Relationship beyond banking Zonal office, Agra Zone Jeevan Prakash, 1st. Floor, LIC Building, Sanjay Place, Agra 282 002 Phone : 0562-2521642 Email: Agra.God@bankofindia.co.in COST OF TENDER : Rs. 500/- TENDER NOTICE Bank of India, Agra Zone proposes to purchase following Security Equipments as per specifications mentioned in the Annexures for supplying to branches. Accordingly, Financial Bids are invited from Bank s empaneled vendors for supply of following items of Security Equipment:- a. Cash Safe 1340 mm (Size) internal Volume 336 ltre (min); Class A/AA b. Strong room Door Class B/A/AA c. Fire Resistant Filing Cabinet 4 Drawer (2Hr Rating) (Please note that the above items are to be supplied with BIS label. Only for the equipment where BIS Licences are not yet issued to any Manufacturer, the equipment conforming to as per IS Standard will be considered.) 2. Sealed Financial Bids for above items are invited from Original Security Equipment Manufactures WHO ARE EMPANELED BY OUR HEAD OFFICE having their service centre at Agra, Farrukhabad, Kannauj, Mainpuri, Firozabad, Etah, Etawah, Hathras & Mathura. 3. The interested parties are requested to send their tenders address to The Zonal Manager, Agra Zone. and marked as Financial Bids for Supply of Security Equipments in sealed covers together with relevant catalogues / product brochure and copies of BIS / CBRI certification as applicable giving complete specifications of the products and the same should be submitted to Chief Manager, CSD, Agra Zone, by 2.00 PM on 07.07.2015. Tender fee of Rs. 500/- in form of Pay order / Demand Draft in favour of BANK OF INDIA, must be accompanied with the bid. Tenders will be opened on the same day at 5.00 PM. The interested parties can remain present during tender opening process. 4. The price quoted shall be inclusive of all Taxes / Transportation / Unloading and installation charges. The rates quoted will be valid till 31.03.2016 and no upward revision will be allowed during this period. The vendor selected after following the tendering procedure shall be bound to provide these Equipments at the same rates whenever the requirement arises at any branch in the Zone during this period. The terms of supply must contain details like delivery period, warranty, payment etc. 5. The Bank reserves the right to reject any or all the tenders and accept the lowest and award the order of various security equipment to any tenderer without assigning any reason whatsoever. Deputy Zonal Manager
FINANCIAL BID ------------------------------------------ (Name of the Vendors We quote the rates for supply of Security Equipment as under: Name of Security Equipment Cash Safe 1340 mm (Size) internal Volume 336 ltre (min) Class A Cash Safe 1340 mm (Size) internal Volume 336 ltre (min) Class AA Rate (per) Unit Discount, if any Taxes Any other Charges Total Cost (in Rs.) Strong room Door Class B Air Vent. for Strong Room Exhaust Fan for Strong room V-Cage for Strong Room Fire Resistant Filing Cabinet 4 Drawer (2Hr Rating) Date Signatures of Authorised Signatory of the firm
TERMS AND CONDITIONS 1. All Security products will be supplied with BIS label on it, with complete details as engraved by BIS; 2. The vendor agrees for random testing of their product bought by the bank at the current BIS test house. 3. The vendor should have valid BIS licence for the product/s supplied. Copy of the licence to be enclosed. 4. The vendor shall make own arrangement for transportation & delivery of the Equipment upto the given location branch/office. 5. In case of any damage to the above items before handing over the equipment, the equipment is to be replaced or made good at the supplier expenses to the entire satisfaction of the Bank. In case of delay in rectification of defect, the bank shall be free to appoint another agency to get the job done at vendor s risk & cost. 6. At any point of time if it is observed that security product supplied by the vendor do not meet the standards of BIS or is sub-standard, bank will be at liberty to blacklist the vendor from supplying any product to the bank in future 7. The payment of the bill/s will be made by our Zonal Office, after satisfactory receipt of the goods. 