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

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

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 FIRE ALARM SYSTEM AT APROX.

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 FIRE ALARM SYSTEM AT APROX.

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

* 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 BARODA CORPORATE CENTRE MUMBAI

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

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

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

TENDER NOTICE FOR. Page 1 of 30

NATIONAL BANKING GROUP WEST-1

TENDER FOR EMPANELMENT OF VENDORS

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

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

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

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

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

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

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

Date of Start and downloading the tender 12 sep 2018

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

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

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

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

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 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

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

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

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

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

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

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

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

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

NOTICE INVITING TENDER

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

Relationship beyond banking

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

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

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

Department of Biochemistry University of Lucknow Lucknow

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

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

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

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

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

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

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

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS


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

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

Notice for Empanelment of Vendors.

INDUSTRIAL EXTENSION BUREAU

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

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

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

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

City of Johannesburg Supply Chain Management Unit

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

Request for Proposal (RFP)

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

Calling for Quotations

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

COUNTY OF ROCKLAND Department of General Services Purchasing Division

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

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

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

Application for Registration of Fire Protection Consultant on Record

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

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

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

KTDC HOTELS & RESORTS LIMITED MASCOT SQUARE, TRIVANDRUM - 33

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

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

TENDER DOCUMENT FOR SUPPLY OF EPOXY MIXING & POURING PLANT

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

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

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

e - TENDER FOR BID DOCUMENT

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

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

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

Material Description Quantity UOM

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

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

Overhead Line Insulators

Chief Operating Officer Giampiero Belcredi

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

VIJAYA BANK REGIONAL OFFICE SHIMOGA

SCHEME OF TESTING AND INSPECTION FOR CERTIFICATION OF PORTABLE FIRE EXTINGUISHER- PERFORMANCE AND CONSTRUCTION AS PER IS 15683: 2006

NUCLEAR POWER CORPORATION OF INDIA LIMITED (A Government of India Enterprise)

Transcription:

TENDER NOTICE FOR SUPPLY, INSTALLATION, REFILLING AND ANNUAL MAINTENANCE OF FIRE EXTINGUISHERS INCLUDING AMC OF EXISTING & OLD SYSTEMS AT DIFFERENT BRANCHES OF BANK OF BARODA OF TAMILNADU & KERALA ZONE

Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai-600 004 TENDER FOR SUPPLY, INSTALLATION,REFILLING AND ANNUAL MAINTENANCE CONTRACT OF FIRE EXTINGUISHERS INCLUDING AMC OF EXISTING OLD SYSTEMS AT DIFFERENT BRANCHES OF TAMILNADU & KERALA ZONE Bank of Baroda invites sealed offers in two bid system from firms supplying and refilling Fire Extinguishers and having their own Offices in Chennai, Coimbatore, Ernakulum and Adjoining Areas for Supply, Installation, refilling and annual maintenance of FIRE EXTINGUISHERS at Branches / Offices in Tamil Nadu and Kerala State and Pondicherry UT. For complete details, formats and terms & conditions of tender please log on to Bank s website www.bankofbaroda.com/tenders.asp. Date of commencement of Tender : 1 st August 2014 Pre Bid Meeting on 16 th August 2014 at 2.30 PM Last date for submission of Tender Forms :21 st August 2014 upto 5.00 PM Opening of Tender Forms (Technical Offer) 23 August 2014 at 1.00 PM. Earnest Money Deposit (Bid Security): ` 5,000/- Offers from firms not having their own offices in Chennai, Coimbatore, Ernakulum and/or Adjoining Areas will not be considered. The Bank reserves the right to reject any/all applications without assigning any reason whatsoever. Pre-Bid meeting in connection with the tender will be held on 1 st August 2014 at 2.30 PM at Bank of Baroda, Zonal Office, TN & Kerala Zone, Baroda Pride, IIIrd floor, New No 41, LUZ Church Road, Mylapore, Chennai. Page 2 of 19

