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

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

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

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

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

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

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

NATIONAL BANKING GROUP WEST-1

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

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

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

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

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

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

Date of Start and downloading the tender 12 sep 2018

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

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

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

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

e - TENDER FOR BID DOCUMENT

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

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

Ravi Malik General Manager

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

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

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

NOTICE INVITING TENDER

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

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

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

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

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


INDUSTRIAL EXTENSION BUREAU

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

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

Notice for Empanelment of Vendors.

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

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

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

Department of Biochemistry University of Lucknow Lucknow

EMPANELMENT DOCUMENT NOTICE FOR EMPANELMENT OF SUPPLIERS AND SERVICE PROVIDERS.

Relationship beyond banking

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

EE/ / To, Dear Sir,

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

PRE-QUALIFICATION OF FIRE SAFETY AUDITORS

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

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

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

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

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

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

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

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

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

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

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

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Application for Registration of Fire Protection Consultant on Record

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

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

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

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

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

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

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

TENDER NOTICE FOR. Page 1 of 30

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

NOTICE TO CONTRACTORS

CONTRACT FOR USE OF FIRE PROTECTION SYSTEM

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

cbever LY) \HILLS/ AGENDA REPORT

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

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

DEPARTMENT OF FIRE & EMERGENCY SERVICES DNH.

Brewer Park Community Garden Constitution

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

TENDER DOCUMENT FOR SUPPLY OF EPOXY MIXING & POURING PLANT

Majis Industrial Services SAOC TENDER NO. MISCP/09/2014

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

DISTRICT OF PORT HARDY BYLAW A BYLAW TO ESTABLISH AND REGULATE THE DISTRICT OF PORT HARDY FIRE DEPARTMENT

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

DEPARTMENT OF AGRICULTURE, FORESTRY AND FISHERIES REGULATIONS REGARDING CONTROL OF THE EXPORT OF FRESH CUT FLOWERS AND FRESH ORNAMENTAL FOLIAGE

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

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

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

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI

Sec False alarms.

Material Description Quantity UOM

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

Calling for Quotations

\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

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

Transcription:

TENDER DOCUMENT FOR NON-COMPREHENSIVE AMC OF FIRE DETECTION, FIRE HYDRANT & SPRINKLER, FIRE EXTINGUISHER AND PA SYSTEM FOR D-3 BUILDING, NERUL OFFICER S COLONY AT HEAD OFFICE,SECURITY DEPARTMENT, GROUND FLOOR, STAR HOUSE, C-5, G BLOCK, BANDRA KURLA COMPLEX, BANDRA (EAST), MUMBAI-400051 PHONE- 022/66684444, 66684413 Website: www.bankofindia.co.in

INVITATION FOR TENDER OF NON-COMPRHENSIVE AMC OF FIRE DETECTION, FIRE HYDRANT & SPRINKLER SYSTEM, FIRE EXTINGUISHER AND PA SYSTEM FOR D-3 BUILDING AT NERUL Bank of India invites Sealed Tender from eligible vendor/firm/company/contractor for non- comprehensive AMC of Fire Detection, Fire hydrant & Sprinkler System, Fire Extinguisher and PA system for D-3 Building- a. Interested eligible Bidders may obtain tender document from our office Security Department, Ground Floor, Star House, C-5 G Block, Bandra Kurla Complex, Bandra (East), Mumbai- 400051 from 03.11.2016 to 28.11.2016 (except Sundays & holidays) during working hours between 10:00 AM to 05:00 PM (10:00 AM to 01:30 PM on Saturdays)on submission of written application to the above and upon payment of a non-refundable fee of Rs 1000/- in the form of a Demand Draft/Banker s cheque in favour of Bank of India, payable at Mumbai. The Bidding Document may also be obtained from our website - www.bankofindia.com. The Price of Bidding Document (non-refundable) (Rs. 1000/-) shall be payable in the form of DD/Banker s Cheque in favour of Bank of India payable at Mumbai, at the time of submission of bid document. No forms downloaded through website would be accepted/considered valid without the payment of the price of Bidding Document. Document must be enclosed in a separate envelope. Part I to be filled & enclose with technical bid and Part II to be filled & enclose with financial bid. b. Price of Bidding Document Rs.1000/- Date of commencement of sale 03.11.2016 of tender document Last Date for sale of Bidding Document Last Date and Time for receipts of tender/bid 28.11.2016 till 1700hrs 29.11.2016 till 1500hrs Address of Communication The Assistant General Manager, Security Department, Ground Floor, Star House, C-5 G Block, Bandra Kurla Complex, Bandra (East), Mumbai- 400051 Contact Person 1. Capt. V. Minhas Chief Manager (Security) Ph-022/66684414 2. Birendra Kumar Sr. Manager (Fire Safety) Ph-022/66684436, Mob-9619334702

