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

Similar documents
Request for Proposal (RFP)

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

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

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

Ravi Malik General Manager

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

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

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

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

Date of Start and downloading the tender 12 sep 2018

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

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

NATIONAL BANKING GROUP WEST-1

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

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

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

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

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

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

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

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

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

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

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

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

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.

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

TENDER FOR EMPANELMENT OF VENDORS

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

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

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

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

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 UNDER AHMEDABAD ZONAL OFFICE

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

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

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

Relationship beyond banking

NOTICE INVITING TENDER

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

Application for Registration of Fire Protection Consultant on Record

TENDER NOTICE FOR. Page 1 of 30

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

CONDITIONS OF SERVICE - NBN SERVICES 1. ABOUT

Notice for Empanelment of Vendors.

AUTOMATIC FIRE ALARM MONITORING

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

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

Department of Biochemistry University of Lucknow Lucknow

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

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

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

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

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

Advokatfirmaet BAHR AS - ENGAGEMENT TERMS

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

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


BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

Security Alarm Monitoring Agreement

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

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

ALABAMA Propane Gas Association

Buying goods/services

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

Chief Operating Officer Giampiero Belcredi

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

Sec False alarms.

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

Credit Suisse AG RULEBOOK OF THE ORGANIZED TRADING SYSTEM INTERNAL MARKET MAKING. 01 September 2018

IFLA Regional Office for Latin America and the Caribbean: Call for Applications to host the Regional Office

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

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

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

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

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

\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

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

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

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

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

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

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

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

Kiwa Regulations for Certification in accordance with the CPR

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

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

Membership Scanning your card or entering your card number when in store or shopping Online Earning Member Benefits

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

cbever LY) \HILLS/ AGENDA REPORT

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

FTTN Business Readiness Testing Special Terms

Compact Equipment Warranty Policy

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE EXTINGUISHERS TABLE OF CONTENTS

Request for Proposal (RFP)

Transcription:

Request for Proposal (RFP) Empanelment of Vendors/Firms/Suppliers for supply Installation & Comprehensive Maintenance of (a) Embedded stand-alone DVR based CCTV system (b) Fire Detection and Alarm System (c) Electronic Alarm System (d) Fire Extinguishers in the Administrative Offices/Branches/Cash Vans/ATMs of Union Bank of India, REWA (MP) Region. Regional Office Union Bank of India, Sirmour Chowk, Allahabad Road Rewa (M.P.) 486 001 Tel: 07662-257211; E Mail: security.rorewa@unionbankofindia.com 1

Request for Proposal Union Bank of India, Rewa Regional office invites sealed offers in Two-bid system from vendors/firms/suppliers for empanelment towards supply, installation and comprehensive maintenance of (a) Embedded stand-alone DVR based CCTV system (b) Fire Detection and Alarm System (c) Electronic Alarm System (d) Fire Extinguishers in the Administrative Offices/Branches/Cash Vans/ATMs of Union Bank of India Rewa Region. RFP Forms can be obtained from Security Officer at the above address on payment of.2000/- (Rupees Two Thousand Only), Non-Refundable by way of Demand Draft/Pay Order favoring Union Bank of India payable at Rewa or may be downloaded from our website www.unionbankofindia.co.in & Government portal (https://eprocure.in). However, for RFP downloaded from website the Pay Order/Demand Draft will be submitted along with the Tender document. Date of commencement of issue of RFP : 15 Dec 2018 Pre-bid Meeting : 27 Dec 2018 at 12:00 Hrs Last Date for clarification : 31 Dec 2018 up to 5:00 PM Last date for submission of RFP : 04 Jan 2019 up to 3:00 PM Opening of Technical bid : 04 Jan 2019 at 4:00 PM Note:- (i) Offers from firms not having their own registered offices in Rewa less than 01 Year as on the commencement date of RFP will not be considered. (ii) The tender documents should be dropped in the Tender box kept at above address, duly signed and stamped at each page.fax/telegram/telex/e-mail/currier or any other form of communication will not be accepted. (iii) Technical Bid and Price Bid both must be submitted together in separate sealed envelope before the closing date. No Separate Price bid will be called for during the process. Bidders not submitting both offers will be rejected. (iv) Any bid received after the deadline prescribed by the bank will be summarily rejected. (v) In case of any unexpected interruption due to events beyond control of the tender committee, the process interrupted will be continued on the subsequent working day at the scheduled time. (vi) The Bank reserves the right to reject any/all applications without assigning any reason whatsoever. Assistant General Manager 2

SECTION - I SCOPE OF THE WORK Empanelment of Vendors/Firms/Suppliers for supply, Installation & comprehensive maintenance of (a) Embedded stand-alone DVR based CCTV system with Night vision Cameras (b) Fire Detection and Alarm System (c) Electronic Alarm System (d) Fire Extinguishers in the Administrative Offices/Branches/Cash Vans/ATMs under Union Bank of India Rewa Region. Union Bank of India, Rewa Region comprises of Rewa, Satna, Panna, Sidhi, Singrauli, Shahdol, Anuppur and Umaria Districts of Madhya Pradesh, having large geographical area and branches/atms are widely dispersed. The requirements mentioned above pertain to the entire region and not to the particular centre where Regional Office is located. However, the responsibility of procurement and AMC of security equipment for branches of Union Bank of India spread over all the districts is entrusted with Rewa Regional Office of Union Bank of India and herein after will be referred as Rewa Region. Vendors/Firms/Suppliers/Dealers/Manufacturers participating in the Tender Process herein after will be referred as Firm/Vendor The selected Firm(s) will be empanelled for supply, installation & after sale Service (Comprehensive AMC) of Embedded stand-alone DVR based CCTV system, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers for a period of Three Years. The rates will be freezed for Three Years. However extension of contract beyond three years period from the date of original contract will be done with mutual agreement of both parties subjected to satisfactory service provided by the firm. The new supply & installation of CCTV system, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers will be as on required basis based on the supply/work order originated from Regional Office, Rewa. The Comprehensive AMC will be renewed on yearly basis by our office on satisfactory services of the empanelled vendor. Note:- Bank reserves the right to cancel the empanelment at any point of time by giving One Month s notice without assigning any reasons. Assistant General Manager 3