TECHNICAL OFFER (ENVELOPE I) SECTION - I SCOPE OF WORK Supply, Installation, and Refilling of FIRE EXTINGUISHERS at Branches / Offices in Tamil Nadu and Kerala State and Pondicherry UT. SECTION - II TERMS & CONDITIONS 1.1 Supply & Installation of Fire Extinguishers should be completed within 30 days of issue of order. The orders for Fire Extinguishers would be placed as and when required by the Bank for its different branches. All orders placed up to one year from the date of award of the contract and further period of extension of the contract, if any, would form part of this tender. 1.2 The actual quantity of systems to be installed may vary 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. No. Parameters Remarks 1 Average Sales Volume of the firm in the last 3 years The firms should have average annual sales turnover of ` 50.00 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 carried out at least two similar works of Supply, Installation and Refilling of Fire Extinguishers of minimum of 5.0 lacs each in the last 3 years. 4 No. of years in Fire Extinguiser Minimum 5 years in the business is required business 5 BIS Certification (ISI Mark) 6 Own office and service center in Chennai, Coimbatore, Ernakulum and or Adjoining Areas. Must have necessary BIS certification in case of Manufacturer or valid Dealership certificate and BIS certification of original manufacturer. The firm should have its own office and Service Centre functioning in Chennai, Coimbatore, Ernakulum and or Adjoining Areas. Dealer s address in case of OEM is not acceptable. 7 Reference site Furnish details like name, address and telephone numbers of customers, as per Annexure-V. Page 3 of 19

2.1 Intending suppliers should furnish details about their firm as per Supplier s profile (Annexure - II). 2.2 Earnest money for ` 5000/- to be remitted by means of Pay Order / Draft drawn in favour of Bank of Baroda, payable at Chennai 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 Fire Extinguishers and "Commercial Offer for Fire Extinguishers respectively and both sealed envelopes should be placed in another sealed envelope super-scribed Offer for Fire Extinguishers and should be submitted latest by 5:00 PM on 21/08/2014. The offer should be dropped in the Tender Box kept in Bank of Baroda, Zonal Office, Tamilnadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Mylapore, Chennai-600 004. 4. EARNEST MONEY DEPOSIT Earnest Money Deposit of ` 5000/- (Rupees Five Thousand only), in the form of a demand draft/pay order issued by a scheduled commercial bank favouring Bank of Baroda, payable at Chennai must be submitted along with the Technical Offer. Offers not accompanied with Earnest Money Deposit of ` 5000/- 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 adjusted towards Security deposit and released only after completion of the contract period. 5. Pre-Bid Meeting Pre-Bid meeting in connection with the tender will be held on 16.08.2014 at 2.30 PM at Zonal Office. Prospective bidders are requested to submit their points for clarification during pre-bid meeting latest by 16 th August 2014 by 1200 hours. 6. INITIAL SECURITY DEPOSIT The successful tenderer to whom the contract is awarded shall remit an amount of ` 40000/- as Initial Security Deposit by means of Pay Order / Draft drawn in favour of Bank of Baroda, payable at (City). EMD of ` 5000/- and ISD of ` 40000/- will form part of Total Security Deposit amounting to a total of ` 45000/- and no interest will be payable on the Security Deposit. The successful tenderer shall pay Initial Security Deposit within 10 days after receiving the letter of acceptance of his tender. 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 noncompliance with the conditions of the Contract. The amount will be refunded to the contractor within 15 days of the completion of the contract period. Page 4 of 19

7. 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. 8. TECHNICAL OFFER (TO) 8.1 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. 8.2 It is mandatory to submit the technical details in the prescribed pro-forma 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. 9. The Technical Offer should comprise of following: 9.1 Covering letter on the prescribed format (Annexure-I). 9.2 Earnest Money Deposit of ` 5000/-, in the form of a demand draft / pay order issued by a scheduled commercial bank favouring Bank of Baroda, payable at Chennai. 9.3 Supplier s profile as per Annexure II. 9.4 Technical Specifications complete with all rows/columns filled in [Annexure III to Annexure V]. 9.5 Un-priced version of bill of material [Annexure IV] 9.6 BIS Certificates of the Product 9.7 Dealership Certifiate as applicable 9.8 Documentation (Product Brochures, leaflets, manuals etc.) 9.9 Details of reference sites as per Annexure V. 10. COMMERCIAL OFFER 10.1 The Commercial Offer (CO) should contain relevant price information and the rates should be quoted in Indian Rupees only. The CO should not contradict the TO in any manner. The CO should comprise the Commercial Version of Bill of Material as per Annexure VI and must contain all the price information. 10.2 The offer from the supplier should be for a specific model. The Bank reserves the right to reject any offer with multiple options. Page 5 of 19