Date of opening of Bids/Tender 29.11.2016 at 1530hrs Earnest Money Deposit ( EMD) Rs. 20,000/- AMC Period Three Years 3. The Bid has to be accompanied by an Earnest Money Deposit (EMD) of Rs. 20,000/- (Twenty Thousand only) for non-comprehensive AMC of Fire Detection System, Fire Hydrant & Sprinkler System, Fire Extinguisher and PA system in the form of a demand draft or payslip in favour of Bank of India, Payable at Mumbai. Such Draft/ payslip should be in separate third cover marked as EARNEST MONEY DEPOSIT. 4. The bids/proposal shall remain valid for 90 days from the last date of submission of the bids. 5. Bank of India reserves the right to accept or reject in part or full any or all the offers without assigning any reasons therefor. (Capt. Rakesh Patney) AGM & CSO (Security)

Instructions for Bidders 1. Sealed and completed bids shall be submitted at our office Security Department, Ground Floor, Star House,C-5 G Block, Bandra Kurla Complex, Bandra (E), Mumbai-400051 and super scribed Tender for Fire Detection System, Fire Hydrant & Sprinkler System, Fire Extinguisher and PA System for said building sent to us at the address of owners not later than 1500hrs on 29.11.2016. Tender should clearly indicate on copy of the tender under their full signature the Name of Work, for which quoted. 2. No tenders will be received after 1500hrs on 29.11.2016 under any circumstances. 3. Technical Bids will be opened at 1530hrs on 29.11.2016 in the presence of tender committee and the bidders or their representative. 4. Tenders shall remain open to acceptance by the Bank for a period of 90 days from the date of opening of the price bid and the tenderer shall not cancel or withdraw the tender during this period. In case the tenderer withdraws their tender prior to the expiry of 90 days then the contractor shall be treated as the defaulter and the earnest money deposit will be forfeited. 5. The tender document is non-transferable. 6. Rates should be quoted both in figures and words in columns specified. All erasures and alterations made while filling the tender must be attested by initials of the tenderers. Overwriting of figures is not permitted; failure to comply with either of these conditions will render the tender void at the authority s option. In case of any discrepancy in the amount of the item the corresponding rate quoted will prevail & amount will be concluded accordingly. 7. Each of documents should be signed by the contractors submitting the tender in token of his/their having acquainted himself/themselves with the general conditions of contract, specifications, special conditions etc. as laid down. Any tender with any of the documents not signed will be rejected. 8. The tender submitted on behalf of a firm shall be signed by all the partners of the firm or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Otherwise the tender may be rejected by the authorities. 9. The Bank will have a right to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so.

Qualification requirement of the Bidder: The bidder/vendor/contractor/firm/companies, who fulfill the following qualification criteria- i. The bidder should have an office in Mumbai Or Navi Mumbai Or Thane. ii. The bidder should have minimum 03(Three) year experience in the field of captioned work. iii. The contractor should be an income tax assesse and should have filed income tax return for the last three assessment year. iv. The average financial turnover during the last three years ending as on 31 st March 2016 should be at least Rs. 20 (twenty) Lakh per year. v. The bidder/firm must have minimum 03(Three) year experience of Maintenance/Installation of Fire Detection System and Fire Hydrant & Sprinkler system in Govt./PSU/Nationalized banks/private firms. The company should have executed at least three (3) works of an amount Rs. 20 Lakh each (for installation) Or 03 (three) works of an amount Rs. 4 Lakh (for maintenance) in Mumbai/Navi Mumbai/Thane. vi. The bidder could be a sole proprietary concern/partnership firm or a company and should be registered of Firms/Companies wherever applicable. vi. The company/ firm/bidder should have valid sale tax no., P.F registration, ESI registration etc. whichever is applicable. vii. The company should have latest license from Maharashtra Fire Service.