1. ELIGIBILITY CRITERIA FOR SHORT-LISTING SECTION II TERMS & CONDITIONS The preliminary evaluation will be done on the following parameters on proof documents submitted along with the Tender and offers from firms not conforming to any of these parameters or not supported by proof documents will be rejected. Following Proof documents are mandatory for all parameters:- Sl. Parameters Remarks i) Status of Bidder The bidder must be a registered Company under Shops & Establishment Act &have been dealing with the product offered for a period not less than 5Years as on the commencement date of the RFP. (Attested Copy of Registration Certificate must be submitted along with the tender) ii) Own office/service Center in Rewa Region Good after sales service network within Madhya Pradesh. a) Firms must have at least one Office/Service Center in Rewa City/Region not less than 01 Year as on the commencement date of the RFP. (Attested Copy of Registration Certificate or Rent Receipt must be submitted along with the tender) b) The Office/Service Center must have Landline Telephone connection and Email facility within which the branch/office is located and Office should be manned during the office hours. c)firms should have their own employees (Engineers/Technicians), Infrastructure & network to support. (The list of Technical manpower names must be submitted along with the tender) iii) Work Experience Registered Firms/ Company should be a reputed Manufacturer/Reputed authorised dealer in the products offered not less than 05 years. (Copy of Purchase/Work Orders/Project Completion Certificates must be submitted as proof) iv) Govt./PSB/PSU Organisation Experience v) Performance Certificate from existing Customers & their References vi) Good Product quality and Robustness The firm applying should have installed/looking after the AMC of the CCTV system, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers at least for Two Govt. Organisation/PSB/PSU (other than Union bank of India, Bhopal Zone) situated in Madhya Pradesh for at least 03 Years. (Copies of supply/work order & AMC Letters must be submitted along with the tender) Bidder should submit Performance Certificate from Two existing Customers (Govt./PSB/PSU Organisation) situated in Madhya Pradesh (other than Union bank of India, Bhopal Zone) along with the reference site as per Annexure IV C/V C/VI C/VII C. (Adversory non-satisfactory feedback received from any of the reference sites shall disqualify the bidder s tender. Email through the domain of the organization will be treated as valid modes, however email through Gmail, Yahoo or any such sites will not be entertained.) All Products for which BIS standards exist should conform to those standards or should have test report by the Regional Electronic Test Development Centers. (Attested Copy of certificate must be submitted along with the tender) 4

vii) Assesse of Income Tax. Firms should have Income Tax PAN & Should have filed Income Tax Return for the Assessement Year 2015-16, 2016-17 and 2017-18 (Attested Copy of Pan Card & Acknowledgement of IT Return for last three years must be submitted along with the tender) viii) GST Registration The Firm should have valid GST Registration Number. (Attested copy of the certificate or letter by the Service Tax Department must be submitted along with the tender) ix) Annual Turnover & Net Profit x) No black-listing in the past. xi) Firm not controlled by any Employee or relative of Union bank of India. The firm should have earned profit during last 03Years. (Attested Copies of the Audited Balance sheet and Profit & Loss account for the past 03 years i.e 2015-16,2016-17 & 2017-18 should be submitted along with the tender) Bidder should not have been black listed by the Government/PSU/Banks/ Financial Institutions in India in the past. (An undertaking to this effect in their letterhead must be submitted along with the tender) Firms shall not be owned or controlled by any executive, officer & employee of Union bank of India or their relatives having the same meaning as assigned under sec 6 of the Company Act 1956. (An undertaking to this effect in their letterhead must be submitted along with the tender) 1.1 Intending firms should furnish the firm s profile as per at Annexure- III. 2. PRE-BID MEETING A pre-bid meeting will be held on 27 Dec 2018 at 12:00 Hrs at Union Bank of India, Regional Office, Rewa. 3. TWO BID SYSTEM OFFER 3.1 The offer will be in two parts, Technical bid & Price bid. Both the parts should be submitted before 04 Jan 2019 up to 3:00 PM in separate sealed covers duly superscribed as follows: (a) Vendors/Firms/Suppliers for CCTV System: "TECHNICAL BID FOR SUPPLY, INSTALLATION AND MAINTENANCE OF CCTV SYSTEM and PRICE BIDS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF CCTV SYSTEM respectively and both sealed envelopes should be placed in another sealed envelope superscripted OFFER FOR EMPANELMENT towards SUPPLY, INSTALLATION AND MAINTENANCE OF CCTV SYSTEM. (b) Vendors/Firms/Suppliers for Fire Alarm System: "TECHNICAL BID FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE ALARM SYSTEM and PRICE BIDS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE ALARM SYSTEM respectively and both sealed envelopes should be placed in another sealed envelope superscripted OFFER FOR EMPANELMENT towards SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE ALARM SYSTEM. (c) Vendors/Firms/Suppliers for Electronic/Security Alarm System: "TECHNICAL BID FOR SUPPLY, INSTALLATION AND MAINTENANCE OF ELECTRONIC/SECURITY ALARM SYSTEM and PRICE BIDS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF ELECTRONIC/SECURITY ALARM SYSTEM respectively and both sealed envelopes should be placed in another sealed envelope superscripted OFFER FOR EMPANELMENT towards SUPPLY, INSTALLATION AND MAINTENANCE OF ELECTRONIC/SECURITY ALARM SYSTEM. (d) Vendors/Firms/Suppliers for Fire Extinguishers: "TECHNICAL BID FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS and PRICE BIDS FOR SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS respectively and both sealed 5

