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

Similar documents
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

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 KARNATAKA & ANDHRA PRADESH ZONE

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

Ravi Malik General Manager

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.

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

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

TENDER NOTICE FOR. Page 1 of 30

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

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

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

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Date of Start and downloading the tender 12 sep 2018

NATIONAL BANKING GROUP WEST-1

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

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

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

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

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

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

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

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

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

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

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

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

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

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

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

NOTICE INVITING TENDER

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

TENDER FOR EMPANELMENT OF VENDORS

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

STAR HOUSE BANK OF INDIA NEW DELHI ZONAL OFFICE 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

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

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

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

Relationship beyond banking

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

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

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

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

Department of Biochemistry University of Lucknow Lucknow

Notice for Empanelment of Vendors.

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

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


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

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

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

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

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

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

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

Application for Registration of Fire Protection Consultant on Record

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

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

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

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

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

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

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

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

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

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

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

INDUSTRIAL EXTENSION BUREAU

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

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

Request for Proposal (RFP)

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

Appendix - F BANK OF BARODA, GREATER MUMBAI ZONE, MUMBAI PRICE BID TENDER FOR SUPPLY / INSTALLATION OF CCTV SYSTEM. Bill of quantity Price Bid

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

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

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

Material Description Quantity UOM

KTDC HOTELS & RESORTS LIMITED MASCOT SQUARE, TRIVANDRUM - 33

Annexure - 1. Detectors: Fire Alarm Control Panel :

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

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

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

TENDER DOCUMENT FOR SUPPLY OF EPOXY MIXING & POURING PLANT

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

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

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

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

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

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

TENDER DOCUMENT. Name and address of the tenderer:

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

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

TENDER NO: MR 92/2017 SUPPLY OF HIGH VOLTAGE PROXIMITY DETECTORS

Security Alarm Monitoring Agreement

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

Transcription:

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 Office, North Zone, 6 th Floor, 16, Parliament Street New Delhi 110 001 Tel : 011-23320598, 23312659 TENDER FOR DESIGNING, SUPPLY, INSTALLATION, TESTING, COMISSIONING AND MAINTENANCE OF ANTI-BURGLARY ALARM SYSTEM AT APPROX 50 Nos. AT DIFFERENT BRANCHES IN DELHI AND NCR Bank Of Baroda invites sealed offers in two bid system from firms supplying and maintaining Anti-Burglary Alarm System and having their own Offices in Delhi and/or Adjoining Area for supply, installation, commissioning, testing and maintaining of approx. 50 Nos. of Anti-Burglary Alarm Systems at different branches in Delhi and NCR. For complete details, formats and terms & conditions of tender please log on to Bank s website www.bankofbaroda.com/tenders.asp. Tender Forms can also be obtained from Chief Manager (Security) at the above address on payment of Rs 500.00 (Non-Refundable) by way of Demand Draft / Pay Order favoring Bank of Baroda payable at Delhi. However, Tender Form downloaded from website shall accompany the Pay Order / Demand Draft for Rs.500.00along with the Technical Offer. Date of commencement of issue of Tender Forms : 28.08.2012 Last date for submission of Tender Forms : 21.09.2012 up to 1500 Hours Opening of Tender Forms (Technical Offer) : 21.09.2012at 1600 Hours. Estimated Tender Cost : ` 10.00 lakhs Earnest Money Deposit (Bid Security) : `10000.00 Offers from firms not having their own offices in Delhi / New Delhi and/or Adjoining Areas will not be considered. The Bank reserves the right to reject any/all applications without assigning any reason whatsoever Page 2 of 21