Submission of bid:- The offers must be submitted in separate sealed covers as under:- Technical Bid:- a. Technical Bid as per Form-1 b. Technical bid containing all detailed which have asked by us and signed all tender document (Form-1) as a acceptance of technical parameter c. Demand Draft/Pay slip of Rs. 20,000/- as a EMD (Earnest Money Deposit) in favour of Bank Of India payable at Mumbai. d. Demand draft/pay order of Rs. 1,000/- as a Tender cost, in case the tender download from our website or pay receipt if tender document was collected from our office. Commercial Bid:- Commercial bid have only the price bid quoted by vendor in prescribed format (annexure-ii) only. No other format will be accepted by the Bank. The prices/offer shall be valid for 90 days only. Scope of Work The work consists of the proposed monthly maintenance work of Fire Detection, Fire Hydrant & Sprinkler System, Fire Extinguisher and PA System and for said buildings. In accordance for the work all equipment, tools, manpower etc. will be provided by the vendor. a. The contractor shall strictly comply all terms and conditions of the tender document. b. The Engineer/Technician of contractor/vendor shall visit monthly on said building and perform service/maintenance work of Fire Detection, Fire Hydrant & Sprinkler, Fire Extinguisher and PA system as per prescribed detail. c. The maximum response time for a maintenance/breakdown complaint shall not exceed 04 (four) hours in working days and 06 (Six) hours for non-working days. The contractor must be ready to provide round the clock emergency services at a short notice. d. The Contractor/Vendor shall be responsible for any injuries to the work or workmen, to persons, animals or things and for all damages to the structural and / or decorative part of property which may arise from the maintenance/servicing of fire hydrant & sprinkler system of said buildings. e. The contractor/vendor shall submit monthly maintenance/service report with all details to concern Bank staff/department and it will be verified/ signed by authorize Bank s staff/person. f. Payment of Annual Maintenance Contract shall be made by the Bank on quarterly basis against service certificate and invoice. g. The contractor/vendor shall maintain the data sheet of the equipment (Annexure-I) of Fire Detection, Fire Hydrant & Sprinkler system, Fire Extinguisher and PA system.

General Terms and Conditions- a. The successful bidder shall have to deposit/bank Guarantee of sum of Rs. 20,000/- (Twenty thousand) as Security Deposit for Performance Guarantee (refundable after the expiring of the contract) which, in the event of not carrying out the contracted services, as per terms and condition of the tender, shall be forfeited. b. The rates quoted for carrying out Annual Maintenance Contract must be inclusive of all the charges i.e. Transportation, Technicians, Fee, TA, Service Tax and any other expenses. c. Rates quoted shall be binding for three years from the date of awarding of the contract and no increase whatsoever will be considered. d. The L1 will be decided on basis of financial bid only. The Bank will not be bounded to accept the spare part rate as quoted by vendor. e. If service/maintenance work will found unsatisfactory during AMC period then there will penalty of Rs. 10,000/- and agreement may be terminated by giving 15 days prior notice to the vendor/contractor. f. The non-comprehensive AMC of Fire Detection, Fire Hydrant & Sprinkler System, Fire Extinguisher and PA system will be 03(three) years. It will be reviewed on every year and in case of unsatisfactory performance, the AMC agreement may be terminated during the period after giving 15 days notice

ARTICLES OF AGREEMENT ARTICLES OF AGREEMENT made this day of Two Thousand Fifteen between the Bank of India, a body corporate Constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act 1970 and having its office at <Address> (hereinafter referred to as the Owner or The Bank which expression shall include its successor or successors and assigns) of the ONE PART through the authorized officer Shri. (Designation) AND M/s., having its registered office at, (hereinafter referred to as the CONTRACTOR ) of the OTHER PART. WHEREAS the Owner is desirous of taking up (hereinafter called the Works ). AND WHEREAS the Bank has issued work order for non-comprehensive AMC of Fire Detection, Fire Hydrant & Sprinkler, Fire Extinguisher and PA System for D-3 building, Nerul Complex Navi Mumbai. AND WHEREAS the tender of the Contractor for the above work for said buildings under jurisdiction of Head Office Bank Of India has been approved by the Bank. WHEREAS THE Contractor has deposited/bank Guarantee with the Bank Rs. 20,000/- as a security deposit for the due performance of the Agreement. NOW IT IS HEREBY AGREED AS FOLLOWS: 1) In consideration of the payments to be made to the contractor as hereinafter provided the contractor shall upon and subject to the said conditions execute and complete the works shown upon the said terms and conditions with All the Due Care and Attention. 2) The Owner will pay to the contractor on item rate basis, the sum of Rs. (Rupees Lakhs Thousand Hundred and only) (hereinafter called the contract amount and