8. The amount to be quoted in figures as well as in words. In case there is any variance in these two rates, the amount written in words shall be taken as final; 9. All alterations in the tender should be initialed by the authorized signatory. Over-writing may invite disqualification of the tender. 10. The rate quoted shall remain valid for a period upto 31.03.2016. No escalation in the rates will be allowed under any circumstances. 11. In case of any dispute, the matter will be referred to the Zonal Manager, Bank of India. For litigation, if any arising thereof, the competent court (local) alone shall have jurisdiction. 12. Bank reserves the right to accept or reject any or all tender/s without assigning any reasons whatsoever and the said decision shall be final and binding upon the bidder/s. Deputy Zonal Manager
APPENDIX A HEAD OFFICE - SECURITY DEPARTMENT SPECIFICATIONS OF VARIOUS SECURITY ITEMS 1. Cash Safes Minimum Requirement IS-550 No. of Key Locks on door- 02, No. of Shooting bolts on either side-04 (Single piece bolt of equivalent shear area of slidingfixed nature is also permissible subject to 2/3 of height engagement in the body) Minimum Weight 300kg; Lock shall have minimum 8 levers; Safe size 1340mm* Internal Volume - 336 ltr (min) Class AA Cash Safe TRTL-60 Class A Cash Safe TRTL-30 * Commonly referred as 61 (1340mm) and 49 (1030mm). Tolerance + 30 for size and -7.5% for Volume 2. Strong Room Doors IS-11188 B Class A Class AA Class TRTL -30, FR-30 TRTL -60, FR-30 TRTL-120, FR-30 3 Ventilator(Cl A& AA) Exhaust Fan & Cage 14387:2005 12 & 18 4. Fire Resistant Filing IS-14561:2007 Cabinets 4 Drawers Cabinet Height-1600mm Width 550mm Depth 825mm 2 Hour Resistance
APPENDIX B TENDER SPECIFICATIONS CLASS A SAFE (TRTL 30) 1. Safe dimensions & specifications shall be as per IS 550 (Part 1):2003 2. The safe shall be marked with IS 550 listing mark as per BIS Rules. 3. The manufacturers at any given point should be in a position to produce the latest BIS certificate for the safe offered and quoted. 4. All the surfaces of safe before painting shall be thoroughly degreased and cleaned of rust and scale preferably by sand blasting or by normal pickling process and treated chemically to prevent from rusting. 5. Safe shall be painted inside and outside with an Anti-corrosive primer followed by two undercoats of paints and finally painted with quick drying paint. 6. The outer and inner body of the safe should be made of Mild steel conforming to IS 2062:2008 and the total thickness shall be minimum 7 mm thick out of which the outer body plate should be of 5 mm thick. 7. The safe should have a two step lock case construction and in the closed position the gap at any place between the door edge and the frame shall not exceed 1 mm and in locked position it shall not have a play of more than 1mm in the direction in which the door opens. 8. The thickness of door over the Bolt work should be 83 mm min. 9. Lock should be secured with Drill deflecting shield with Automatic relocking device. 10. The Safes (41 and above_ should have 4 way movable shooting bolts. No passive inactive bolts will be used. QUALIFYING CRITERIA : Tenderer should fulfill the following qualifying criteria. They shall submit copies of documents to substantiate their qualifications along with technical and commercial bids failing which their tenders are liable to be rejected. Only manufacturers of Safes are eligible to submit tenders. The manufacturer of the safes should have current BIS license to manufacture and supply the model of the safe offered. The Tenderer should have a Registered Office and Distribution set up. The Tenderer should have well established and efficient service network at all major cities or near the places where the safes are to be supplied. The Tenderer shall furnish ST/VAT Registration numbers. The Tenderer should be an original equipment manufacturer of locks. The lock making process should be computerized. The Tenderer should be a total security solutions provider, with capability of offering Banking Security products such as Safes, Strong Room Doors and Safe Deposit Locker cabinets.