11. PRICE COMPOSITION 11.1 The price quoted for Supply & Installation of Fire Extinguishers should be only in Indian rupees and inclusive of following: 11.1.1 Cost of the Fire Extinguishers with accessories including gas cartridge F.O.R. destination. 11.1.2 All taxes, duties and levies (excepting octroi, which will be at actual). 11.1.3 Installation and commissioning charges, if any. 11.1.4 Cost of training to be imparted 11.1.5 One year on-site warranty covering all parts, service, and visits to the site. 11.2 The price quoted for Annual Refilling of Fire Extinguishers should be only in Indian rupees and inclusive of following: 11.2.1 Cost of the Powder / Gas / Water or any other media being refilled in Fire Extinguishers F.O.R. destination. 11.2.2 All taxes, duties and levies (excepting octroi, which will be at actual). 11.2.3 Visiting / Travelling charges of vendor s representatives to the Branch / offices and transportation charges of Fire Extinguishers if to be transported outside the premises for refilling purpose. 11.2.4 Cost of demonstration to be imparted to be imparted to staff members for emptying the Fire Extinguishers before the refilling. 11.3 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). 11.4 No advance will be paid by the bank. Bill to be submitted with duly receipted challan invoice for payment to individual branches. 11.5 On satisfactory completion of the job, the Bank branch will recover TDS, VAT and other taxes as applicable. 12. NO ERASURES OR ALTERATIONS Technical / Commercial details must be completely filled up. Corrections or alterations, if any should be authenticated. 13. 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. throughout the period of contract and any further extension of contract. However, if there is any reduction in government levies/taxes, during the offer validity period, the same shall be passed on to the Bank. 14. VALIDITY OF OFFER The offer should be valid for period of 90 days from the last date for submission of the offer. Page 6 of 19

15.EVALUATION PROCESS Offers will be evaluated in the following stages: 15.1 Stage I Offers will be evaluated against the stipulated minimum eligibility criteria. Offers not complying with the eligibility criteria will be rejected summarily. 15.2 Stage II A technical evaluation of proposals will be carried out. Offers received without fulfilling the following conditions shall not be evaluated. 15.2.1 If offer is incomplete and/or not accompanied by all stipulated documents 15.2.2 If any of the terms and conditions stipulated in this document is not accepted and letter as per Annexure - I is not submitted. 15.2.3 If any of the specifications stipulated in Annexure III to Annexure X is not met. 15.2.4 If un-priced commercial bid is not submitted as per Annexure XI. 15.3 Stage III Short-listing of supplier(s) based on the technical evaluation. 15.4 Stage IV Opening and normalisation of commercial offers of the short-listed supplier(s). 16. 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. 17. OPENING OF OFFERS Technical Offers will be opened at 3:00 PM on 23/08/2014 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. 18. 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 of equipment and forfeit the Earnest Money Deposit. Page 7 of 19

19. PAYMENT TERMS No advance amount will be paid to suppliers. The Bill amount would be paid by individual branches/offices after successful completion of work. 20. GUARANTEES The Fire Extinguishers supplied to the Bank should be brand new. 21. AVAILABILITY OF SPARES Spares for the product offered should be available for at least 06 years. 22.WARRANTY 22.1 The offer must include on-site warranty of one year from the date of installation for new supply of fire extinguishers. 22.2 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. 23. MAINTENANCE STANDARD EXPECTED DURING WARRANTY The supplier should ensure that the defects reported in the FIRE EXTINGUISHER supplied to the Bank 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. 24. SCOPE OF WORK 24.1 The Vendor will carry out the supply & installation of new Fire Extinguishers in the Branches / Offices of the Bank, which shall include: 1. Supply of new Fire Extinguishers strictly in accordance with new IS Code IS:15683. 2. Fire Extinguishers of old / withdrawn IS Code will not be supplied by the vendor. 3. Supply of Fire Extinguisher with all accessories. 4. Installation of Fire Extinguishers at suitable locations in Branches/ Offices. 5. Training to Staff members at the time of installation. 6. Rectification of any defect during warranty period of one year. 7. Buy Back and removal of old non required Fire Extinguishers. 24.2 The Vendor will carry out the refilling of existing Fire Extinguishers (of new IS Code as well as of old IS Code) in the Branches / Offices of the Bank, which shall include: 1. Refilling of all types of Fire extinguishers ONCE IN A YEAR. 2. Replacement of defective spare parts like Discharge Tube / Nozzle / Horn Water, Washer, Plunger etc. at the time of refilling as per approved rates. 3. Refilling / Repair of Fire Extinguishers, if required before its due date as per requirement. 4. Imparting training to staff member in respect of operation of fire Extinguishers at the time of refilling by operating the Fire Extinguisher to be refilled, if permitted by the Branch Head. 5. Refilling Charges quoted shall include refilling of gas cartridges and hydrotesting of the concerned Fire Extinguishers. 6. Hydrotesting Certificate of Fire Extinguishers will be submitted alongwith Bill / Invoice at the Branch. Page 8 of 19