envelopes should be placed in another sealed envelope superscripted OFFER FOR EMPANELMENT towards SUPPLY, INSTALLATION AND MAINTENANCE OF FIRE EXTINGUISHERS. The offer must be dropped in the Tender Box placed on Regional Office, REWA. No Separate Price bid will be called for during the process. Bidder not submitting both offer will be rejected 3.2 The Complete Tender Document should be submitted strictly as per the Check-list along with proof documents placed at Annexure-I 3.3 All the Annexures of the bid shall be typed or written in indelible ink & submitted duly signed on all the pages by the bidder or the authorized person with Name and designation & seal of the company. The authorization shall be indicated by written power of attorney to participate in the tender. Bids signed by representatives who don t have written power of attorney to participate in the tender shall be rejected. (Copy of power of attorney to be enclosed) 4. EARNEST MONEY DEPOSIT (EMD) 4.1 Earnest Money Deposit as mentioned below must be submitted along with the Tender document in the form of a demand draft/pay order issued by a scheduled commercial bank favoring Union Bank of India, payable at Rewa. The MSME/NSIC registered firms are exempted from paying EMD. (a) Embedded stand-alone DVR based CCTV system:. 1,00,000/-(Rupees One Lakh only) (b) Fire Detection and Alarm System:. 30,000/-(Rupees Thirty Thousand Only) (c) Electronic Alarm System:. 20,000/-(Rupees Twenty Thousand only) (d) Fire Extinguishers:. 10,000/-(Rupees Ten Thousand only) 4.2 Offers not accompanied with EMD will be rejected. No interest will be payable on the EMD. The EMD will be refunded to the unsuccessful Vendors. The EMD of successful vendors will be released only after submission of Performance Bank Guarantee. 4.3 The Earnest Money Deposit will be forfeited if the vendor:- Withdraws its bid during the tender process. Have been selected by the Bank for the job but refuses to accept any contract. Refuses to accept purchase order or having accepted the purchase order, fails to carry out his obligations mentioned therein. Refuses to submit Performance Bank Guarantee on finalization of Rate Contract. 5. TECHNICAL BID OFFER (TO) 5.1 The Technical Bid Offer (TO) should be complete in all respects and contains all information asked for in this document. It should not contain any price information. 5.2 It is mandatory to submit the details in the prescribed pro-forma (Annexure IVA, IV B for CCTV, Annexure V A, V B for FADS, Annexure VI A, VI,B for EAS and Annexure VII A, VII B for Fire Extinguishers) duly filled in & signed along with relevant documents. In case of nonsubmission or partial submission of prescribed details the Bank shall reject the offer. The TO must be submitted in an organized and structured manner prferably in a binding. No brochures/leaflets etc. should be submitted in loose form. 5.3 The bank reserves the right to add, during the pre-bid meeting, one or more technical requirements/specifications to the requirements/specifications already shown in Annexure IVA, IV B for CCTV, Annexure V A, V B for FADS, Annexure VI A, VI,B for EAS and Annexure VII A, VII B for Fire Extinguishers and such additions/modifications shall be incorporated by the service provider. 5.4 Proof documents submitted along with the Tender shall be considered as the final & conclusive proof.the Bank shall not call for any further documents. 6. PRICE BID 6

The following must be ensured:- Price Bid must be submitted in separate sealed envelope. The price quoted should be only in Indian Rupees. Price Bid should be strictly as per Annexure-IV D & IV E for CCTV, Annexure V(D) for Fire Detection and Alarm System, Annexure VI(D) for Electronic Alarm System and Annexure VII(D) for Fire Extinguishers (As applicable), filled up completely & signed by the authorized signatory of the firm mandatorily failing which the bid will be cancelled. The rates should be clearly indicative of taxes (GST rate of individual item) which shall be subject to amendments by Govt. from time to time, which shall help in determining the package cost at present and in case of any variation depending upon Govt. notification in the future. The Package Cost, Comprehensive AMC Cost & Buy back cost of complete system must be quoted in Figures & Words. 7. PRICE COMPOSITION 7.1 The price bids of only the short listed bidders will be opened, who satisfy Technical bid & practical demonstration of the product. Short listed bidders will be notified by e-mail & the bidders/authorized representatives should be present at the time of opening of the Price Bids. 7.2 The price bid should be strictly as per the format at Annexure-IV D & IV E for CCTV, Annexure V(D) for Fire Detection and Alarm System, Annexure VI(D) for Electronic Alarm System and Annexure VII(D) for Fire Extinguishers (As applicable) & must contain all the price information. Any column for indicating the price if left blank will make the price bid ineligible. 7.3 AMC rates quoted for all Security Systems should be per Annum (GST Extra as Applicable). 7.4 Determination of L1 Bidder and Awarding of Contract: On completion of evaluation process of the Price bid, the contract will be awarded to the lowest bidder (L1 bidder) in the following method. On completion of evaluation process of technical bids, Bank will call and open commercial offers of successful bidders and contract may be awarded to the lowest bidder in the following method. The lowest tendering firm for individual system shall be considered for the order of individual system. If any of the shortlisted Vendors is unable to fulfill the orders within the stipulated period, then the Bank will have the right to allot those unfulfilled orders to other shortlisted Vendors after giving 15-days notice to the defaulting Vendor. Then the work orders shall be granted to L-2 Vendor to match the L-1 rate. If there is more than one L1 Vendor, then the work orders shall be split equally among them and in such cases no option shall be granted to L2 or L3 Vendors. Failure or refusal to offer the services/goods by the successful bidder at the price committed shall result in forfeit of the EMD/bank guarantee amount, which may be noted. The final decision on the vendor will be taken by the Bank. The Bank reserves the right to reject any or all proposals. 8. NO ERASURES OR ALTERATIONS 8.1 Technical/Commercial details must be completely filled up. Corrections or alterations, if any should be authenticated. 8.2 No submissions for erasures or alteration will be entertained after submission of Bids.However, if a bidder submits two bids the lowest quoted bid accompanied by document fee and EMD will be considered and the EMD of both bid will be released after finalization of Rate contract. 7

