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

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

TENDER NOTICE FOR SUPPLY, INSTALLATION AND MAINTENANCE 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, EASTERN U.P ZONE, BARODA HOUSE, V-23, VIBHITI KHAND, GOMTI NAGAR, LUCKNOW, TEL: , TENDER NOTICE FOR

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

Ravi Malik General Manager

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

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

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. Page 1 of 30

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

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

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

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

Date of Start and downloading the tender 12 sep 2018

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

NATIONAL BANKING GROUP WEST-1

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

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

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

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

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

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

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

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

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

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

TENDER FOR EMPANELMENT OF VENDORS

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

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

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

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

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

NOTICE INVITING TENDER

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

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE 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 LOCATED IN DISTRICTS OF MAHARASHTRA :

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

Notice for Empanelment of Vendors.

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

Relationship beyond banking

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

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

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

Application for Registration of Fire Protection Consultant on Record

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

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

OFFICE OF THE PRINCIPAL GOVERNMENT ENGINEERING COLLEGE JAGDALPUR (C.G.)494005

Department of Biochemistry University of Lucknow Lucknow

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


Tender Enquiry for selection of Executing Agency for establishing Centre of Excellence for Vegetables at Chandi, Nalanda District, Bihar.

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

Bharat Heavy Electricals Limited (High Pressure Boiler Plant) Tiruchirapalli , TAMIL NADU, INDIA MATERIALS MANAGEMENT / CAPITAL EQUIPMENT

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

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

The Bio-data, Scope of Works for various activities related to House Keeping and others & Detail of Work are attached herewith.

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

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES BANK OF INDIA, VADODARA ZONE

INVITATION FOR QUOTATION. TEQIP-II/2015/RJ1G08/Shopping/25

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92

INDUSTRIAL EXTENSION BUREAU

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

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

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

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

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

CENTRAL BOARD OF SECONDARY EDUCATION, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI-92 TENDER NOTICE

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

Request for Proposal (RFP)

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

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

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

Specification of (COC) Automatic Open Cup Flash Point Tester with accessories

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., CIRCLE OFFICE, BHOPAL PART B : PRICE BID

Security Alarm Monitoring Agreement

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

F.No-2-2/ /NIE(W)/R&M/ NIE-Workshop

Due to large sum and BG processing time it is requested to offer 15 Working days instead of 7 working days.

KTDC HOTELS & RESORTS LIMITED MASCOT SQUARE, TRIVANDRUM - 33

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

Material Description Quantity UOM

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

Chief Operating Officer Giampiero Belcredi

Servicing, refilling & maintenance of Fire Extinguishers for RBPH W - 36

INVITATION FOR QUOTATION. TEQIP-II/2014/CG1G02/Shopping/50

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

CORPORATION OF THE CITY OF KINGSTON. Ontario. By-Law Number A By-Law To Impose Fees For Automatic Alarms (False) False Alarm By-law

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

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

TENDER CRFQ NO (E-TENDER REF NO.13020)

\JlR -gg ~ik1,cf) Pi fcl ~ ICf)d f3ti xl Pi fcl ~ I~. 3iI~ Pm cn't \IlTCfr t I ~ Pi fcl ~ Il) d Cf);:f)enl

{ks=h; dk;kzy; Lkjksftuh gkml 6] Hkxokunkl jksm] ubz fnyyh & Qksu % QSDl % Security Cell

FISHER & PAYKEL HEALTHCARE CORPORATION LIMITED

Writer member application

Guidance from the Group of Notified Bodies for the Construction Products Regulation 305/2011/EU

Transcription:

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 Contract For Existing Fire Alarm Systems at Branches in Bihar Orissa Jharkhand Zone