7. Refilling charges will be released by individual Branch / offices after completion of the work against submission of a service report. 24.3 The Rate Contract will be valid for a period of -1- year and can be extended for further one year by the Bank at its sole discretion, after performance review. 25. ANNUAL MAINTENANCE CONTRACT 25.1 Should the Bank decide to do so, the supplier is expected to maintain the Systems (Except New and Existing systems under Warranty) including all accessories/components and software supplied for at least five years as also New & Existing systems under Warranty after the expiry of warranty period of 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 by the Regional Offices at the end of the service period at the end of every quarter 03 (three) months period from the date of the expiry of warranty, on satisfactory performance of the System and against submission of a consolidated summary of service report for all branches for the particular Region along with copies of individual service reports duly signed and stamped by concerned branches. This will be valid for Existing and old Systems not under Warranty. In case of delay in putting the system in serviceable condition by way of repair / replacement within 03 working days from the lodgment of the complaint, penalty @ 5% per system per day would be deducted from the AMC charges payable to the vendor. 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 or higher at no additional charges to the Bank during the currency of warranty period and AMC period Page 9 of 19

To (Letter to the bank on the Supplier s letterhead) Annexure I The General Manager Bank of Baroda Zonal Office, Tamil Nadu and Kerala Zone, Baroda Pride, New No.-41, Luz Church Road, Chennai-600 004 Dear Sir, Sub: Your tender notice for FIRE EXTIGUISHERS 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 Supply, Installation, and Refilling of FIRE EXTINGUISHERS as detailed in your above referred tender notice. We confirm that we have not been disqualified by any PSU Bank for supply and refilling of FIRE EXTINGUISHERS. 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 ` 5000/- (Rupees Five Thousand only) favouring Bank of Baroda and payable at Chennai, towards Earnest Money Deposit, details of the same are as under: Demand Draft/Pay Order No. : Date of Demand Draft/Pay Order : Name of Issuing Bank : Yours faithfully, Authorised Signatories (Name & Designation, seal of the firm) Page 10 of 19

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 2011-12, 2012-13 and 2013-14: (Please attach a copies of audited Balance Sheet and Profit & Loss Account) 2011-12 : 2012-13 : 2013-14 : 7. Whether registered for sales tax purposes. If so, mention number and date. Also furnish copies of sales tax clearance certificate. 8. Whether an assessee of Income Tax. If so, mention Permanent Account Number. Furnish copies of Income tax clearance certificate. 9. Is the Company/Firm a manufacturer of FIRE EXTINGUISHERS? If yes, a) Give the Name of the country where manufacturing unit is located. b) Mention the address and phone number of the company s offices: Page 11 of 19

c) Give the date of opening of Local/City Office. d) If the company is not the manufacturer of Fire Extinguishers, mention details of the original manufacturers. e) Is Manufacturer having the BIS certification? 10. Give details of the after-sales service centres in terms of technical manpower and spares provided by your company. 11. What are your main fields of activities? Mention the fields giving the annual turnover for each field. i) ii) iii) 12. Since when and how long your Company/firm has been manufacturing FIRE EXTINGUISHERS. 13. If you have been prequalified by other organization/statutory bodies, such as Banks, CPWD, PWD, etc. for FIRE EXTINGUISHERS, furnish their names, category and date of registration. 14. Furnish the names of renowned organizations, where you have installed/maintained FIRE EXTINGUISHERS in the last three years ending 31 March 2014: Name of Organisation with Address Year of Installation Value of orders (Please attach the copies of their orders) Page 12 of 19