9. NO PRICE VARIATIONS The Price Bid shall be freezed for Three Years & no upward revision in the new equipment & AMC rates will be considered for whatsoever reason during renewal period.no upward revision in the quoted rate will be considered on account of subsequent increase in customs duty, excise tax, sales tax etc. Service Tax if applicable shall be paid extra as per the applicable rate. However, if there is any reduction in government levies/taxes, during the offer validity /contract period, the same shall be passed on to the Bank. 10. VALIDITY OF OFFER The offer should be valid for period of 90 days from the last date for submission of the offer. 11. PRELIMINARY EXAMINATION 11.1 The Bank will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required information have been provided as underlined in the bid document, whether the documents have been properly signed, and whether bids are generally in order. Bids from agents without proper authorization from the manufacturer shall be treated as non-responsive. 11.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and total price shall be corrected. If the supplier does not accept the correction of the errors, its bid will be rejected. If there is discrepancy between words and figures, the amount in the words will prevail. 11.3 The bid determined as not substantially responsive will be rejected by the Bank and may not be made responsive by the bidder by correction of the non-conformity. 12. TENDER EVALUATION PROCESS Tender Offers will be evaluated in the following stages:- Stage I Incomplete Offers,i.e.offers not accompanied by the mandatory documents as per Check list placed at Annexure I, cost of RFP Forms & EMD shall be rejected. Stage II All the Bidders, qualifies Stage I will be evaluated against the stipulated minimum eligibility criteria based purely on valid proof documents submitted along with the Tender. Proof documents submitted along with the Tender shall be considered as the final & conclusive proof & the Bank shall not call for any further documents. Offers not complying with the eligibility criteria will be rejected. Stage III All the bidders, qualifies Stage II have to give full practical demonstration of the system as per Technical Specifications at Regional Office, Rewa or at a place decided by the Committee at Vendors cost. After the demonstration, if the committee requests to provide another demo in another/same premises to ensure the quality of the product, the vendor should provide it without any additional charges.the Systems whose performance is found unsatisfactory/not good will not be considered for empanelment. The Bank may call for installation of CCTV system, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers on trial basis for a month at the site of it s choice. Bidders will be further evaluated through the visits to their Office/Service center to acertain the infrastructure setup and feedback received from reference domains vide Annexure V/VI/VII/VIII C. Reference site visits of the bidder (s) shall be carried out only once. 8

Qualification/Dis-qualification in Demonstration/Evaluation will be adjudged by the Committee. The decision taken by the committee will be final & will not be re-examined. Stage IV Opening the price bids of the bidders short-listed in Stage III.Decision of L-1, L-2 & L3 bidders as per the quoted price in Annexure-IV D & IV E for CCTV, Annexure V(D) for Fire Detection and Alarm System, Annexure VI(D) for Electronic Alarm System and Annexure VII(D) for Fire Extinguishers (As applicable). 13. 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 & shall be entitled to reject any or all offers without assigning any reasons whatsoever. The bank will have right to opt for any new technology optimum for the banks usage. 14. OPENING OF OFFERS 14.1 Technical bids will be opened at 04 Jan 2019 at 4:00 PM in the presence of the bidders. The bidders/their representatives must be present at the time of opening of the Technical Bid. No separate intimation will be sent in this regard to the bidders for deputing their representatives. The Technical Bids will be opened at the time and date stipulated above irrespective of the number of bidders or their representatives present. 14.2 The representatives must be as per the power of attorney (Submitted with Tender Document) to participate in the tender. The representatives who is not authorised to participate in the tender will not be allowed to sign & their Technical bid will not be opened. 14.3 In case of any unexpected interruption due to events beyond control of the procurement committee, the process interrupted will be continued on the subsequent working day at the scheduled time. 15. ORDER CANCELLATION a. If the selected firm fails to deliver and/or install the equipment within 07 Bank's working days or the extended date communicated by the Bank, it will be a breach of contract. b. The Bank reserves its right to cancel the order in the event of delay in delivery/ installation/ commissioning of equipmentand forfeit the Earnest Money Deposit. c. Purchaser will have the right to cancel the Rate contract issuing one Month Notice without giving any reason for such cancellation. 16. PAYMENT TERMS 16.1 No advance amount will be paid to the contracted firm. Payment will be released only by the Branch after satisfactory completion of work, demonstration and training of the newly installed equipment to the staff. 16.2 The AMC charges will be released by the Branch in Quarterly basis (04 installments in Year) on submission of the bills along with service reports & after verification of servicing / maintenance activities. 17. PERFORMANCE BANK GUARANTEE 17.1 Before entering into an agreement the selected firm(s)must submit an unconditional Performance Bank Guarantee as per Annexure VIII for Rate contract to Union Bank of India, Rewa Regional office valid for 5 Years from the date of Rate contract, issued by a scheduled commercial bank (Other than Union Bank of India & Co-operative Bank) favoring Union Bank of India, payable at Rewa. The Details of amount for Performance Bank Guarantee as follows: (a) Embedded stand-alone DVR based CCTV system:.4,00,000/- (Rupees Four lakhs only) 9