APPENDIX C TENDER SPECIFICATION CLASS B STRONG ROOM DOOR MAIN DOOR The main door should be in accordance with IS 11188:1991 (Part I) for general specification in addition to the following : 1.Main Door : The main door shall consist of outer and inner mild steel plates conforming to IS 2062:1992 for plates upt 15 mm thick strongly rimmed and continuously welded to form a single structure and tightly enclosing a monolithic one piece solid slab of high speed drill rersiting and oxy acetylene torch resisting material that is at lease 50 mm thick. 2. Door Frame: The door frame should be one piece with a minimum thickness of 10 mm. 3. Thickness in door over locks: Should be of minimum 100 mm thickness. 4. Locks : The door should have a minimum of 2 high precision 8 lever dual control locks. 5. Protection to lock and relocker: Should be minimum 10 mm thick above the other barriers. 6. Lock Case: Should be minimum 2 step case construction covering entire jamb area. 7. Bolt Work: The bolt work should be mounted on a secure base transmitting motion to shooting bolts on both the sides. 8. Automatic Relocking Device: Automatic relocking device should be fitted on the door which comes into operation if the lock is dislodged with explosives or other means. 9. Grill Gate: Grill Gate is to be hinged such that it opens inside and an unpickable dual control lock capable of operating from both sides is to be provided. QUALIFYING CRITERIA : Tenderer should fulfill the following qualifying criteria. They shall submit copies of documents to substantiate their qualifications along with technical and commercial bids failing which their tenders are liable to be rejected. 1. Only manufacturers of Safes are eligible to submit tenders. 2. The manufacturer of the safes should have current BIS license to manufacture and supply the model of the safe offered. 3. The Tenderer should have a Registered Office and Distribution set up. 4. The Tenderer should have well established and efficient service network at all major cities or near the places where the safes are to be supplied. 5. The Tenderer shall furnish ST/VAT Registration numbers. 6. The Tenderer should be an original equipment manufacturer of locks. The lock making process should be computerized. 7. The Tenderer should be a total security solutions provider, with capability of offering Banking Security products such as Safes, Strong Room Doors and Safe Deposit Locker cabinets.
TENDER SPECIFICATION FIRE RESISTING FILING CABINETS Fire Resisting Filing Cabinet dimensions & Specifications shall be as IS 14561:2007. APPENDIX D Construction of FRFC The Fire Resisting Filing Cabinet shall be of double walled type and manufactured in multiband construction with following features : 1. The outer body should be of minimum 1 mm thickness. 2. The inner body should be of minimum 1 mm thickness. 3. Thickness of fire resisting material on all 5 sides should be min. 55 mm. 4. The drawer should be an independent 5 sided enclosure which isolates them from each other. 5. The overall thickness of the drawer should be 75 mm. 6. The drawer should be suspended on ball bearings. 7. The FRFC should have a tongue and groove construction that will divert hot gases from directly entering into the cabinet. 8. The FRFC should have isolation catch that will allow it to be operational even is the top drawer is locked. 9. The FRFC should be provided with a 6 level dual control lock on the top drawer. 10. The locking mechanism should be such that when the top drawer is pushed in fully, it actuates locking mechanism to lock all other drawers simultaneously. 11. The FRFC shall be painted with Polyurethane paint. 12. The FRFC should adhere to the following criteria s : TESTING : Type of FRFC Min. Volume (ltrs) Min weight (Kgs) 4 Drawer 276 450 1. Fire Resisting Filing Cabinet should be tested at CBRI as per IS 14562 for Fire endurance for 120 minutes. Certification for same must be provided. 2. Fire Resisting Filing Cabinet should be tested at Underwriter Laboratory as per UL 72 for Fire endurance for 120 minutes. Certification for the same must be provided. 3. Fire Resisting Filing Cabinet should be tested at Underwriter Laboratory as per UL 72 for Fire and Impact. Certificate for same must be provided. 4. The Fire Resisting Filing Cabinet should be tested at Underwriter Laboratory as per UL 72 for Explosion Hazard. Certification for the same must be provided. QUALIFYING CRITERIA : Tenderer should fulfill the following qualifying criteria. They shall submit copies of documents to substantiate their qualifications along with technical and commercial bids failing which their tenders are liable to be rejected. Only manufacturers of Safes are eligible to submit tenders. The manufacturer of the safes should have current BIS license to manufacture and supply the model of the safe offered. The Tenderer should have a Registered Office and Distribution set up. The Tenderer should have well established and efficient service network at all major cities or near the places where the safes are to be supplied. The Tenderer shall furnish ST/VAT Registration numbers. The Tenderer should be an original equipment manufacturer of locks. The lock making process should be computerized. The Tenderer should be a total security solutions provider, with capability of offering Banking Security products such as Safes, Strong Room Doors and Safe Deposit Locker cabinets.