TECHNICAL OFFER (ENVELOPE I) SECTION - I SCOPE OF WORK Supply, Installation, Commissioning, Testing and Maintaining of approx. 50 Nos. of Anti-Burglary Alarm System s at different branches in Delhi NCR and Adjoining Areas SECTION - II TERMS & CONDITIONS 1.1 Installation and Commissioning of Anti-Burglary Alarm System should be completed within 10 days of issue of order. The orders for Anti-Burglary Alarm System would be placed as and when required by the Bank for its different branches in NCR and adjoining areas. All orders placed upto 31.08.2013 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. 1.3 Any delay in completion of the work over the stipulated period will attract penalty of 0.2% of the per system cost per day subject to maximum of 10% of the per system cost. The Bank reserves it's 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. Parameters Remarks 1 Average Sales Volume of the firm in the last 3 years The firms should have average annual sales turnover of ` 3.00 lacs or above in the last 3 years. 2 Profit in the previous financial years The firm should have earned profit during the last three years. 3 Works executed in the last 3 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 4 of years in Anti-Burglary Alarm System business 5 Own office and service center in NCR or Adjoining Areas. (c) Three similar works of 40% of cost. Minimum 5 years in the business is required The firm should have its own office and Service Centre functioning in NCR or Adjoining Areas for not less than three years as on the date of commencement of issue of Tender Forms. 6 Reference site Furnish details like name, address and telephone numbers of customers, as per Annexure-VIII, to whom Anti-Burglary Alarm System s have been supplied during the last 3 years Minimum requirement is 3 Reference sites. Page 3 of 21

7 of qualified engineers in NCR / Adjoining Areas Mention number of qualified engineers of the firm. Minimum five qualified engineers (Degree/Diploma holders) in NCR/Adjoining Areas are required. 2.1 Intending suppliers should furnish details about their firm as per Supplier s profile (Annexure - II). 2.2 Earnest money for Rs. 10000.00 to be remitted by means of Pay Order / Draft drawn in favour of Bank of Baroda, payable at Delhi and should be enclosed along with the technical offer. 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 Anti-Burglary Alarm System for Delhi and NCR and "Commercial Offer for Anti-Burglary Alarm System for Delhi and NCR respectively and both sealed envelopes should be placed in another sealed envelope super-scribed Offer for Anti-Burglary Alarm System for Delhi and NCR and should be submitted latest by 1500 Hours on 21.09.2012. The offer should be dropped in the Tender Box kept in Bank of Baroda, Zonal Office, Northern Zone, Bank of Baroda Building, 6 th Floor, 16, Parliament Street, New Delhi 110 001 4. EARNEST MONEY DEPOSIT Earnest Money Deposit of ` 10000.00 (` Ten Thousand only), in the form of a demand draft/pay order issued by a scheduled commercial bank favoring Bank of Baroda, payable at Delhi must be submitted along with the Technical Offer. Offers not accompanied with Earnest Money Deposit of ` 10000.00 will not be accepted. This amount will be forfeited if, having been selected by the Bank for the job, the offerer refuses to accept purchase order or having accepted the purchase order, 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. 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 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 15 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. Page 4 of 21

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 contractor after defect liability period 7. LOCATIONS TO BE COVERED The services will be required to be provided for our DMR-I, DMR-II and Indraprastha Regions in all their offices and branches both existing and opened during the tenancy of this contract. The broad areas presently under the jurisdiction of our above Regions are as detailed below - Sl. REGION STATE / DISTRICT 1 DMR-I (i) Delhi; (ii) HARYANA - Sonepat Distt; - Panipat Distt. 2 DMR-II (i) Delhi (ii) HARYANA Gurgaon Distt. 3 INDRAPRASTHA (i) Delhi; (ii) HARYANA - Faridabad Distt. (iii) U.P. - Ghaziabad Distt, Hapur Distt. Gautam Budh Nagar Distt. Panchsheel Nagar District 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. 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 VI] 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. Page 5 of 21

10. The Technical Offer should comprise of following: 10.1 Covering letter on the prescribed format (Annexure-I). 10.2 Earnest Money Deposit of ` 10000.00, in the form of a demand draft / pay order issued by a scheduled commercial bank favoring Bank of Baroda, payable at Delhi. 10.3 Supplier s profile as per Annexure II. 10.4 Technical Specifications complete with all rows/columns filled in [Annexure III to Annexure VI]. 10.5 Un-priced version of bill of material [Annexure VII] 10.6 CE/UL Certificate or any other standard certificate in the field. 10.7 Documentation (Product Brochures, leaflets, manuals etc.) 10.7 Details of reference sites as per Annexure VIII. 10.8 Tender fee (Rs. 500.00) 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 IX 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. 12. PRICE COMPOSITION 12.1 The price quoted should be only in Indian rupees and inclusive of following 12.1.1 Cost of the Anti-Burglary 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 One year comprehensive on site warranty maintenance covering all parts, service, and visits to the site. 12.1.6 Post warranty comprehensive AMC for 5 years after defect liability period of 12 months covering the entire Anti-Burglary 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, VAT and 5% retention money to be held as detailed in Para 6 above. Page 6 of 21