in the manner specified in the said conditions. However, the actual sum will be worked out and paid on the actual value of work done, irrespective of the contract sum. 3) The scheme of the ----------------------------------- works, agreement and documents above mentioned shall form the basis of this contract and all disputes to be decided in the manner prescribed in the conditions attached hereto. 4) The contractor shall be responsible for all injuries to the work or workmen, to persons, animals or things and for all damages to the structural and/or decorative part of property, which may arise due the project execution. The bank will not responsible or will not entrainment any such type of claims or reimbursement, if any such case arise during the project. 5) The Bank have a right to invoke a penalty of Rs. 10,000/- of the work order value against unsatisfactory performance and may terminate the contract during the AMC period by giving 15 (fifteen) days prior notice to the vendor. 6) The said conditions shall be read and be treated as forming part of this agreement and the parties hereto will respectively be bound hereby and to abide by and submit themselves to the conditions and stipulations and perform the same on their parts to be respectively observed and preferred. 7) The vendor shall submit bank guarantee/deposit of Rs. 20,000/- (Twenty thousand) as a performance certificate or security deposit to the Bank 10) Any dispute arising under this Agreement shall be referred to the arbitration to a sole arbitrator appointed with consent of the Owner and the Contractor as indicated in the Article of General Conditions. The award of the arbitration shall be final and binding on both parties. IN WITNESS WHEREOF, the parties hereto have executed these presents the day and year first hereinabove written. WITNESS EXECUTANTS 1) 2) 1) OWNER 3) 4) 2) CONTRACTOR In case of the company, the common seal be affixed pursuant to resolution of Board of Directors in accordance with Articles of Association of the Company the directors etc., as the case may be affixing common seal may initial in token thereof and also by putting their names.

TECHNICAL BID Form I (To be filled) Basic Information Sr. Particulars Details Name of the Company/Firm/Applicant and address of the registered office:- Phone No:- Fax No:- 01 E-mail:- Mobile No:- Website, if any:- 02 Date and year of establishment (enclose documentary evidence) 03 Type of the organization (whether sole proprietorship, partnership, private ltd. or Co-operative body etc.) 04 Name of the proprietor/partners/directors of application with address and phone no. (in case) a. b. c. 05 Details of registration- whether partnership firm, company etc. Name of registering authority, Date and Registration number. (enclose documentary evidence) 06 Whether the firm has worked for the Government/Semi-government/Municipal Authorities or any other public organization Banks etc. if so, give details.(enclose documentary evidence) 07 No. of years of experience and work orders in the relevant field. (enclose certificate) 08 Address of office and technical staff who will carry out the service/maintenance work. 09 Adequate and satisfactory evidence to indicate financial capacity of the applicant to undertake the said works with names of bankers and their full addresses. (solvency certificate from a bank & income tax clearance certificate has to be attached)

10 Yearly turnover of the organization during last three years(year wise)- as certified by the chartered accounted (enclose copy of balance sheet of last 03 years) 12 Whether contractor/vendor is having valid license by Maharashtra Fire Services. ( enclose certificate) 13 Income tax no:- Rs. for 2013-14 Rs. for 2014-15 Rs. for 2015-16 Permanent A/c no; (enclose documentary evidence) 14 Details of staff member who will execute the project ( may attach separate sheet) Sr. Name of the project/work and employer Nature of work Work order No. & date Present stage of work Value contract (Rs.) of Brief details of the dispute (if any) (Signature of Bidder with seal of Firm)

Details of Fire Detection, Fire Hydrant & Sprinkler, Fire Extinguisher and PA System- Annexure I A. Fire Detection System Sr. Detail Nos. Make 1 Addressable Fire Alarm Panel 02 Honeywell (1 Panel-04 Loop, 1 panel- 02 loop) 3 Addressable Photo thermal multi sensor 129 Honeywell 4 Addressable Manual Call Point 36 Honeywell 5 Addressable Electronic Hooter 36 Honeywell 6 Response Indicator 54 Agni B. Fire Hydrant & Sprinkler System Sr. Details Nos. Make 1 Jockey Fire pump 01 Kirlosker 2 Main Fire Pump (Hydrant & Sprinkler) 02 Kirlosker 3 Diesel Engine Fire Pump 01 Kirlosker 4 Booster Pump 01 Kirlosker 5 Electric panels 02 Vividh 6 Sluice Valve (in Pump room) 01 7 Branch Pipe 24 8 Non Return Valve 07 9 Wet Alarm Valve 01 Zolato 10 Air release Valve 02 11 Pressure gauge 07 12 Hose reel with fittings 18 Minimax 13 Delivery Hose 30 14 Fire Service inlet 01 15 Fire Brigade inlet 01 16 Fire Hose box 30 17 Pressure Switch 05 18 Butterfly valve As per actual C. PA System- Sr. Details Nos. Make 1 Speakers 75 Bosch