Bank of Baroda Zonal Office, Bihar Orissa Jharkhand Zone, Patna 5 th Floor, Anand Vihar, West Boring Canal Road, Patna - 800001 Tel : 0612 2557610, 2557443 Email- security.bojz@bankofbaroda.com TENDER FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF FIRE ALARM SYSTEM APPROX 46 in Nos. AT DIFFERENT BRANCHES IN BIHAR ORISSA JHARKHAND ZONE Bank of Baroda invites sealed offers in two bid system from firms supplying and maintaining FIRE ALARM Systems and having their own Offices at least in Patna, Jamshedpur and Bhubaneswar in the respective States for supply, installation, commissioning, testing and maintaining of approx. 46 Nos. of Fire Alarm Systems at different branches in Bihar Orissa Jharkhand Zone and to provide maintenance services under Annual Maintenance Contract for those Fire Alarm Systems at our Branches within the Zone. For complete details, formats and terms & conditions of tender please log on to Bank s website www.bankofbaroda.com/tenders.asp. Tender Forms (Soft Copy) can also be obtained from Chief Manager (Security) at the above address on payment of Rs. 1000/- (Non-Refundable) by way of Demand Draft / Pay Order favoring Bank of Baroda payable at Patna. However, Tender Form downloaded from website shall accompany the Pay Order / Demand Draft for Rs. 1000/-along with the Technical Offer. Date of commencement of issue of Tender Forms: 22nd Nov 2012 Last date for submission of Tender Forms: 12 th Dec 2012 up to 15:00 Hours Opening of Tender Forms (Technical Offer): 13th Dec 2012 at 15:30 Hours. Estimated Tender Cost: Rs. 23 lakh Earnest Money Deposit (Bid Security): Rs.25,000/- Offers from firms not having their own offices in Patna, Jamshedpur, Bhubaneswar or Adjoining Areas will not be considered, however, having more support offices in each state would be an added advantage. The Bank reserves the right to reject any/all applications without assigning any reason whatsoever Pre-Bid meeting in connection with the tender will be held on 07 th Dec 2012 at 15:30 hrs at Zonal Office, Patna. Only those bidders are allowed to participate in the meeting who has purchased the document from Security Department, Bank of Baroda, Zonal Office, Bihar Orissa Jharkhand Zone; Patna. The bidders who have downloaded the documents from Bank of Baroda website can participate in the meeting provided they submit a banker s cheque or a demand draft of Rs.1000/- in favour of Bank of Baroda, payable at Patna towards the cost of Bid Document on or before the date of pre-bid meeting. Prospective bidders are requested to submit their points, if any, for clarification during pre-bid meeting latest by 05th Dec 2012 (15:00 hrs). PPaaggee 22 oof f 2200

TECHNICAL OFFER (ENVELOPE I) SECTION - IA SCOPE OF WORK Supply, Installation, Commissioning, Testing and Maintaining of approx 46 Nos. of Fire Alarm Systems at different branches in Patna, Muzaffarpur, Jharkhand and Orissa Regions of Bihar Orissa & Jharkhand Zone covering the geographical area of Bihar, Jharkhand & Orissa states. SECTION IB To provide maintenance services to existing Fire Alarm systems installed at the Branches through, Annual Maintenance Contract. The respective Regions would provide the Branch wise list of such Fire Alarm Systems. Details of Branches where Existing Fire Alarm Systems are to be under AMC is as under - Sl. No. REGION No of Branches 1. Patna 07 2. Muzaffarpur 05 3. Jharkhand 05 4. Orissa 05 The existing Fire Alarm Systems at the Branches have been supplied by various manufacturers; however, they are generally maintainable. Those Fire Alarm Systems would come under the purview of AMC whose warranty period stands completed & over. The rates of any major component required to be replaced during maintenance would be governed by the unit price quoted by the bidder in the commercial quote in the Annexure VI for the new equipments; however, minor components would be inclusive in the AMC charges as quoted in the Annexure VII. In other words, there will be no separate charge payable for any minor components. SECTION - II TERMS & CONDITIONS 1.1 Installation and Commissioning of Fire Alarm System at respective Branch/es should be completed within 10 days of issue of order. The orders for Fire Alarm System would be placed as and when required by the Bank for its different branches in Bihar, Jharkhand & Orissa States of the Bihar Orissa Jharkhand Zone. All orders placed up to one year from date of award of the contract would form part of this tender. 1.2 The actual quantity of systems to be installed may vary from the projected quantity as per the requirements of the Bank. Similarly actual quantity of Existing Alarm System also may vary from the projected quantity. 1.3 Any delay in completion of the work over the stipulated period will attract penalty of 0.2% of per system cost per day subject to maximum of 10% of the per system cost. The Bank reserves its right to recover these amounts by any mode, which includes adjusting from any payment to be made by the Bank to the supplier. 2. ELIGIBILITY CRITERIA FOR SHORT-LISTING The preliminary evaluation will be done on the following parameters and offers from firms not conforming to any of these parameters will be rejected. Financial & Technical Parameters: Sr. No. Parameters Remarks 1 Average Sales Volume of the firm in the last 3 years The firms should have average annual sales turnover of Rs 30 lacs or above in the preceding last 3 years for Fire Alarm Systems. PPaaggee 33 oof f 2200

