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, 70-80, MG ROAD FORT, MUMBAI 400 001 Contact No.:022-22684483 nbgwest.security@bankofindia.co.in www.bankofindia.co.in
GENERAL INSTRUCTIONS & PROCEDURES A. GENERAL Bank of India, NBG West-I invites sealed tender from eligible vendor /contractor /firm etc. for empanelment of vendors supply / Service / maintenance of fire extinguishers for zones under NBG West-I. Following five Zones fall under the jurisdiction of NBG West-1: i) Mumbai (South) Zone, Mumbai (North) Zone, Navi Mumbai Zone and Raigad Zone - (Spread in the Districts of Mumbai Urban, Mumbai Sub-urban, Thane, Palghar & Raigad in the state of Maharashtra) ii) Goa Zone State of Goa 1) Interested eligible bidders can bid i) Only for the four Zones of Maharashtra - Must have office and/or workshop within the geographical area of concerned four Zones; OR ii) iii) Only for Goa Zone - Must have office and /or workshop in the state of Goa; OR For all the five Zones under NBG West-1 Must have office and/or workshop within the geographical area of concerned four Zones as well as in Goa 2) Interested eligible Bidders may obtain tender form/document from our NBG West-1 office on all working days from 02/06/2016 to 20/06/2016 during working hours between 10:00 AM to 05:00 PM upon payment of a non-refundable fee of Rs 1000/- in the form of a Demand Draft/Banker s cheque in favour of Bank of India, payable at Mumbai. The tender form/document may also be obtained from our website - www.bankofindia.com. However, in that case, the price of tender form/document (non-refundable Rs. 1000/-) in the form of DD/Banker s Cheque in favour of Bank of India payable at Mumbai, must be enclosed with the bid document. No forms downloaded through website would be accepted/considered valid without the payment of the price of Bidding Document. Document must be enclosed in separate envelopes. One envelope superscribed as TECHNICAL BID should contain Part I, filled & enclosed with technical bid, supporting documents and tender document fee while the other envelop superscribed as FINANCIAL BID should contain Part II, filled & enclosed with relevant document, if any. 3) Price of Tender Rs.1000/- Date of commencement of sale 02/06/2016 of Tender Last Date for sale of Tender 20/06/2016 Last Date and Time for receipt 20/06/2016 upto 05.00 PM of Tender Address for Communication Bank Of india, NBG West-1 Bank Of India Building 2 nd Floor, 70-80, MG Road Fort, Mumbai 400 001 Phone No.:022-22684483 Contact Person Capt. Akhilesh Kumar, Chief Manager (Security) Date of opening of tender 21/06/2016 at 03.00 PM form/document (Technical Bids) Date of opening of financial Bids Will be communicated later after evaluation of technical bids Earnest Money Deposit ( EMD) Rs. 10,000/- (Rupees Ten Thousand only) Validity of Rate contract Three Years
4) Intending applicants are required to submit their full bio-data giving details about their organization, experience, technical personnel in their organization, competence and adequate evidence of their financial standing etc. 5) Application form without requisite fee is liable to be rejected. 6) Decision of the BANK in regard to empanelment of vendor/agencies will be final. The bank is not bound to assign any reason thereof. Empanelment does not entail placing of work order for the Zones empanelled. Work orders will be placed by respective zones to any of the empanelled vendors. 7) The applicant shall submit an Earnest Money Deposit (EMD) of Rs. 10,000/- (Ten Thousand only) in the form of a demand draft or Banker s cheque in favour of Bank of India, Payable at MUMBAI. Such Draft/ pay slip should be placed in a separate third envelope marked as EARNEST MONEY DEPOSIT. 8) Earnest Money deposited by all successful bidders will be retained for the period of empanelment by the Bank as Performance Guarantee. The earnest money deposit of all the unsuccessful bidders will be returned within a period of 30 days from the date of opening of the technical bid. 9) Each page of the application form shall be signed. The application shall be signed by person/persons on behalf of the organization having necessary authorization/power of attorney to do so. 10) If the space in the proforma is insufficient for furnishing full details, such information may be supplemented on separate sheets of paper, stating therein the part of the proforma and serial number. Separate sheets shall be used for each part. 11) The application form shall remain valid for 90 days from the date of submission of the bids. 12) Applicants are required to give two current references from whom Bank can seek credentials of the firm for the satisfaction of the Bank. Signature of the application: Address: (Company Seal)