2 Amplifier 01 Bosch 3 Keypad 01 Bosch D. Fire Extinguishers- Sr. Details Nos. Make 1 ABC Type 18 2 DCP Type 4 3 CO2 Type 4 (Note:- Details of items are tentative, there may be some variations in actual installations. All equipment pertaining to the system shall come under vendor s scope. Bidder may take a visit to the premises before quoting after obtaining permission by us.) Work Schedule- Fire Detection System- a. Checking and functioning of fire detection system with all items. b. Testing of each fire loop for proper functioning. c. Removing of all faults (if any) like earth fault, open circuit, fire fault, low battery etc. d. Checking and Testing of Fire Detector, MCP, Fire Hooters etc. e. Check event history of fire panel and analysis the reason for rectification. f. Cleaning of all fire detectors on half yearly basis. g. All maintenance work should comply IS 2189:1999 Fire Hydrant & Sprinkler System- a. Checking and operating of all Fire Pumps, electric panels. Check noise, vibration and temperature of pumps b. Checking, Oiling and Servicing of all fire hydrant outlets, sluice valves, butterfly valves, air release valve and alarm valves, fire hoses, fire hose box, Hose reels, pressure gauge, pressure switch, alarm gauge etc.. c. Replacing of gasket & Washer ( if leakage/faulty are noticed) d. Checking of batteries, fan belt, temperature gauge, Fuel gauge etc. of diesel generator fire pump. e. Polishing of all gun metals items like hydrant outlet, branch pipe on quarterly basis. f. Recalibration of all measuring instrument like pressure switch, pressure gauge etc. and greasing of pump shaft and sluice valve/butterfly valve on quarterly basis. g. Full running discharge test of fire hydrant & sprinkler system (At least 10 minute) h. Testing of sprinkler bulb, earthing system, NRV, Foot Valves, Oil Filter, air Filter, engine oil etc. on yearly basis. i. All maintenance work should be done as per BIS 3844/1989 and 15105/2002 Fire Extinguisher- a. Visual checking and cleaning of all fire extinguishers including vent hole, port hole, nozzle etc.

b. Maintenance and refilling of fire extinguisher shall comply BIS 2190:2010. c. The refilling periodicity of fire extinguisher shall be 2 years for DCP/ABC and Water CO2 type fire extinguisher and 5 years for CO2 fire extinguisher d. Hydraulic testing of fire extinguisher shall be taken before refilling of fire extinguishers. PA System- a. Checking and testing of amplifier, main controller, speakers, key pads etc. b. Checking of quality of announcement on all floors. Notea. Replacement of all minor parts and spare such as gasket, oil grease & gland packing, polish paper, distill water for battery terminals, cotton cloth and all types of washers of valves & pipe but other than major assemblies, are to be done at no extra cost as and when required. b. The Annual Maintenance contract will include conducting training program for Bank s personnel regarding the operation of the system during the routine monthly visit at no extra cost. c. A service logbook shall be maintained by the -vendor wherein all the data related to the visits and services provided would be entered. d. Any breakdown shall be attended within 06(six) hours in working days and 12(twelve) hours on Sunday and holidays.

Tender Document For Financial Bid of Non- Comprehensive AMC of Fire Detection, Fire Hydrant & Sprinkler, Fire Extinguishers and PA System at D-3 Building, Nerul Complex, Navi Mumbai FINANCIAL BID Tender Issued to- Annexure-II Sr Building Job Year Amount 01 D-3 Non-comprehensive AMC of First Year Building, Fire Detection, Fire Hydrant & 2 nd Year Nerul Sprinkler system, Fire 3 rd Year Extinguisher and PA System for D-3 building at Nerul Complex Grand Total Note:- Cost inclusion of manpower, labor cost & handling of maintenance equipment and all taxes such as VAT, work contract tax, service tax, sales tax, Govt. taxes, Octrai, Transportation etc. (Signature of Bidder with Company s Seal Name of Bidder/Company/Firm Address of Bidder/Company/Firm