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. 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 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. 16.2 Stage II A technical evaluation of proposals will be carried out. 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 Annexure VI is not met. 16.2.4 If un-priced commercial bid is not submitted as per Annexure VII. 16.3 Stage III Short-listing of supplier(s) based on the technical evaluation. 16.4 Stage IV Opening and normalisation of commercial offers of the short-listed supplier(s). 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. Page 7 of 21

18. OPENING OF OFFERS Technical Offers will be opened at 1600 Hours on 21.09.2012 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 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. 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 Anti-Burglary Alarm System and submission of an unconditional Performance Bank Guarantee for 10% of accepted tender Value as stipulated in point 19 below. 21. GUARANTEES The Anti-Burglary 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. 22. AVAILABILITY OF SPARES Spares for the product offered should be available for at least 06 years. 23.WARRANTY 23.1 The offer must include comprehensive on-site warranty of one year from the date of installation and commissioning of the equipment. 23.2 Supplier 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. 24. MAINTENANCE STANDARD EXPECTED DURING WARRANTY The supplier should ensure that the defects in the Anti-Burglary Alarm System reported on any working day is set right on the same day and in no case later than the next working day. In case, the system or any equipment cannot be repaired within the stipulated period, the supplier should provide a replacement till the system/equipment is returned duly repaired. Page 8 of 21

25. ANNUAL MAINTENANCE CONTRACT 25.1 The supplier is expected to maintain the Anti-Burglary Alarm System including all accessories/components and software supplied for at least five years after the expiry of warranty period (12 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 at least 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. 25.2 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. Page 9 of 21

To (Letter to the bank on the Supplier s letterhead) Annexure I The Dy. General Manager Bank of Baroda Bank of Baroda Building 16, Sansad Marg New Delhi 110 001 Dear Sir, Sub: Your tender notice for Anti-Burglary 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 Anti-Burglary Alarm System s as detailed in your above referred tender notice. We confirm that we have not been disqualified by any PSU bank for supply of Anti-Burglary 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 ` 10000.00 (Rupees Ten Thousand only) favoring Bank of Baroda and payable at Delhi, towards Earnest Money Deposit, details of the same are as under: Demand Draft/Pay Order : Date of Demand Draft/Pay Order : Name of Issuing Bank : Yours faithfully, Authorised Signatories (Name & Designation, seal of the firm) Page 10 of 21

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 2009-10, 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. Page 11 of 21

9. Is the Company/Firm a manufacturer of ANTI-BURGLARY ALARM SYSTEM? If yes, a) Give the Name of the country where manufacturing unit is located. 10 a) Mention the address and phone number of the company s Delhi office below: b) Give the date of opening of Delhi Office. 11. Give details of the after-sales service facility in terms of technical manpower and spares provided by your company in Delhi. 12. What are your main fields of activities? Mention the fields giving the annual turnover for each field. i) ii) iii) iv) 13. Since when and how long your Company/firm has been manufacturer/authorized Dealer of ANTI-BURGLARY ALARM SYSTEMS. 14. If you have been prequalified by other organization/statutory bodies, such as Banks, CPWD, PWD, etc. for ANTI-BURGLARY ALARM SYSTEMS, furnish their names, category and date of registration. 15. Furnish the names of renowned organizations, where you have installed Anti-Burglary Alarm Systems in Delhi 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) Page 12 of 21

16. Details of Technical Staff in Delhi: Sr. Name Qualification Post Held Experience 17. 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 contractors 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 Page 13 of 21

