. These Conditions of Service form part of our Standard Form of Agreement found at www.adam.com.au/legal.

More information

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico 88202-1437 General Bid Conditions BID # 19-06 Fire Sprinkler Systems Inspections, Testing and Maintenance SEALED BIDS will be opened

More information

Compact Equipment Warranty Policy

Compact Equipment Warranty Policy 006 07.15 Compact Equipment Warranty Policy 07/2015 Table of Contents Preface Page 1 Distributor s Warranty Responsibilities Page 1 Standard Warranties Page 2 Warranty Coverage Page 2 Warranty Limitations

More information

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS PART 1 FIRE PROTECTION SPRINKLER SYSTEMS Source: Tennessee Code/TITLE 62 PROFESSIONS,

More information

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING. SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING Table of Contents Section Title Page 1 Introduction 2 2 Proposed Schedule 2 3 Instructions

More information

MAG2/4. AL MAG2 Soft. Version 2.1 MAG4 Soft.Version 2.0 USER MANUAL

MAG2/4. AL MAG2 Soft. Version 2.1 MAG4 Soft.Version 2.0 USER MANUAL FIRE CONTROL PANEL MAG2/4 USER MANUAL AL MAG2 Soft. Version 2.1 MAG4 Soft.Version 2.0 READ THIS MANUAL BEFORE CONNECTING THE EQUIPMENT AND KEEP IT SAFE FOR FUTURE REFERENCE. To call our technical support

More information

PART 3-O REQUIREMENTS FOR SPRINKLER SYSTEMS MAINTENANCE AND SUPERVISION. 3-O Introduction O.1 Scope of Maintenance and Supervision...

PART 3-O REQUIREMENTS FOR SPRINKLER SYSTEMS MAINTENANCE AND SUPERVISION. 3-O Introduction O.1 Scope of Maintenance and Supervision... CONTENTS Schedule of amendments for this part of the scheme document Page 1 of 14 3-O Introduction...3 3-O.1 Scope of Maintenance and Supervision...3 3-O.2 Certification conditions...5 3-O.3 LPS 1233 Service

More information

Save energy at home residential natural gas rebate form

Save energy at home residential natural gas rebate form Long Island & Rockaway Peninsula Save energy at home residential natural gas rebate form Energy saving offers for residential natural gas heating customers from National Grid. High-Efficiency Heating Equipment

More information

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi-110078 NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF INFRARED VERIFOCAL INDOOR DOME CAMERA AT NATIONAL LAW UNIVERSITY, DELHI Date of issue

More information

RULEBOOK ON ELECTROMAGNETIC COMPATIBILITY

RULEBOOK ON ELECTROMAGNETIC COMPATIBILITY RULEBOOK ON ELECTROMAGNETIC COMPATIBILITY ("Official Gazette of RS, issue No. 13/2010) I INTRODUCTION Scope Article 1 This Rulebook stipulates the essential requirements that shall be met with regard to

More information

Town of York Alarm Systems Ordinance

Town of York Alarm Systems Ordinance Town of York Alarm Systems Ordinance I. Purpose. This ordinance recognizes the need for the regulation of the installation and use of Alarm Systems in order to ensure compatibility of equipment with the

More information

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH SPECIFICATIONS FOR TENDER #0371-0739 SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH CLOSING DATE: 8 June 2007 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for a

More information

ESTATE DEPARTMENT RAJBHAVAN COMPLEX, BANER ROAD, PUNE Phone No. (020) & , Fax No. (020)

ESTATE DEPARTMENT RAJBHAVAN COMPLEX, BANER ROAD, PUNE Phone No. (020) & , Fax No. (020) ESTATE DEPARTMENT RAJBHAVAN COMPLEX, BANER ROAD, PUNE - 411 007. Phone No. (020) 25608229 & 25608408, Fax No. (020) 25608100 E-TENDER FOR COMPREHENSIVE ANNUAL MAINTENANCE CONTRACT FOR FIRE FIGHTING SYSTEM

More information

FTTN Business Readiness Testing Special Terms

FTTN Business Readiness Testing Special Terms NBN Co Limited [Customer] FTTN Business Readiness Testing Special Terms This document is a Standard Form of Access Agreement for the purposes of Part XIC of the Competition and Consumer Act 2010. NBN Co

More information

[PUBLISHED IN THE GAZETTE OF INDIA, EXTRAORDINARY PART-II, SECTION- 3, SUB-SECTION (i)]

[PUBLISHED IN THE GAZETTE OF INDIA, EXTRAORDINARY PART-II, SECTION- 3, SUB-SECTION (i)] [PUBLISHED IN THE GAZETTE OF INDIA, EXTRAORDINARY PART-II, SECTION- 3, SUB-SECTION (i)] GOVERNMENT OF INDIA MINISTRY OF ENVIRONMENT, FOREST AND CLIMATE CHANGE NOTIFICATION New Delhi, the 23 rd March, 2016

More information

Charter reference Conflicts between county and municipal ordinances, 2.01, 2.04.

Charter reference Conflicts between county and municipal ordinances, 2.01, 2.04. Chapter 54 EMERGENCY SERVICES [1] Footnotes: (1) Charter reference General powers of county, 2.01. Cross reference Civil emergencies, ch. 34. State Law reference General powers of chartered counties, Fla.

More information

Kiwa Regulations for Certification in accordance with the CPR

Kiwa Regulations for Certification in accordance with the CPR 1 May 2014 Kiwa Regulations for Certification in accordance with the CPR EC Regulation No. 305/2011 (CPR) 1 May 2014 Kiwa Regulations for Certification in accordance with the CPR EC Regulation No. 305/2011

More information

Save energy at home residential natural gas rebate form

Save energy at home residential natural gas rebate form New York City (Brooklyn, Queens & Staten Island) Save energy at home residential natural gas rebate form Energy saving offers for residential natural gas heating customers from National Grid. High-Efficiency

More information

Contact Phone Number: (609) Fax: (609)

Contact Phone Number: (609) Fax: (609) Quote Name: Landscaping Description: SEE BELOW FOR FURTHER INFORMATION Township Contact: Andy Baran Contact Phone Number: (609) 361-6672 Fax: (609) 361-7624 Quote Number: Q16-21 Posted Date: April 4, 2016

More information

Request for quotation (RFQ) for goods/services

Request for quotation (RFQ) for goods/services Request for quotation (RFQ) for goods/services Firefighting equipment s and alarm system for UNICEF Warehouse Khartoum - Soba RFQ No: SDPC/89588/SERVICES/RFQ-135 Request for quotation (RFQ) for (Firefighting

More information

City of Regina Alarm Bylaw

City of Regina Alarm Bylaw City of Regina Alarm Bylaw For more information visit the City of Regina website. BYLAW NO. 2004-24 THE FALSE ALARM BYLAW THE COUNCIL OF THE CITY OF REGINA ENACTS AS FOLLOWS: Purpose 1 The purpose of this

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division Department of General Services Purchasing Division Title: Contract Period: Fire Extinguishers and Suppression Systems-Inspection, Testing, Maintenance, Repair and Recharging 3/1/18 through 2/28/19 with

More information