15. Details of Technical Staff at various offices: Sr. No. Name Qualification Post Held Experience 16. List of Enclosures :- (a) Certificate of Registration / Partnership Deep (b) Certificates of Registration with Income Tax, Service Tax, EPF, ESI, VAT/TIN. (c) Audited Balance Sheet (Statements of last 3 Years). (d) Copies of Work Orders as mentioned above along with photocopies of relevant TDS Certificates and satisfactory Completion Certificates. (e) Copies of Income Tax Returns / Assessment Orders for the last 3 Years. (f) BIS Certification (g) Dealership Certificate, if applicable. (h) 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 19

Annexure III TECHNICAL SPECIFICATIONS Sl Technical Specification Make Compliance (Yes / No) 1. CO2 Fire Extinguisher (Wheel type) 4.5 kg (IS:15683) (Minmax,Kanex,Omex, Safex, Life Guard) 2. ABC Fire Extinguisher (Stored Pressure type) 4.0 kg (IS:15683) (Minmax,Kanex,Omex, Safex, Life Guard) 3. Automatic Modular Type ABC Fire Extinguisher 5.0 kg (Minmax,Kanex,Omex, Safex, Life Guard) Place : Date : SIGNATURE NAME & DESIGNATION SEAL OF ORGANISATION Page 14 of 19

NOTE: UNPRICED VERSION OF BILL OF MATERIAL Annexure IV 1. Prices are not to be furnished in this Annexure. 2. Make of Product offered should be mentioned 3. Supplier should only confirm in the respective columns that the total cost in rupees, in figures and in words, has been quoted in the Bill of Material and Price Schedule in Commercial Offer at Annexure - VI. A) New Supply & Installation of Fire Extinguishers Sr. DESCRIPTION MAKE Total Cost for new No. supply (`) in figures given in Commercial Offer 1. CO2 Fire Extinguisher (Wheel type) 4.5 kg (IS:15683) YES / NO 2. ABC Fire Extinguisher (Stored Pressure type) 4.0 kg (IS:15683) YES / NO 3. Automatic Modular Type ABC Fire Extinguisher 5.0 kg YES / NO B) Refilling and AMC of Fire Extinguishers Sr. DESCRIPTION No. Total cost for Refilling (`) in figure given in Commercial Offer 1 Water Fire Extinguisher (Cartridge Type) 9 ltr YES / NO 2 CO2 Fire Extinguisher (Wheel type) 2.0 kg YES / NO 3 CO2 Fire Extinguisher (Wheel type) 4.5 kg YES / NO 4 CO2 Fire Extinguisher (Trolley Mounted) 6.5/6.8 kg YES / NO 5 CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg YES / NO 6 ABC Fire Extinguisher (Stored Pressure type) 2.0 kg YES / NO 7 ABC Fire Extinguisher (Stored Pressure type) 4.0 kg YES / NO 8 ABC Fire Extinguisher (Stored Pressure type) 5.0 kg YES / NO 9 DCP Fire Extinguisher (Cartridge Type) 5.0 kg YES / NO 10 DCP Fire Extinguisher (Cartridge Type) 10.0 kg YES / NO 11 Automatic Modular Type ABC Fire Extinguisher 5.0 kg YES / NO Note: Please read the notes carefully furnished in the Bill of Material and Price Schedule (Commercial Offer) Place : Date : SIGNATURE NAME & DESIGNATION SEAL OF ORGANISATION Page 15 of 19

Reference Site Details Annexure V (1) Name of the company Address of the company Name, designation of contact person with telephone No. and e-mail id Details of FIRE EXTINGUISHERS supplied in last 3 years (Ref. No., date of order and quantity) Name: Designation: Landline No.: Cell No.: E-mail id: (2) Name of the company Address of the company Name, designation of contact person with telephone No. and e-mail id Details of FIRE EXTINGUISHERS supplied in last 3 years (Ref. No., date of order and quantity) Name: Designation: Landline No.: Cell No.: E-mail id: (3) Name of the company Address of the company Name, designation of contact person with telephone No. and e-mail id Details of FIRE EXTINGUISHERS supplied in last 3 years (Ref. No., date of order and quantity) Name: Designation: Landline No.: Cell No.: E-mail id: AUTHORISED SIGNATORY Page 16 of 19