2 Profit in the previous financial years 3 Works executed in the last 3 years. 4 No. of years in Fire Alarm System business 5 Own office and service center at least in Patna,, Jamshedpur & Bhubaneswar with BSNL landline telephone & Fax number. The firm should have earned profit during the last three years. The firm should have installed at least in the country in the last 3 years (a) One similar work of 80% of cost OR (b) Two similar works of 50% of cost OR (c) Three similar works of 40% of cost. Minimum 5 years in this line of business is required. The firm should have its own office and Service Centre functioning in Patna, Jamshedpur & Bhubaneswar for not less than three years as on the date of commencement of issue of Tender Forms. Having more offices in the respective states would be an added advantage. 6 Reference site Furnish details like name, address and telephone numbers of customers, specially the Public Sector Banks with similar volume of Business as per Annexure- V, to whom Fire Alarm Systems have been supplied and maintained during the last 3 years. Minimum 3 Reference sites are requirement. 7 No. of qualified engineers in each of the Office & Service Centre. Mention number of qualified engineers of the firm. Minimum three qualified engineers / technicians (Degree/Diploma holders) in each Centre is required. Having more number of personnel at each Centre will be an added advantage. 2.1 Intending suppliers should furnish details about their firm as per Supplier s profile (Annexure - II). 2.2 Earnest Money Deposit for Rs. 25,,000/- to be remitted by means of Banker s Cheque/ Pay Order / Draft drawn in favour of Bank of Baroda, payable at Patna and should be enclosed along with the technical offer. The Bid without the earnest money deposit would not be considered. 3. TWO BID SYSTEM OFFER The offer will be in two parts; Technical & Commercial. Both the parts should be submitted in separate sealed covers duly super-scribed "Technical Offer for Fire Alarm System and "Commercial Offer for Fire Alarm System respectively and both sealed envelopes should be placed in another sealed envelope super-scribed Offer for Fire Alarm Systems and should be submitted latest by 15:00 hrs. on 12 th Dec 2012. The offer should be submitted at Security Department, Bank of Baroda, Zonal Office, BOJ Zone, Patna. 800001. Commercial Offer for AMC of existing Fire Alarm System installed at Branches should be put in the commercial offer envelope only. 4. EARNEST MONEY DEPOSIT Earnest Money Deposit of Rs. 25,000/- (Rs. Twenty Five Thousand only), in the form of a Banker s Cheque/ demand draft/ pay order issued by a scheduled commercial bank favoring Bank of Baroda, payable at Patna must be submitted along with the Technical Offer. Offers not accompanied with Earnest Money Deposit of Rs. 25,000/- will not be accepted. This amount will be forfeited if, having PPaaggee 44 oof f 2200

been selected by the Bank for the job, the offerer refuses to accept purchase order or getting into AMC or having accepted the purchase order or AMC, 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 offerers after completion of the tendering exercise. The Earnest money paid by the successful Offerer will be released only after completion of the contract period. 5. INITIAL SECURITY DEPOSIT The successful tenderer to whom the contract is awarded shall deposit as Initial Security Deposit by a scheduled Bank Demand Draft a sum to make up 2% of the value of accepted tender after the appropriation of the Earnest Money Deposited by him. The successful tenderer shall pay Initial Security Deposit within 10 days after receiving the letter of acceptance of his tender. No interest shall be paid on this Security Deposit. The Security Deposit, either in whole or in part thereof, shall be forfeited in the event of the Vendor s failure to observe any terms of this Contract / or non-compliance with the conditions of the Contract. Alternatively, the tenderer shall have the option of remitting the entire Initial Security Deposit in the form of Fixed Deposit with the Bank (and in the name of the Bank) for the full amount of Initial Security Deposit. The same along with accrued interest will be refunded to the contractor within 30 days of the completion of the contract period. In case of remittance of Initial Security Deposit through FDR, the EMD amount will be returned to the contractor after remitting the full amount of the Initial Security Deposit. 6. RETENTION MONEY 5% of the gross value of the bill raised in the name of the branch where system is installed by the vendor shall be deducted from the bill as retention money. The retention amount shall be released by the individual branches to the vendor after the end of defect liability period of 24 months. 7. LOCATIONS TO BE COVERED The Supply and services will be required to be provided for our Branches under Patna, Muzaffarpur, Jharkhand & Orissa Regions in all their offices and branches, both existing and to be opened during the tenancy of this contract. The broad areas presently under the jurisdiction of our respective Region are as detailed below Sl. No. REGION STATE / DISTRICT 1. Patna Whole state of Bihar 2. Muzaffarpur 3. Jharkhand Whole State of Jharkhand 4. Orissa Whole state of Orissa If some vendor is interested in bidding for any one or two State instead of above three states of the Zone, they may apply for limited geographical location for any one or two states; however, they would be required to provide services to whole State for which they are bidding. Other terms and conditions would remain the same. 8. SPLITTING OF ORDER The Bank reserves its right for splitting scope of work between two service providers. The splitting of the order will be in 60:40 ratios, provided the L2 service provider agrees to match the rates quoted by L1 service provider and agrees for all the terms and conditions. In case L2 service provider is not willing to match L1 rates, Bank will call L3, L4 service providers etc., in that order to step into the shoes of L2 service provider. In the event of L3, L4 etc., service provider not matching the L1 rates, the entire quantity will be awarded to L1. PPaaggee 55 oof f 2200