Annexure III TECHNICAL SPECIFICATIONS FOR ANTI-BURGLARY ALARM SYSTEM MAIN CONTROL PANEL Note: Suppliers should state Yes if the Cameras offered by them conform to the required specifications, or else they should state No. The suppliers who reach Stage-III of the Evaluation Process will be required to demonstrate these specifications in the ANTI-BURGLARY ALARM SYSTEM offered by them. The Alarm System Main Control Panel shall comply with the following parameters :- Sl. Required General Specifications for Alarm System Control Panel 1 Six zone Micro controller based security alarm panel 2 Main input voltage- 185 to 250 Volt AC,50 Hz 3 One Zone for 24 hour emergency zone for better security. 4 One zone for Day/ Night mode for intrusion detectors with variable Entry/ Exit Delay selection of 15,30,60 or 120 secs. 5 Built in tone generator and amplifier for External Speakers ( min 2 nos.) 6 Tamper proof wiring for panic buttons, Night Sensors and speakers/ sounders 7 Auto Isolation of defective zones 8 Testing of Wiring, panic buttons, night sensors without sounding the main speakers/ sounders 9 Different colored LED s for (i) Mains indication (ii) Battery indication (iii) Faulty / Isolated zones indication (iv) Alarming indication (v) Day / Night mode indication 10 Highly user friendly design 11 Software upgradeable for new features 12 Easy interface with other systems and security accessories like Magnet switch, PIR, Auto Dialer etc. 13 High tolerance against noise and voice variations 14 Modular construction for easy servicing 15 Activation in case of tampering 16 In-built battery backup provision 17 Automatic switch over from power mode to battery mode in case of power failure and vice-versa 18 Battery Protection- Battery deep discharge & short circuit through fuse Amplifiers 19 Protection against False Alarm / Anti-Rodent facility 20 CERTIFICATION - ERTL//CE/UL Certificate or any other standard certificate in the field 21 Backup battery -12 Volts, 7 AH, SMF battery (Standard Make) Make & Model offered Supplier s Compliance (Yes / No) Page 14 of 21

Annexure IV TECHNICAL SPECIFICATIONS FOR SENSORS / SWITCHES AND OTHER ACCESSORIES Note: Suppliers should state Yes if the Alarm System sensors/switches offered by them conform to the required specifications, or else they should state No. The suppliers who reach Stage-III of the Evaluation Process will be required to demonstrate these specifications in the ANTI-BURGLARY ALARM SYSTEM offered by them. The Sensors/Switches/other Accessories of Alarm System shall comply with the following parameters. Sl. Required General Specifications for Alarm System Sensors/Switches/Other Accessories 1 Hand Panic Switch 2 External Speaker 40W Power (65-75 db) 4 wired with tamper loop Low Current consumption ABS Body 3 Surface mounted Magnetic contact 4 Dual Technology Passive Infrared Detector (PIR Sensor) Weather Proof Housing Min. Operating distance 15-20 mm (CE approved) Microwave Frequency 10.52 Ghz Detection Range 12m X 12m Microprocessor control Tamper Proof mounting Automatic temperature compensation Sealed Optics Adjustable Range Wide coverage angle, Min. 100 degrees Rodent / Pet Proof Good temperature tolerance Superior radio frequency, fast transient,and electrostatic discharge immunity CE/UL Certificate or any other standard certificate in the field Make & Model offered Supplier s Compliance (Yes / No) Page 15 of 21

TECHNICAL SPECIFICATIONS FOR POWER CABLE Annexure V Note: Suppliers should state Yes if the Power Cable offered by them conform to the required specifications, or else they should state No. The suppliers who reach Stage-III of the Evaluation Process will be required to demonstrate these specifications in the ANTI-BURGLARY ALARM SYSTEM offered by them. Power cables used for extending power supply shall have the following minimum specifications:- Sl. Required General Specifications for Power Cable 1 of Cores - 02 (Two) 2 14 strand X.2 mm each core 3 PVC insulated flexible wire 4 Working temperature higher than 60 degrees 5 Insulation resistance more than 100 M ohm 6 Certification : ISI Mark Make & Model offered Supplier s Compliance (Yes / No) Page 16 of 21

Annexure VI TECHNICAL SPECIFICATIONS FOR PVC CONDUIT Note: Suppliers should state Yes if the PVC Conduit offered by them conform to the required specifications, or else they should state No. The suppliers who reach Stage-III of the Evaluation Process will be required to demonstrate these specifications in the ANTI-BURGLARY ALARM SYSTEM offered by them. Sl. 1 Required General Specifications for PVC Conduit PVC Conduit of medium grade with 20 mm dia of white color will be used for laying Power cables. Make & Model offered Supplier s Compliance (Yes / No) 2 Certification : ISI Mark Page 17 of 21

