+ All Categories
Home > Documents > Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region...

Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region...

Date post: 14-Jul-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
29
Request for Proposal (RFP) Rate contract of Vendors/Firms/Suppliers for supply & Maintenance of Portable Fire Extinguishers in the Branches Offices/ATMs Of Union Bank of India Dehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13 th Sept. 2018 Regional Office, Dehradun Second Floor, Radha Palace, 78 Rajpur Road, Dehradun- 248001 NOTE: This document contains 28 pages including this cover page
Transcript
Page 1: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Request for Proposal (RFP)

Rate contract of Vendors/Firms/Suppliers for supply &

Maintenance of Portable Fire Extinguishers in the Branches Offices/ATMs

Of

Union Bank of India

Dehradun Region

ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018

Regional Office, Dehradun Second Floor, Radha Palace, 78 Rajpur Road,

Dehradun- 248001

NOTE: This document contains 28 pages including this cover page

Page 2: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 2

1. REQUEST FOR PROPOSAL:- Rate contract of Vendors/Firms/Suppliers for supply & Maintenance of Portable Fire Extinguishers in the Branches/ Offices/ATMs of Dehradun Region of Union Bank of India

1.1. Union Bank of India, Dehradun Regional office invites sealed quotation for supply and maintenance

of Portable Fire Extinguishers, in the branches located in Uttarkhand, on as and required basis from the Manufacturer/Authorized dealers/ suppliers who fulfill the Mandatory conditions/ requirements given in the RFP. Vendors who are willing to take the Annual Maintenance of fire extinguishers presently installed in various branches of bank irrespective of make and condition shall be considered.

1.2. Please note:- Dehradun Region will consists of all the branches of Union Bank of India located in

Uttarakhand and herein after will be referred as Dehradun Region.

1.3. RFP Forms can be downloaded from our banks website and can be submitted along with the Techno-commercial Offer on payment of Rs 500/- (Non-Refundable) by way of Demand Draft / Pay Order favoring Union Bank of India payable at Dehradun.

Date of commencement of issue of RFP

Pre Bid Meeting

: 17 Sept. 2018

01 Oct.2018 at 11:00 AM at Regional office Dehradun

Last date for submission of RFP : 09 Oct.2018 Upto 3.00PM

Opening of Technical bid : 09 Oct.2018 at 4.00PM

1.4. Offers from firms not having their own offices in Uttarakhand will not be considered. All conditions and parameters will be evaluated with reference to the firms submitting the tenders. The Bank reserves the right to reject any/all applications without assigning any reason whatsoever.

1.5. In case of any unexpected/unforeseen 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.

Page 3: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 3

2. SCOPE OF THE WORK 2.1. Supply and Annual Maintenance contract of Portable Fire Extinguishers in Branches and other offices

of Union Bank of India, in Dehradun Region on, as and required basis.

2.2. Rate contract for supply and installation of new extinguishers will be for the period of one year however empanelment will be valid for a period of 3 years. If both parties are willing to continue the contract at the same rate, terms and conditions it may be extended for further one year subject to maximum period of three years. Rates fixed at the time of contract will be non negotiable and no revision will be permitted.

2.3. Note: Dehradun Region comprises of entire Uttarakhand 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 RO is located.

2.4. If the central office or any higher office of Union Bank of India conducts Pan India Rate contract, Regional office Dehradun will 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.

3. ELIGIBILITY CRITERIA FOR SHORT-LISTING

For Rate contract or shortlist of Vendors the vendors shall submit self attested copy of documents along with the Tender. Vendors not submitting self attested copy of documents and/or not conforming to any of these parameters will not qualify for Rate contract or short listing:

4. TECHNICAL BID OFFER (TO)

4.1. 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.

4.2. The Technical Bid Offer should comprise of the following:

4.2.1. Acceptance of Terms and Conditions as per Annexure-I. 4.2.2. Document cost Rs.500/-i.e., Cost of RFP Forms. 4.2.3. Biodata of the Firm/vendor as per Annexure II 4.2.4. Reference site details as per annexure IV 4.2.5. Documentation- Product Brochures, leaflets, manuals etc., if any should be submitted as per

Annexure III. 4.2.6. Earnest Money Deposit of Rs. 25,000/- in form of Demand draft issued in favor of Union

Bank of India, Payable at Dehradun. 4.3. LATE BIDS:-Any bid received after the deadline for submission of bid prescribed by the bank will be

rejected and/or returned unopened to the Bidder, if bidder desire so. 4.4. Copy of Tender document signed by authorised signatory with seal in all pages

4.4.1. Note: All the Annexures I, II, III, IV and V commercial bid should be submitted duly signed with

Name and designation of the authorized person with seal of the company. The bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized to bind the bidder to the contract. 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. All pages of the bid including un-amended printed literature shall be initialed by the person or persons signing the Bid.

Page 4: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 4

4.4.2. Self Attested Photocopies of relevant documents / certificates as proof in support of various information submitted in aforesaid annexure and other claims made by the vendor.

5. GENERAL CRITERIA

5.1. Products should be manufactured by registered companies. Registered companies, authorized

dealers/authorized suppliers reputed in the concerned field with not less than five years dealing in the products offered can participate. (Attested copies or original Work orders will be accepted as proof and Self Attested copies of certificate of incorporation to be submitted)

5.2. Good Product quality and Robustness:- All Products for which BIS standards exist, should conform to the latest BIS standards.

5.3. Good after sales service network within the region. The Firm should have atleast one of its office/Service centre in Uttarakhand. (Firms should submit attested copies of original rent receipt or any proof to prove that it has own office and service centre functioning in uttarkhand.