9. TECHNICAL OFFER (TO) 9.1 The Technical Offer (TO) should be complete in all respects and contain all information asked for in this document. It should not contain any price information. However TO should confirm that all required rates have been quoted in Commercial Offer (CO), without showing the actual amounts in the TO. It should clearly state the Make and Model of the products offered for which rates have been quoted by the tenderer in the Financial Bid. Any hardware accessories, software or operating system supplied free along with the system or at a cost must be indicated separately and specifically. 9.2 It is mandatory to submit the technical details in the prescribed pro-forma [Annexure III to Annexure V duly filled in, along with your offer. In case of non-submission or partial submission of technical details, the Bank, at its discretion, may not evaluate the offer. The TO must be submitted in an organized and structured manner. No brochures/leaflets etc. should be submitted in loose form. 10. The Technical Offer should comprise of following: 10.1 Covering letter on the prescribed format (Annexure-I). 10.2 Earnest Money Deposit of Rs. 25,000/-, in the form of a demand draft / pay order issued by a scheduled commercial bank favoring Bank of Baroda, payable at Patna. 10.3 Supplier s profile as per Annexure II. 10.4 Technical Specifications complete with all rows/columns filled in [Annexure III to Annexure V] 10.5 Un-priced version of bill of material [Annexure IV] 10.6 CE/UL Certificate or any other standard certificate in the field. 10.7 Documentation (Product Brochures, leaflets, manuals etc.) 10.8 A letter from the Original Manufacturers specifying that they have appointed the bidding company as system integrator for their equipments and they would continue to receive supplies of the equipment / components of the model offered and finally selected for the entire period of supply as well as service contract or in case of any change in the model, they would continue to supply a compatible advance version of equipments/components at the same terms and conditions for the entire period of the supply as well as service contract. 10.9 Details of reference sites as per Annexure V. 10.10 Tender fee (Rs.1,000/-) by agencies downloading application from website. 11. COMMERCIAL OFFER 11.1 The Commercial Offer (CO) should contain relevant price information and the rates should be quoted in Indian Rupees only. The CO should not contradict the TO in any manner. The CO should comprise the Commercial Version of Bill of Material as per Annexure -VI and must contain all the price information. 11.2 The offer from the supplier should be for a specific model. The Bank reserves the right to reject any offer with multiple options. 11.3 The AMC Charges for existing Fire Alarm System should be given in Annexure VII. PPaaggee 66 oof f 2200

12. PRICE COMPOSITION 12.1 The price quoted should be only in Indian rupees and inclusive of following 12.1.1 Cost of the Fire Alarm System with accessories F.O.R. destination.. 12.1.2 All taxes, duties and levies (excepting octroi, which will be at actual). 12.1.3 Installation and commissioning charges, if any. 12.1.4 Cost of training to be imparted 12.1.5 Two year comprehensive on site warranty maintenance covering all parts, service, and quarterly preventive maintenance visits to the site. 12.1.6 Post warranty comprehensive AMC for 5 years after defect liability period of 24 months covering the entire Fire Alarm System encompassing all software/hardware items, accessories, spares and consumables. 12.2 The Bank will shortlist suppliers, who satisfy technical and other requirements laid down in the document. The commercial offers of only the short listed suppliers will be opened. Short listed suppliers will be notified by e-mail / post and the supplier / authorized representative may be present at the time of opening of the Technical and Commercial Offer(s). 12.3 No advance will be paid by the bank. Bill to be submitted with duly receipted challan invoice for payment to individual branches. 12.4 On satisfactory completion of the job, the Bank branch will recover TDS and other applicable statutory deductions and 5% retention money to be held as detailed in Para 6 above. 13. NO ERASURES OR ALTERATIONS Technical / Commercial details must be completely filled up. Corrections or alterations, if any should be authenticated. 14. NO PRICE VARIATIONS The commercial offer shall be on a fixed price basis. No upward revision in the price will be considered on account of subsequent increase in customs duty, excise tax, sales tax, etc or due to exchange rate fluctuation. However, if there is any reduction in government levies/taxes, during the offer validity period, the same shall be passed on to the Bank. 15. VALIDITY OF OFFER The offer should be valid for period of minimum 90 days from the last date for submission of the offer. 16. EVALUATION PROCESS Offers will be evaluated in the following stages: 16.1 Stage I Offers will be evaluated against the stipulated minimum eligibility criteria. Offers not Complying with the eligibility criteria will be rejected summarily. PPaaggee 77 oof f 2200