(b) Fire Detection and Alarm System:.2,50,000/- (Rupees Two lakhs Fifty Thousand only) (c) Electronic Alarm System:.1,50,000/- (Rupees One lakhs Fifty Thousand only) (d) Fire Extinguishers:.50,000/- (Rupees Fifty Thousand only) 17.2 The Bank Guarantee to be sent by the issuing Bank under Regd. Post A.D 17.3 All liabilities arising from this Tender will be made good from the Bank Guarantee.Purchaser will have the right to make good the loss from any of the bank Guarantee given by bidder if given separately, irrespective of the purpose of the guarantee. 18. THE BANK S RIGHT 18.1 The Bank retains the right to cancel the Empanelment/Contract in whole or in part for supply, installation & AMC any time during the period after giving One Month Notice. 18.2 If the service of the L1 firm is found to be unsatisfactory, then the Bank will have the right to terminate the contract giving One Month Notice. Further the order will be placed with the L2 & L3 bidder progressively provided they agrees to offer the services at the same rate(s) of the L1 bidder. 18.3 If any of the shortlisted Vendors is unable to fulfill the orders within the stipulated period, then the Bank will have the right to allot those unfulfilled orders to other shortlisted Vendors after giving 15 days notice to the defaulting Vendor. Then the work orders shall be granted to L2 & L3 bidder progressively to match the L-1 rate. 18.4 If the Central Office or any other higher Office of Union Bank of India conducts PAN India rate contract, Regional Office Rewa have the right to cancel this rate contract. In such case notice of one month will be served to the firm for termination of rate contract and no other claims will be entertained. 19. WARRANTY 19.1 The CCTV System, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers including all its components/equipments supplied/installed at the Branches/Offices/ATM sites of the Bank should be brand new. The selected firm should also guarantee that all the software/components/equipments supplied/installed by the selected firm/s is licensed and legally obtained. 19.2 The offer must include Comprehensive on-site warranty of at least TWO years from the date of installation and commissioning of all the equipments and their spare parts, however there should not be any additional cost for the warranty period. No AMC charge will be admissible in warranty period however quarterly service visit is mandatory during warranty period else AMC charge of that quarter or 2% cost of equipment whichever is higher will be deducted from vendor by any means. 19.3 Vendor shall be fully responsible for the manufacturer s warranty in respect of proper design, quality and workmanship of equipment, accessories etc. covered by the offer. Vendor must warrant all equipment, accessories, spare parts etc., against any manufacturing defects during the warranty period. During the warranty period vendor shall maintain the equipment and repair/replace all the defective components at the installed site, at no additional charge to the Bank. 19.4 Warranty should not become void if Bank buys any other supplemental hardware which is not discussed in this document from a third party and installs it with these equipment. However, the warranty will not apply to such hardware items installed. The vendor is expected to ensure same maintenance standards clause. 10

20. VALIDITY OF RATE CONTRACT 20.1 Rate contract for supply and installation of New Equipment & Comprehensive AMC will be for the period of Three years. However extension of contract in the same rates, existing terms & conditions beyond three years period from the date of original contract will be done with mutual consent of both parties subjected to satisfactory service provided by the firm. 20.2 The Comprehensive AMC will be renewed on yearly basis by our office on satisfactory services of the empanelled vendor. 20.3 During the initial three-year period, the contract may be terminated by either party by giving One Months Notice. However, if the contract is terminated before its contracted expiry date, either by the Bank due to prolonged unsatisfactory service by the service provider or by the service provider for whatsoever reasons, the Bank shall have the right to invoke and encash the Performance Bank Guarantee provided by the Service Provider. In this context, prolonged unsatisfactory Service by the Service Provider means unsatisfactory service for a continuous period of three months or more. 20.4 Rate fixed at the time of contract will be non-negotiable and no revision will be permitted other than the taxes decided by Govt. from time to time. 21. MINIMUM MAINTENANCE STANDARD REQUIRED 21.1 The vendor should ensure that the equipment reported faulty on any working day is set right within 72 Hours of reporting the complaint and in no case, later than three working days of the bank. In case, the hardware cannot be repaired within the stipulated period, the vendor should provide standby system of the same till the hardware is returned duly repaired without any additional charges. 21.2 During Warranty and also during AMC period (if under AMC with the same vendor), the vendor should provide support for various issues relating to Hardware and Software, if required, taking backup before formatting the DVR, configuring Cameras etc. without any additional cost, however DVD/CD will be provided by the bank. 21.3 The vendor should respond within 24 Hours to request made by the branch to provide necessary data to bank/police/court without any additional charges. 21.4 All complaints/service requests will be reported/ conveyed through email/phone only. The Vendor is required to enter all the complaints received date wise on a Register/Software and provide complaint number to the respective branch. A Detailed Summary of all the defects reported and their rectification status is to be put up on Quarterly basis to Regional Office, Rewa. 21.5 The contracted Firm is required to maintain all the CCTV Systems, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers (As Applicable) in functional conditions during the AMC period at the rates quoted by the firms and accepted by the Bank. 21.6 During AMC period, the firm is required to visit all the branches/offices/atm sites installed with CCTV system, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers(As Applicable) once every Quarter for preventive maintenance/servicing. 21.7 During AMC period, the contracted firm shall attend all complaints call any number of times, if any, in the systems without any additional cost of the visit for repairing and servicing other than Quarterly AMC Charge. In case of any fault in CCTV, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers these shall be repaired/replaced without any extra payment by the firm other than AMC Clause. 11