Sr. Annexure VII 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 - IX. I) Items to be considered for total cost of ownership (Price for one Anti-Burglary Alarm System including all items as described below) DESCRIPTION MAKE and Model Total Cost (` ) in figures given in Commercial Offer? Total cost in words (` ) given in Commercial Offer? 1 Main Control Panel of Anti-Burglary Alarm System excluding RMF battery as per specifications listed in Annexure III of this tender document (Certified by : IRTL/CE/UL) YES / NO YES / NO 2 RMF Battery as per specifications listed in Annexure III Sl. 21 of this tender document YES / NO YES / NO 3 Hand Panic Switch YES / NO YES / NO 4 External Speaker as per specifications listed in Annexure IV of this tender document YES / NO YES / NO 5 Surface Mounted Magnetic Contact as per specifications listed in Annexure IV of this tender document YES / NO YES / NO 6 Dual Technology Passive Infrared Detector (PIR Sensor) as per specifications listed in Annexure IV of this tender document YES / NO YES / NO Supply & laying of 2 Core Power Cable (ISI Mark), in 20 mm PVC Conduit (ISI Mark) as per specifications listed in Annexure V & VI of this tender document YES / NO YES / NO Installation Charges YES / NO YES / NO II) Post Warranty Comprehensive AMC rate per annum Description Supplier s Confirmation 1 st Year after warranty period of 12 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) Page 18 of 21

Reference Site Details Annexure VIII (1) Name of the company Address of the company Name, designation of contact person with telephone and e-mail id Details of ANTI-BURGLARY ALARM SYSTEM supplied in last 3 years (Ref., date of order and quantity) Name: Designation: Landline : Cell : E-mail id: (2) Name of the company Address of the company Name, designation of contact person with telephone and e-mail id Details of ANTI-BURGLARY ALARM SYSTEM supplied in last 3 years (Ref., date of order and quantity) Name: Designation: Landline : Cell : E-mail id: (3) Name of the company Address of the company Name, designation of contact person with telephone and e-mail id Details of ANTI-BURGLARY ALARM SYSTEM supplied in last 3 years (Ref., date of order and quantity) Name: Designation: Landline : Cell : E-mail id: AUTHORISED SIGNATORY Page 19 of 21

COMMERCIAL OFFER Annexure IX BILL OF MATERIAL AND PRICE SCHEDULE I) Items to be considered for Total Cost of Ownership (TCO) (Price for one Anti-Burglary Alarm System including all items as described below) Bill of Quantity-Price Bid Sr. No. DESCRIPTION 1 Main Control Panel of Anti-Burglary Alarm System excluding RMF battery as per specifications listed in Annexure III of this tender document (Certified by : IRTL/CE/UL) 2 RMF Battery as per specifications listed in Annexure III Sl. 21 of this tender document MAKE and Model QTY 01 01 3 Hand Panic Switch 06 Nos. 02 Nos. 4 External Speaker as per specifications listed in Annexure IV of this tender document 5 Surface Mounted Magnetic Contact as per specifications listed in Annexure IV of this tender document 6 Dual Technology Passive Infrared Detector (PIR Sensor) as per specifications listed in Annexure I V of this tender document 01 Nos. 01 UNIT PRICE (`) AMOUNT (`) 7 Supply & laying of 2 Core Power Cable (ISI Mark), in 20 mm PVC Conduit (ISI Mark) as per specifications listed in Annexure V of this tender document Supply & laying of 20 mm PVC Conduit (ISI Mark) as per specifications listed in Annexure VI of this tender document 200 mtrs 100 mtrs 8 Installation Charges 9 Taxes (VAT/CST etc.) Page 20 of 21

II) Post Warranty Comprehensive AMC rate per annum Sr. Description 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 Comprehensive AMC charges (` ) Charges in words Grand Total (Section I + Section II) = Buy Back of the existing Anti-Burglary Alarm System if replaced with a new one `. Note: 1. The cost of the ANTI-BURGLARY ALARM SYSTEM and the post warranty Comprehensive AMC cost for five years will be taken into consideration for deciding the lowest quotation. 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 5. The price quoted above shall be inclusive of all labour costs, taxes, duties, and levies (except octroi which will be at actual) 6. In case, the panic buttons/sensors required in the branch are more or less than the above quantity, their cost will be deducted / added accordingly or will be as per actual. 7. Comprehensive AMC charges are excluding the cost of replacement of RMF battery. Page 21 of 21