16.2 Stage II A technical evaluation of proposals will be carried out which will also include product demonstration and its evaluation on a pre-appointed date and time. Offers received without fulfilling the following conditions shall not be evaluated. 16.2.1 If offer is incomplete and/or not accompanied by all stipulated documents 16.2.2 If any of the terms and conditions stipulated in this document is not accepted and letter as per Annexure - I is not submitted. 16.2.3 If any of the specifications stipulated in Annexure III to V is not met. 16.2.4 If un-priced commercial bid is not submitted as per Annexure IV. 16.3 Stage III Short-listing of supplier(s) based on the technical evaluation. Technical evaluation will also include product demonstration. 16.4 Stage IV Opening and normalisation of commercial offers of the short-listed supplier(s). 16.5 Basis of finalization of the tender Commercial offers will be evaluated and position of L1, L2 Ln will be arrived at by taking into account the cost of ownership of new installation (Annexure VI) and cost of comprehensive AMC for Fire Alarm (Annexure VII) in a ratio of 70:30. Cost of ownership Total cost of ownership will be worked out by adding the unit cost of new installation (Annexure VI) and the unit comprehensive AMC charges for post warranty period of 5 years. Illustration If cost of new installation per unit as per commercial Offer (Annexure XIII) is - X Post warranty comprehensive AMC Charges of new installation ai, aii, aiii, aiv, av for 1 st, 2 nd, 3 rd, 4 th and 5 th year respectively - Then Total Cost of ownership per Unit will be X + ai + aii + aii + aiv + av = Y And, if unit comprehensive maintenance charge for existing Fire Alarm Systems for two years are = Z Then, Weightage for finalization will be given as under 70% of Y + 30% of Z = Bid amount for reckoning 17. 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. 18. OPENING OF OFFERS Technical Offers will be opened at 15:30 Hours, on 13 th Dec 2012 in the presence of the offerers. The offerers / their representatives may be present at the time of opening of the Technical Offers. No separate intimation will be sent in this regard to the suppliers for deputing their representatives. The PPaaggee 88 oof f 2200

Technical Offers will be opened at the time and date stipulated above irrespective of the number of offerers or their representatives present. 19. ORDER CANCELLATION If the vendor fails to deliver and/or install the equipment within the stipulated time schedule or the extended date communicated by the Bank, it will be a breach of contract. The Bank reserves the right to cancel the order in the event of delay in delivery / installation / commissioning of equipment and forfeit the Earnest Money Deposit/Security Deposit. 20. PAYMENT TERMS No advance amount will be paid to suppliers. The Bill amount less 5% would be paid by individual branches after successful supply, installation, testing, commencement and functioning of the Fire Alarm System and submission of an unconditional Performance Bank Guarantee for 10% of accepted tender Value as stipulated in point No.21 below. 21. PERFORMANCE BANK GUARANTEE Successful supplier should produce an unconditional Performance Bank Guarantee from a Public Sector Bank (other than Bank of Baroda) equal to 10% of the total cost of the project and effective for the period of contract including AMC period of 5 years from the date of order. During the period of contract including AMC period supplier should attend to all repairs / defects / replacement of major/minor spare parts free of cost. In case of failure on the part of the supplier to attend to the defects within a reasonable period, the Bank on its own will get the defects rectified through another agency at the risk and cost of supplier and repairs rectified through another agency in such circumstance will not affect the liabilities of the supplier on the warranty for its remaining period nor will it affect the supplier's liabilities on the stipulated post-warranty Annual Maintenance Contracts. 22. GUARANTEES The Fire Alarm System including all components delivered to the Bank should be brand new. The supplier should also guarantee that all the software / components supplied by the supplier is licensed and legally obtained. 23. AVAILABILITY OF SPARES Spares for the product offered should be available for at least 02+05 years. 24. WARRANTY 24.1 The offer must include comprehensive on-site warranty of two year from the date of installation and commissioning of the equipment. 24.2 Supplier shall act as system integrator and shall be fully responsible for the manufacturer s warranty in respect of proper design, quality and workmanship of all equipments, accessories, etc., covered by the offer. The supplier must warrant all equipments, accessories, spare parts etc., against any manufacturing defects during the warranty period. During the warranty period the supplier shall maintain the equipment and repair / replace all the defective components at the installed site at no additional charge of whatsoever nature to the Bank. PPaaggee 99 oof f 2200