COMMERCIAL OFFER BILL OF MATERIAL AND PRICE SCHEDULE Annexure VI Sr. No. (A) Bill of Quantity-Price Bid: New Supply & Installation of Fire Extinguishers DESCRIPTION MAKE Qty (Nos.) Rate for New Supply Installation (`) 1. CO2 Fire Extinguisher (Wheel type) 4.5 kg (IS:15683) 2. ABC Fire Extinguisher (Stored Pressure type) 4.0 kg (IS:15683) 3. Automatic Modular Type ABC Fire Extinguisher 5.0 kg 4. SUB-TOTAL for New Supply & Installation (Should be Inclusive of installation materials like hooks, screws etc) Sr. No. (B) Bill of Quantity-Price Bid: Refilling of existing Fire Extinguishers (of new IS Code as well as of old IS Code) DESCRIPTION MAKE Qty (Nos.) Rate for Refilling (`) 1 Water Fire Extinguisher (Cartridge Type) 9 ltr 2 CO2 Fire Extinguisher (Wheel type) 2.0 kg 3 CO2 Fire Extinguisher (Wheel type) 4.5 kg 4 CO2 Fire Extinguisher (Trolley Mounted) 6.5/6.8 kg 5 CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg 6 ABC Fire Extinguisher (Stored Pressure type) 2.0 kg 7 ABC Fire Extinguisher (Stored Pressure type) 4.0 kg 8 ABC Fire Extinguisher (Stored Pressure type) 5.0 kg 9 DCP Fire Extinguisher (Cartridge Type) 5.0 kg 10 DCP Fire Extinguisher (Cartridge Type) 10.0 kg 11 Automatic Modular Type ABC Fire Extinguisher 5.0 kg 12 SUB-TOTAL for Refilling Place : SIGNATURE NAME & DESIGNATION SEAL OF ORGANISATION Page 17 of 19

Sr. No. Date : (C) Bill of Quantity-Price Bid: ANNUAL MAINTENANCE CONTRACT* DESCRIPTION Qty Nos. Rate for AMC (`) (Per visit) 1 Water Fire Extinguisher (Cartridge Type) 9 ltr 2 CO2 Fire Extinguisher (Wheel type) 2.0 kg 3 CO2 Fire Extinguisher (Wheel type) 4.5 kg 4 CO2 Fire Extinguisher (Trolley Mounted) 6.5/6.8 kg 5 CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg 6 ABC Fire Extinguisher (Stored Pressure type) 2.0 kg 7 ABC Fire Extinguisher (Stored Pressure type) 4.0 kg 8 ABC Fire Extinguisher (Stored Pressure type) 5.0 kg 9 DCP Fire Extinguisher (Cartridge Type) 5.0 kg 10 DCP Fire Extinguisher (Cartridge Type) 10.0 kg 11 Automatic Modular Type ABC Fire Extinguisher 5.0 kg 12 SUB-TOTAL for Refilling * Three four monthly mandatory service visits GRAND TOTAL FOR SL. NO. A(4), SL. NO. B(12) and SL. NO. C(12) ABOVE: ` (Rupees only). Place : Date : SIGNATURE NAME & DESIGNATION SEAL OF ORGANISATION Page 18 of 19

Rates for spares (not to be considered for deciding the lowest quotation) Sr. No. Description Rate (`) (in Figures) Rate (`) (in Words) CO2 Fire Extinguishers 1.1 Discharge Horn with Bend for 2.0 kg 1.2 Discharge Horn with Bend for 4.5 kg 1.3 Discharge Horn for 6.8 kg /9.0 kg 1.4 Discharge Tube for 6.8 kg /9.0 kg 1.5 Valve Assembly DCP Extinguishers 2.1 Discharge Nozzle for DCP Extinguisher 2.2 Discharge Hose for DCP Extinguisher Others 3.1 Cap Assembly for Water- CO2 Fire Extinguishers 3.2 Stand for Fire Extinguishers 3.3 Pressure Gauge 3.4 Total flooding System (Two 25 Kg cylinder Co2 Type-) 3.5 Buy Back of old Fire Extinguisher Note: 1. The cost of New Supply & Installation, Refilling and AMC charges 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. 4. The price quoted above shall be inclusive of all transport charges, labour costs, taxes, duties, and levies. Place : Date : SIGNATURE NAME & DESIGNATION SEAL OF ORGANISATION Page 19 of 19