21.8 The vendor must ensure to Print/Sticker on existing as well as new systems on the DVR & Monitor, Fire Alarm Panel, Electronic Alarm System Panel and all Fire Extinguishers as applicable providing the Name, Contact No. & complaint E-mail address of the vendor. 22. PENALTY FOR LACK OF SERVICE SUPPORT 22.1 Bank expects proper service support during warranty and post warranty period. The system should be set right within 72 Hours of reporting the complaint. In case the system is down for more than 3 working days & no standby system is provided by the vendor, a penalty of.150/- per day may be charged, from the 4th day of complaint to the maximum of. 3000/-per case. Such penalty may be recovered from the amount payable to the firm or quarterly AMC charges to be paid by the Branch. If such case reported three times in a year, Bank may terminate the contract and replace the faulty system and make good the proportionate loss from bank guarantee. 22.2 The firm must respond within 24 Hours to request made by the branch to provide necessary data to police/court. No Additional Charges will be paid by the Bank for One visit per Quarter which is undertaken to provide CCTV Footage Only. This visit must be separate than Mandatory AMC Visit/Visit for Attending Defects per Quarter. If there is requirement of CCTV Footage by any branch for Second time or more in any Quarter, then the charges for this Second visit will be payable by the bank as per the rates quoted in the Price Bid. If the vender fails to respond a penalty of. 300/- per day may be charged, from the 3rd day of complaint to the maximum of. 3000/- per case. Such penalty may be recovered from the amount payable to the firm or deducted from Quarterly AMC charges paid by the Branch. If such case reported three times in a year, Bank may terminate the contract. 22.3 Email will be considered as valid means to report compliant/complaint can also be lodged through telephone, for which vendor to provide dedicated complaint number. 23. TERMS OF IMPLEMENTATION 23.1 The vendor shall complete the installation/work within 7 days from the date of the Purchase order at the branches/offices after receipt of order letter either by Mail/Email; else the terms of Liquidated Damages (LD) will be applicable. 23.2 The vendor shall provide service support as and when required during the warranty period/amc period and thereafter, if required by the Bank. Any defect during AMC/Warranty period is to be attended within 3 working days from the lodging of Complaint and is to be rectified within a maximum period of 10 days from the date of lodging of complaint. 23.3 On Installation /Servicing vender/representative will explain the operation of equipment and clear doubts of employees of the bank. 24. LOCATIONS TO BE COVERED The delivery locations of CCTV system, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers to be done will be communicated along with the Purchase Order.However, the Bank reserves the right to change location as per Bank's requirement, before delivery.the installation of the above mentioned systems will be done as per requirement of the bank from time to time. 25. ASSIGNMENT OF OBLIGATION The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except with the Purchaser s prior written consent. 26 AVAILIBILITY OF SPARES 12

The firmmust ensure that the spares for the product offered are available for at least 6 years from the day of installation of equipment. No obsolete equipment should be supplied to the bank. 27 PATENTS RIGHTS 27.1 The supplier, at their own expense shall defend and indemnify the Bank against all third party claims or infringement of intellectual Property Right, including Patent, trademark, copyright, trade secret or industrial design rights arising from use of the products or any part thereof in India or abroad. 27.2 The supplier shall expeditiously liquidate any such claims and shall have full rights to defend it there from. If the Bank is required to pay compensation to a third party resulting from such infringement, the supplier shall be fully responsible for, including all expenses and court and legal fees. 27.3 The Bank will give notice to the Supplier of any such claim without delay, provide reasonable assistance to the Supplier in disposing of the claim, and shall at no time admit to any liability for or express any intent to settle the claim. 28. DELAYS IN THE SUPPLIER S PERFORMANCE Delivery of the goods and performance of the Services shall be made by the supplier in accordance with the time schedule specified by purchaser. Any delay in performing the obligation by the supplier will result in imposition of liquidated damages and/or termination of rate contract for default. 29. LIQUIDATED DAMAGES FOR DELAY IN INSTALLATION Not withstanding the Bank's right to cancel the order, liquidated damages at 1% of the total cost of hardware per site per week will be charged for every week's delay in delivery subject to maximum 10% in each case.the Bank reserves its right to recover these amounts by any mode such as adjusting from any payments to be made by the Bank to the company. Part of week will be treated as a week for this purpose. 30. TERMINATION FOR DEFAULT 30.1 The Bank, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Bidder, may terminate this Contract in whole or in part, if the Bidder fails to perform any obligation(s) under the Contract. 30.2 In the event of the Bank terminating the Contract in whole or in part, the Bank may procure, upon such terms and in such manner, as it deems appropriate, services similar to those undelivered, and the Bidder shall be liable to the Bank for any excess costs for such similar services. 31. TERMINATION FOR INSOLVENCY The Bank may at any time terminate the Contract by giving written notice to the Bidder, if the Bidder becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Bidder. 32. LIABILITY Vendor s aggregate liability under the contract shall apply to third party claims for bodily injury/electric shock (including death) and damage to real property (due to malfunction of equipment) and tangible personal property caused by vendor s gross negligence/lapse or due to below standard equipment used by vendor. Vendor shall be liable for any indirect, consequential, or special damages due to malfunction of the security equipment under the agreement/purchase order. 13