B. Eligibility Criteria:- 1. The bidder firm / vendor, should fulfill the following eligibility criteria- i. The firm / vendor should have an office and/or workshop in geographical area as mentioned in para A.1 above. ii. The firm / vendor should have minimum 05 (Five) years of experience in the field of supply, maintenance and service of Fire Extinguishers. iii. The firm/vendor must have executed work orders during last five years of the following values a) 01 job of Rs. 8 Lac or b) 02 jobs of Rs.6 Lac or c) 03 jobs of Rs.4 Lac for supply / maintenance / refilling work of fire extinguishers in Govt./PSU/Nationalized Banks/Private banks and should have at least three running contracts with Govt / PSUs / Private Banks/ Private Companies of which at least two should be with Govt. / PSUs. iv) The average financial turnover during the last three years ending as on 31 st March 2015 should be Rs. 08 (Eight) Lacs per year. v) The firm/vendor should be an income tax assesse and should have filed income tax return for the last three assessment year. vi) vii) viii) ix) The firm / vendor must be an authorized dealer a reputed Original Equipment Manufacturer (OEM) of Fire Extinguishers for a period of last three years and the OEM should have been in the business of manufacturing Fire Extinguishers for at least five years. Certificate of Authorized Dealership / distributorship for supply of BIS Certified Extinguishers from OEM should be submitted as part of the Technical Bid. Copy of BIS Certificate issued to the manufacturer also should be submitted as part of Technical Bid. The Fire extinguishers to be supplied must be as per IS 15683:2006 and the firm/vendor should have proper facility for hydraulic testing etc. for all type fire extinguishers as per BIS 2190:2010. The short listing of vendors will be done after scrutinizing/analysis of the technical bids of the tender documents and financial bids of only qualified vendors will be opened. Upon evaluation of financial bids, the qualified vendors will be intimated date for opening of the financial bids and a meeting in which the rates for refilling, hydraulic testing, painting & new supply of fire extinguishers will be discussed & rationalized/standardized. Only those vendors who agree to the rationalized / standardized rates will be empanelled. x) The empanelment of vendors for refilling and supply of new fire extinguishers shall be valid for 03(three) years. The performance of empaneled vendors shall be reviewed every year and in case of unsatisfactory services, Bank will have a right to terminate the vendor from the list of empaneled vendors by giving 15 days prior notice.
C. BASIC INFORMATION PART - I Sr. Particulars Details Name of the applicant and address of the registered office:- 01 Phone No:- Fax No:- E-mail:- Mobile No:- Website, if any:- 02 Date and year of establishment (enclose documentary evidence) 03 Type of the organization (whether sole proprietorship, partnership, private Ltd. Co. etc) 04 Name of the proprietor/partners/ Directors of application with address and phone no. a. b. c. 05 Details of registration- whether partnership firm, company etc. Name of registering authority, Date and Registration number. (enclose documentary evidence) 06 Name of the OEM of which the applicant is the authorized dealer a) Dealership since b) OEM in business since ( Document to be enclosed) 07 Name of the Govt./PSU/ Pvt Bank / Companies, the firm has executed three works (Enclose copies of contract / work order meeting the criteria laid down at Para B.1.iii giving details item wise at the end of this Part-I) 08 Name of the Govt / PSUs with whom the vendor has running contracts (Enclose documentary evidence) 09 No. of years of experience in the relevant field. (enclose work completion certificate) 10 Address of office and list of technical staff with their qualifications who will carry out the service/maintenance work. 11 Whether having proper facility for hydraulic testing of fire extinguishers, Give details.