25. MAINTENANCE STANDARD EXPECTED DURING WARRANTY The vendor would carry out a preventive maintenance visit once every quarter. The supplier should ensure that the defect in the Fire Alarm System reported on any working day is set right as under Complaint received from Local Branches within 24 hrs (Location where vendor s offices are located) Complaint received form neighboring locations within 48 Hrs Complaint received from Upcountry Branches Within 72 hrs In case, the system or any component/ equipment cannot be repaired within the stipulated period, the supplier should provide a replacement service unit till the system/equipment is returned duly repaired. 26. ANNUAL MAINTENANCE CONTRACT 26.1 Should the Bank decide to do so, the supplier is expected to get into AMC at the Bank s discretion and to maintain the Fire Alarm System including all accessories/components and software supplied for at least five years after the expiry of warranty period (24 months). Comprehensive on-site maintenance charges, for the post warranty period, must be quoted in rupees per year in the Commercial Offer. During the warranty period and the comprehensive AMC period, the supplier is expected to visit the concerned branches compulsorily once in a quarter for preventive maintenance/servicing and on call by the Bank any number of times in case of defects, if any, in the system without any additional cost to the Bank and the supplier shall maintain the equipment and repair / replace all defective components, major or minor and may use for this purpose spares or consumables at no additional charge other than the AMC contract charges. The AMC charges will be released in two installments at the end of every 06 (Six) months period from the date of the expiry of warranty, on satisfactory performance of the Anti-Burglary Alarm System and against submission of a service report. The Supplier will be submitting a Quarterly and on call Service Report to the following To the Branch Immediately after the service visit To the Region & Zonal Office on a consolidated Quarterly basis, by 10 th of Following month of each quarter. Periodicity of service and release of service charges of the existing Fire Alarm Systems under AMC would also be governed by above payment terms and quarterly Service Report terms. 26.2 After the post-warranty mandatory comprehensive AMC period, the supplier may continue the Annual Maintenance Contract at the price/charges as may be mutually agreed upon by the Bank and the supplier. 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 equipment of equivalent capacity or higher capacity at no additional charges to the Bank during the currency of warranty period and AMC period. 27. CONTINUITY OF TRAINING ON OPERATIONAL ASPECT OF THE SYSTEM The vendor would be giving sufficient training to the Branch staff in operating the FIRE ALARM for all its functions, however, as per requirement of the Bank / Branch, if request is made by the Bank / Branch to the vendor for organizing a demonstration of functioning of Fire Alarm System, same will be carried out by the vendor during the course of their maintenance visit without incurring any additional cost. PPaaggee 1100 oof f 2200

Annexure I To (Letter to the bank on the Supplier s letterhead) The General Manager Bank of Baroda Dear Sir, Sub: Your tender notice for Fire Alarm System With reference to the above tender notice, having examined and understood the instructions, terms and conditions forming part of the tender forms, we hereby enclose our offer for the supply of the Fire Alarm Systems as detailed in your above referred tender notice. We confirm that we have not been disqualified by any PSU bank for supply of Fire Alarm Systems. We further confirm that the offer is in conformity with the terms and conditions as mentioned in the tender form. We also confirm that the offer shall remain valid for 90 days from the last date for submission of the offer. We understand that the Bank is not bound to accept the offer either in part or in full and that the Bank has the right to reject the offer in full or in part without assigning any reason whatsoever. We enclose herewith a Demand Draft/Pay Order for Rs. (Rupees only) favoring Bank of Baroda and payable at, towards Earnest Money Deposit, details of the same are as under: Demand Draft/Pay Order No. : Date of Demand Draft/Pay Order : Name of Issuing Bank : Yours faithfully, Authorised Signatories (Name & Designation, seal of the firm) PPaaggee 1111 oof f 2200

SUPPLIER PROFILE Annexure - II 1. Name of the Organization and Address: 2. Year of Establishment: 3. Status of the firm: (Whether Pvt. Ltd. company / Pubic Ltd. company/ Partnership Firm / Proprietorship Firm) 4. Name of the Chairman/Managing Director/CEO/Country Head (as the case may be): 5. Whether registered with the Registrar of Companies/Registrar of Firms in India. If so, mention number and date and enclose Registration Certificate copy. 6. a) Name and address of Bankers : i) ii) b) Turnover of the Company/Firm in 2009-2010, 2010-11 and 2011-12: (Please attach a copy of audited Balance Sheet and Profit & Loss Account for the years 2009-2010, 2010-11 and 2011-12) 2009-10: 2010-11: 2011-12: 7. Whether registered for sales tax purposes. If so, mention number and date. Also furnish copies of sales tax clearance certificate. 8. Whether an assessee of Income Tax. If so, mention Permanent Account Number. Furnish copies of Income tax clearance certificate. 9. Is the Company/Firm a manufacturer of FIRE ALARM SYSTEM System? If yes, a) Give the Name of the country where manufacturing unit is located. b) Mention the address and phone number of the company s office below: c) Give the date of opening of Office. PPaaggee 1122 oof f 2200