33. ANNUAL MAINTENANCE CONTRACT (AMC) 33.1 Comprehensive on-site maintenance charges, for the post warranty period, must be quoted in the Price bid. The firm(s) will have to maintain the equipment supplied for at least Three years excluding warranty period at the same rate quoted in Price bid. 33.2 The Comprehensive AMC covers ALL equipments and its sub parts/spares of CCTV system including Monitor,Hard Disk, DVR, Cameras, Cables etc; Fire Detection and Alarm System including all smoke/heat/flame Sensors, Battery, Control Panel, Auto Dialer and associated cabling, Electronic Alarm System including Panel, Battery, PIR, Magnetic Sensors etc and Fire Extinguishers (irrespective of make and model). Virtually the vendor has to keep ALL the systems and its sub parts in functional mode without charging anything extra to the Bank other than the comprehensive AMC charges quoted. However in case of force majure i.e Natural Calamity, Lightening, Electrical Short circuit & defect/breakage due to mishandling will be paid after certification by the Branch. The selected vendor has to do the maintenance of existing equipment installed in the branches of any other brand at per quoted rates. AMC rates fixed at the time of contract will be non-negotiable and no upward revision will be permitted other than the taxes decided by Govt. from time to time. 33.3 No AMC charges will be paid during warranty period. However the selected vendor will have to provide free services to the Branches during Warranty period where the equipment has been installed by them. 33.4 During AMC period the Technicians should visit the branches Quarterly during the year with a minimum gap of 75 Days between each visit during bank working hours in addition to the emergency fault repair calls. The fault repair calls during a particular Quarter may be treated as Quarterly visits and such visits will be free of cost during AMC.The AMC certificate should indicate the No. of days of footage available in the Hard disk (for CCTV),Operational Status of Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers failing which bank may refuse to pay AMC charges. 33.5 During AMC visit the representative should explain the working of CCTV system, Fire Detection and Alarm System, Electronic Alarm System and Fire Extinguishers system to the employees, free of cost & ensure 90 days back up in CCTV system, which is a mandatory obligation. 33.6 AMC Payment will be done by respective Branch after Quarterly visits. If the firm fails to make mandatory quarterly AMC visit to any branch, it will be treated as a lapse in service by the vendor and AMC charge for that Quarterwill be forfeited. AMC charges of such lapsed quarters cannot be claimed afterwards. 33.7 During AMC visit the representative should give a technical report of system which clearly reveals the present status/condition of the system and a copy of quarterly visit report confirming that the equipment is working properly should be sent to Regional Security officer with the signature and branch s stamp within 15 days of the succeeding month of the quarter. 34. FORCE MAJEURE Notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or termination for default if and to the extent that it's delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For purposes of this clause, "Force Majeure" means an event beyond the control of the Bidder and not involving the Bidder's fault or negligence and not foreseeable. Such events may include, but are not restricted to, wars or revolutions and epidemics. If a Force Majeure situation arises, the Bidder shall promptly notify the Bank in writing of such condition and the cause thereof. Unless otherwise directed by the Bank in writing, the Bidder shall continue to perform its obligations under the 14

Contract as far as is reasonably practical, and shall seek all reasonable alternative means of performance not prevented by the Force Majeure event. 35. UNDERTAKING BY VENDOR The successful bidder must give an undertaking that all components used in the machines supplied are new and original and not refurbished. This must be submitted along with the Invoices else payment will not be released. 36. GOVERNING LAW AND DISPUTES 36.1 The provisions of this tender shall always be subject to government notifications, any rules/ guidelines that may be in force from time to time. 36.2 All disputes or differences whatsoever arising between the parties out of or in relation to the construction, meaning and operation or effect of these Tender Documents or breach thereof shall be settled amicably. If however the parties are not able to solve them amicably, the same shall be settled by arbitration in accordance with the provisions of Arbitration and Conciliation Act 1996 or any statutory modifications or re-enactments thereof and the rules made there under and for the time being in force, shall apply to the arbitration proceedings. The arbitrator shall be appointed with the mutual consent of both the parties. However there is a provision of appeal if either party is not satisfied with the arbitration award. 36.3 During the arbitration proceedings the Vendor shall continue to work under the Contract unless otherwise directed in writing by the bank or unless the matter is such that the work cannot possibly be continued until the decision of the arbitrator is obtained.the venue of the arbitration shall be Rewa. 36.3 All disputes and controversies between the Bank and Bidder/selected firm(s) will be subject to the exclusive jurisdiction of the courts in Rewa. 37. SIGNING OF CONTRACT If Union Bank of India decides, then the successful bidder(s) shall be required to enter into a contract with Union Bank of India within 7 days of the award of the tender or within such extended period as may be specified by Union Bank of India, Regional Office, Rewa on the basis of the Tender Document, the Tender of the successful bidder, the letter of acceptance and such other terms and conditions as may be determined by the Bank to be necessary for the due performance of the work in accordance with the Bid and the acceptance thereof, with terms and conditions shall be contained in a Memorandum of Understanding to be signed at the time of execution of the Form of Contract. Bank shall have the option of terminating the contract during the contract period by giving One month notice. For further clarifications, if any, you may contact the following address: Security Department, Union Bank of India, Regional Office, Rewa Sirmour Chowk, Allahabad Road, Rewa (M.P.) 486 001 Tel: 07662-257211; E Mail: security.rorewa@unionbankofindia.com CHECK-LIST FOR TENDER DOCUMENTS Annexure-I 15