11 Adequate and satisfactory evidence to indicate financial capacity of the applicant to undertake the said works with names of bankers and their full addresses. (solvency certificate from a bank & income tax clearance certificate has to be attached) 12 Yearly turnover of the organization during last three years(year wise)- as certified by the chartered accounted (enclose copy of balance sheet of last 03 years) 13 PAN no (enclose document) 14 Enclose performance certificates from clients during last 5 years 15 Whether any civil suit/litigation/ Arbitration arisen with Govt./Semi Govt./ PSU/Banks etc. during the last 5 years/ being executed now. If yes please furnish the full details 16 Give reference of two respectable officers with designations from Govt./Semi Govt./Public Sector with address and phone numbers, who may be directly contacted by the Bank, so as to enquire about your ability, competence, capability of your organization in confidence Rs. for 2012-13 Rs. for 2013-14 Rs. for 2014-15 Rs. for 2015-16 (If available) Sr. Name of the project/work and employer Nature of work Work order No. & date Present stage of work Value contract (Rs.) of Brief details of the dispute (if any) (Signature of Applicant with seal of Firm)
RATE FOR SUPPLY OF NEW FIRE EXTINGUISHERS & REFILLING, HYDRAULIC TESTING, PAINTING OF EXISTING ONES PART - II Name of firm- Address A. REFILLING- Sr. Type of fire extinguisher Capacity (Volume/weight) Rate 01 Water CO2 a. 09 Lt- conventional 02 Dry Chemical Power Type (DCP) b. 09 Lt- Stored a. 05 Kg- conventional b. 10 Kg- conventional c. 04 Kg- Stored d. 06 Kg -Stored 03 ABC Type a. 02 Kg- Stored b. 04 Kg- Stored c. 06 Kg- Stored d. 09 Kg- Stored 04 CO2 Type a. 02 Kg- Stored 05 Automatic modular type Fire extinguisher 06 Clean Agent Fire Extinguishers b. 03 Kg- Stored c. 4.5 Kg- Stored a. 05 Kg- Stored (ABC ) b. 10 Kg- Stored (ABC) c. 05 Kg- Stored (Clean agent) d. 10 Kg- Stored (Clean agent) a. 02 Kg- Stored b. 04 Kg- Stored c. 06 Kg- stored Refilling includes Hydraulic Pressure testing of fire Extinguishers as per following periodicity: Ser Type of Fire Extinguisher Periodicity in years 1 Water CO2 Fire Extinguisher 02 Years 2 Dry Chemical Powder Type Fire Extinguisher 02 Years 3 ABC Type Fire Extinguisher 02 Years 4 Clean Agent Type Fire Extinguisher 02 Years 5 CO2 Type Fire Extinguisher 05 Years 6 Modular Type Fire Extinguishers 05 Years
B. NEW SUPPLY- Sr. Type of fire extinguisher Capacity (Make- SAFEX, (Volume/weight) 01 Water CO2 a. 09 Lt- Stored 03 ABC Type a. 02 Kg- Stored b. 04 Kg- Stored c. 06 Kg- Stored d. 09 Kg- Stored 04 CO2 Type a. 02 Kg- Stored 05 Automatic modular type Fire extinguisher b. 4.5 Kg- Stored a. 05 Kg- Stored (ABC) b. 10 Kg- Stored (ABC ) c. 05 Kg- Stored (Clean agent) d. 10 Kg- Stored (Clean agent) 06 Clean Agent Fire Extinguishers a. 02 Kg- Stored b. 04 Kg- Stored c. 06 Kg- stored Rate C. OTHERS WORKS Sr Work Rate 01 Painting ( Any type fire extinguisher) To be quoted capacity wise 02 Hydraulic pressure testing a. WCO2 type b. Powder Based ( ABC/DCP) type c. CO2 type 03 Transportation Charges, if any d. Modular fire extinguisher e. Clean agent fire extinguisher 04 Any other charges / Taxes To be mentioned specifically
D. SPARE PARTS- Sr. Item Unit rate 01 Cap assembly 02 Siphon tube 03 Hose pipe 04 Safety pin/clip 05 Pressure gauge 06 Discharge horn 07 CO2 opening valve 08 DCP/ABC powder ( BIS marked only) 09 Squeeze grip handle 10 Cap washer 11 Wall bracket Note : 1. Separate rates for Plastic / MS / Steel / Brass variants for an accessory to be mentioned, wherever applicable 2. All rates to be quoted should be exclusive of Taxes 3. Details of Taxes including Service Tax, if any also to be mentioned separately Date : (Signature and Seal) Place :