10. Give details of the Branches Offices and after-sales service facility in terms of technical manpower and spares provided by your company at Patna, Jamshedpur and Bhubaneswar and in addition if any more offices are there Address and Land Line No Patna Office. Jamshedpur Office Bhubaneswar Office Any Office Other No. of Service Engineers (Attach details of each with contact Number in para 15 below) 11. What are your main fields of activities? Mention the fields giving the annual turnover for each field. i) ii) iii) iv) 12. Since when and how long your Company/firm has been manufacturing FIRE ALARM SYSTEMS? 13. If you have been pre-qualified by other organization/statutory bodies, such as Banks, CPWD, PWD, etc. for FIRE ALARM SYSTEMS, furnish their names, category and date of registration. 14. Furnish the names of renowned organizations, where you have installed Fire Alarm Systems in the last three years ending 31 March 2012: Name of Organisation with Address Year of Installation Value of orders (Please attach the copies of their orders) PPaaggee 1133 oof f 2200

15. Details of Technical Staff in each office: Sr. No. Name Qualification Post Held Experience 16. List of Enclosures :- (a) Certificate of Registration / Partnership Deep (b) Certificates of Registration with Income Tax, Service Tax, EPF, ESI, VAT/TIN. (c) Audited Balance Sheet (Statements of last 3 Years). (d) Copies of Work Orders as mentioned above along with photocopies of relevant TDS Certificates and satisfactory Completion Certificates. (e) Copies of Income Tax Returns / Assessment Orders for the last 3 Years. (f) Performance Guarantee. (g) Copies of registration with SSI/NSIC or ISO 9000 certification, if any. Note: In absence of any of the above enclosures, your application is likely to be rejected. D E C L A R A T I O N 1. I / We have read the instructions appended and all terms and conditions and I / We understand that if any false information is detected at a later date, any future contract made between ourselves and Bank of Baroda, on the basis of the information given by me / us can be treated as invalid by the Bank and I / We will be solely responsible for the consequences. 2. I / we agree that the decision of Bank of Baroda in selection of Vendor will be final and binding to me / us. 3. All the information furnished by me hereunder is correct to the best of my knowledge and belief. 4. I / we agree that I / we have no objection if enquiries are made about the work listed by me / us in the accompanying sheets. 5. I / We agree that I / We have not applied in the name of sister concern for the subject empanelment process. Place: Date: SIGNATURE NAME & DESIGNATION SEAL OF ORGANISATION PPaaggee 1144 oof f 2200

Annexure III TECHNICAL SPECIFICATIONS FOR FIRE ALARM SYSTEM The suppliers who reach Stage-III of the Evaluation Process will be required to demonstrate these specifications in the FIRE ALARM SYSTEM offered by them. Technical Specification of Fire Alarm System Sl Technical Specification Compliance (Yes / No) 1. Automatic Fire Alarm Panel, 4-Zone, Conventional type (as per Indian Standard IS:2189) 2. Rechargeable Battery 12V for panel 3. Smoke Detector (Apollo 65 series / System Sensor / equivalent) 4. Heat Detector (Apollo 65 series / System Sensor / equivalent) 5. Response Indicator Dual LED (RI) 6. Manual Call Point 7. External Hooter 8. Armoured Cable (2 Core X 1.5 sq-mm ISI Make) 9. PVC Conduit Pipe ¾ ISI Make PPaaggee 1155 oof f 2200

Annexure IV UNPRICED VERSION OF BILL OF MATERIAL NOTE: 1. Prices are not to be furnished in this Annexure. 2. Make & Model of Product offered should be mentioned 3. Supplier should only confirm in the respective columns that the total cost in rupees, in figures and in words, has been quoted in the Bill of Material and Price Schedule in Commercial Offer at Annexure - VI. Sr. No. I) Items to be considered for total cost of ownership (Price for one FIRE ALARM System including all items as described below) DESCRIPTION MAKE and Model No. Total Cost (Rs.) in figures given in Commercial Offer? Total cost in words (Rupees) given in Commercial Offer? 1 Automatic Fire Alarm Panel, 4-Zone, Conventional type (as per Indian Standard IS:2189) 2 Rechargeable Battery 12V for panel 3 Smoke Detector (Makes: Apollo 65 series / System Sensor / equivalent) 4 Heat Detector (Make: Apollo 65 series / System Sensor / equivalent) 5 Response Indicator Dual LED (RI) 6 Manual Call Point 7 External Hooter 8 Armoured Cable (2 Core X 1.5 sq-mm ISI Make) 9 PVC Conduit Pipe ¾ ISI Make II) Post Warranty AMC rate per annum Description Supplier s Confirmation 1 st Year after warranty period of 24 months Yes / No 2 nd Year Yes / No 3 rd Year Yes / No 4 th Year Yes / No 5 th Year Yes / No Total Yes / No Note: Please read the notes carefully furnished in the Bill of Material and Price Schedule (Commercial Offer) PPaaggee 1166 oof f 2200