Sl. Documents Required 1. Covering letter on the Firm s letter head per format (Annexure-II) Enclosed Status (Yes/No) 2. DD/Pay order.1000/- (Non-refundable) for each system towards cost of RFP in favour of Union Bank of India payable at Rewa. 3. DD/Pay order for Earnest Money Deposit (EMD) as per Clause 4. 4. Firm s Profile with relevant documents as per format (Annexure-III) & Clause 1 of RFP 5. The Power of Attorney authorisation by the Firm to sign & participate in the tender. 6. Undertaking in the company letter head that your firm has neverbeen blacklisted by the Government/PSU/Banks/Financial Institutions in India in the past. 7. Undertaking in the company letterhead that your firm is not controlled by any Employee or relative of Union bank of India. 8. Technical Specification with all rows/columns filled as per format (Annexure-IV/V/VI/VII A) (as applicable) 9. Technical Specification undertaking as per format (Annexure- IV/V/VI/VII B) (as applicable) 10. Documentation if any (Product Brochures, leaflets, manuals etc.) 11. Reference Sites as per format (Annexure-IV/V/VI/VII C) (as applicable) 12. Price Bid as per Annexure-VI/V/VI/VII D (as applicable) 16

(Letter to the bank on the Firm s letterhead) Annexure-II To, Assistant General Manager, Union Bank of India, Regional Office, Sirmour Chowk, Allahabad Road, Rewa (M.P.) 486 001 Dear Sir, Sub: RFP for supply, installation & Comprehensive Maintenance of Embedded standalone DVR based CCTV system Enclosed with Metallic/wooden Cabinet in the Branches/Extension Counters/Offices/ATMs/Cash Vans under Rewa Region. With reference to your tender notice published in News papers on / /2018 and the RFP published in your website with effect from / /2018, having examined and understood the instructions, terms and conditions forming part of RFP, we hereby enclose our offer for appointment of firm for supply, installation & Comprehensive AMC of CCTV System in the Branches/Extension Counters/Offices/ATMs/Cash Vans, as detailed in your referred RFP. We confirm that the CCTV system along with the paraphernalia to be delivered to the Bank will be brand new including all components & that software is licensed and legally obtained. We further confirm that the offer is in conformity with the terms & conditions as mentioned in the RFP. We also confirm that the offer shall remain valid for 90 days from the last date for submisssion 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 (Rupees only) favouring Union Bank of India and payable at Rewa, 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 Signatory (Name & Designation, Date &Seal of the Firm) 17

(Letter to the bank on the Firm s letterhead) Annexure-II To, Assistant General Manager, Union Bank of India, Regional Office, Sirmour Chowk, Allahabad Road, Rewa (M.P.) 486 001 Dear Sir, Sub: RFP for supply, installation & Comprehensive Maintenance of Fire Detection and Alarm System in the Branches/Extension Counters/Offices/ATMs under Rewa Region. With reference to your tender notice published in News papers on / /2018 and the RFP published in your website with effect from / /2018, having examined and understood the instructions, terms and conditions forming part of RFP, we hereby enclose our offer for appointment of firm for supply, installation & Comprehensive AMC of Fire Detection and Alarm System in the Branches/Extension Counters/Offices/ATMs as detailed in your referred RFP. We confirm that the Fire Detection and Alarm System along with the paraphernalia to be delivered to the Bank will be brand new including all components & that software is licensed and legally obtained. We further confirm that the offer is in conformity with the terms & conditions as mentioned in the RFP. We also confirm that the offer shall remain valid for 90 days from the last date for submisssion 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 (Rupees only) favouring Union Bank of India and payable at Rewa, 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 Signatory (Name & Designation, Date &Seal of the Firm) 18

(Letter to the bank on the Firm s letterhead) Annexure-II To, Assistant General Manager, Union Bank of India, Regional Office, Sirmour Chowk, Allahabad Road, Rewa (M.P.) 486 001 Dear Sir, Sub: RFP for supply, installation & Comprehensive Maintenance of Electronic Alarm System in the Branches/Extension Counters/Offices/ATMs under Rewa Region. With reference to your tender notice published in News papers on / /2018 and the RFP published in your website with effect from / /2018, having examined and understood the instructions, terms and conditions forming part of RFP, we hereby enclose our offer for appointment of firm for supply, installtion & Comprehensive AMC of Electronic Alarm System in the Branches/Extension Counters/Offices/ATMs, as detailed in your referred RFP. We confirm that the Electronic Alarm System along with the paraphernalia to be delivered to the Bank will be brand new including all components & that software is licensed and legally obtained. We further confirm that the offer is in conformity with the terms & conditions as mentioned in the RFP. We also confirm that the offer shall remain valid for 90 days from the last date for submisssion 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 (Rupees only) favouring Union Bank of India and payable at Rewa, 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 Signatory (Name & Designation, Date &Seal of the Firm) 19