Reference Site Details Annexure V (1) Name of the company Address of the company Name, designation of contact person with telephone No. and e-mail id Details of FIRE ALARM SYSTEM supplied in last 3 years (Ref. No., date of order and quantity) Name: Designation: Landline No.: Cell No.: E-mail id: (2) Name of the company Address of the company Name, designation of contact person with telephone No. and e-mail id Details of FIRE ALARM SYSTEM supplied in last 3 years (Ref. No., date of order and quantity) Name: Designation: Landline No.: Cell No.: E-mail id: (3) Name of the company Address of the company Name, designation of contact person with telephone No. and e-mail id Details of FIRE ALARM SYSTEM supplied in last 3 years (Ref. No., date of order and quantity) Name: Designation: Landline No.: Cell No.: E-mail id: AUTHORISED SIGNATORY PPaaggee 1177 oof f 2200

COMMERCIAL OFFER Annexure VI BILL OF MATERIAL AND PRICE SCHEDULE I) Items to be considered for Total Cost of Ownership (TCO) (Price for one FIRE ALARM system including all items as described below) Bill of Quantity-Price Bid Sr. No. DESCRIPTION 1 Supply & Installation of Automatic Fire Alarm Panel, 4-Zone, Conventional type (as per Indian Standard IS:2189) MAKE and Model No. QTY 01 set UNIT PRICE (`) AMOUNT (`) 2 Supply & Installation of Rechargeable Battery 12V for panel 02 Nos. 3 Supply & Installation of Smoke Detector (Makes: Apollo 65 series / System Sensor / equivalent) 4 Supply & Installation of Heat Detector (Make: Apollo 65 series / System Sensor / equivalent) 5 Supply & Installation of Response Indicator Dual LED (RI) 06 Nos. 01 Nos. 02 Nos. 6 Supply & Installation of Manual Call Point 01 Nos. 7 Supply & Installation of External Hooter 01 Nos. 8 Supply & Installation of Armoured Cable (2 Core X 1.5 sq-mm ISI Make) 9 Supply & Installation of PVC Conduit Pipe ¾ ISI Make 150 mtr 150 mtr TOTAL PPaaggee 1188 oof f 2200

II) Post Warranty AMC rate per annum Sr. No. Description AMC charges (` ) 1 1 st Year after warranty period of 12 months 2 2 nd Year 3 3 rd Year 4 4 th Year 5 5 th Year TOTAL Charges in words Grand Total (Section I + Section II) = Buy Back of the existing FIRE ALARM System if replaced with a new one at Bank s discretion at Rs. Note: 1. The cost of the FIRE ALARM SYSTEM and the post warranty AMC cost for five years will be taken into consideration for deciding the cost of ownership. 2. Total cost must be quoted in FIGURES AND WORDS. 3. In case of any discrepancy, total cost quoted in words will be considered for computation of TCO. 4. Cost comparison will be on the basis of total cost of ownership calculated as explained above along with comprehensive AMC cost for five years plus AMC Charges for two years for existing Fire Alarm Systems installed at Branches, as explained in para 16.5 5. The price quoted above shall be inclusive of all labour costs, taxes, duties, and levies. 6. In case, less number of detectors is used, the price will be calculated accordingly as per the unit price of each. PPaaggee 1199 oof f 2200

Annexure - VII Commercial Quotation for AMC of Existing Fire Alarm Systems at the Branches, with four Quarterly preventive maintenance Visit in a year and as per requirement on-call visit in a year. Comprehensive AMC charges (in figure Rs.) per annum Comprehensive AMC charges (in words Rs.) per annum Obligation of maintenance of old existing Fire Alarm Systems at Branches will be for minimum two years. We undertake that above rate would include the replacement of the entire minor Components and repairing of Fire Alarm system on site. Any replacement of major components would be governed as per the unit rate quoted in Annexure VI, as in the Case of supply of new equipments. Authorised Signatory PPaaggee 2200 oof f 2200