5.4. Vendor should give a full demonstration of fire Extinguisher at Regional office Dehradun or any other

convenient site suitable to the bank at their own cost.

5.5. Firms should have their own employees and should have Infrastructure and network to support.

5.6. Firms should have Income Tax PAN, GST, TIN No and the Income tax return. (Attested copies of pan card, TIN No and latest Income tax return to be submitted)

5.7. Firms should have Registration under Shops & Establishments Act. (Attested copy of certificate to be

submitted)

5.8. Firm’s office in Uttarakhand should have Landline telephone connection and Email facility and it should be manned during the office hours for receiving of complaints/Purchase orders. Email will be considered as valid means to report complaint and vendor is bound to attend the complaint within 72 hrs.

5.9. Firms shall not be owned or controlled by any director or officer/employee of the bank or their

relatives having the same meaning as assigned under section 6 of the Companies Act 1956. (A certificate denying the ownership of Agency/Firm/Manufacturer/Dealer by any director or officer/employee of the bank or their relatives having the same meaning as assigned under section 6 of the Companies Act 1956 issued by the CEO or Director of the Firm to be submitted along with the tender).

5.10. Firms should submit an undertaking (on their letter head) that they have not been black listed by

any of the Govt. Authority or PSUs/PSBs duly signed by authorized signatory with company seal.

5.11. Firms should have registration no. for payment of service tax (Attested copy of proof to be submitted or undertaking stating that their firm doesn’t come under the purview of service tax registration by CEO of the company with company seal to be submitted)

Page 5: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 5

6. TECHNICAL REQUIREMENTS:

6.1. Portable Fire Extinguisher

S.No. Description of Item 1. Water type fire extinguishers of 9 lit. Capacity fitted with chromium coated gun metal cap

with metallic safety clip, wall bracket, one refill of plastic coated CO2 gas cartridge confirming to IS: 15683:2006 with ISI mark, body coated with lead tin alloy, with initial refilling at site.

2. Carbon dioxide (CO2) 4.5 kg fire extinguisher made of manganese seamless tube high pressure steel cylinder, internal discharge tube with 1 meter discharge hose and horn fitted with wheel type valve conforming to IS: 15683:2006 with ISI mark, with suspension wall bracket with ISI mark complete with initial charge. ( The Co2 cylinder should have certificate from CCE and the serial no should be embossed on the cylinder)

3. ABC powder Type fire extinguisher 6 Kg capacity inside cartridge type complete with gunmetal operational assembly cap with metallic safety clip, CO2 gas cartridge, high pressure braided discharge hose with plain nozzle, initial charge (Powder) as per IS: 15683:2006 specifications with ISI mark.

6.2 Marking - In addition, fire extinguisher shall be clearly and in deliaibly marked by means as stated

in IS 15683:2006 with the following- 6.2.1 Name or Trade mark of manufacturer 6.2.2 BIS License number (CM/L- xxxxxxx) 6.2.3 Type of media of fire extinguisher 6.2.4 Base material and its percentage for Powder 6.2.5 Model number 6.2.6 Rating and classification of fire extinguisher 6.2.7 Acceptable to use at temperature from to o C’ 6.2.8 Empty mass in kg 6.2.9 Nominal full mass in kg/ Gross mass with tolerance or Min & max gross mass in kg 6.2.10 Year of manufacture 6.2.11 Sequential serial number 6.2.12 following statement as applicable – 6.2.13 For rechargeable extinguishers: ‘Recharge immediately after any use’ 6.2.14 For disposable extinguishers ; ‘Discard immediately after any use’ 6.2.15 Operating, recharging, inspection and maintenance instructions in the form of an etched or

embossed metal name plates or band or an acceptable pressure sensitive nameplates or by silk screening of paint. Operating instructions also to be shown by pictorial view.

6.2.16 Name of Clean agent to be marked on the label of fire extinguisher 6.2.17 In case of extinguishers covered by Gas Cylinder Rules, stamp of approval should be

embossed on the neck of cylinder. 6.2.18 The Co2 cylinder should have certificate from CCE and the serial no should be embossed on the

cylinder

6.3. Bids will be rejected if their technical Bid fail to fulfill the minimum technical requirement given in the document or doesn’t meet BIS specification. If technical specification given anywhere in this document contradicts the specification given in Para 6.1 then higher specification whichever is, will prevail.

Page 6: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 6

7. EARNEST MONEY DEPOSIT 7.1. Earnest Money Deposit of Rs.50,000/- (Rupees Fifty thousand only), in the form of a demand

draft/pay order issued by a scheduled commercial bank favoring Union Bank of India, payable at Dehradun must be submitted along with the Offer. Offers not accompanied with Earnest Money Deposit will not be accepted. This amount will be forfeited if, having been selected by the Bank for the job, the vendor refuses to accept any contract or having accepted the contract, fails to carry out his obligations mentioned therein. Bank Guarantee in lieu of Demand Draft/Pay order will not be accepted. No interest will be payable on the Earnest Money Deposit. The Earnest Money Deposit will be refunded to the unsuccessful Vendors. The Earnest money paid by the successful Vendors will be released only after finalization of Rate contract. In case of bidders are registered with NSIC, they are eligible for waiver of EMD. However, they need to provide valid NSIC Certificate clearly mentioning that they are registered with NSIC under single point registration scheme.

7.2. The Earnest Money Deposit will be forfeited if the vendor:-

7.2.1. Withdraws its bid during bid validity period. 7.2.2. Refuses to honor commercial bid. Bank reserves the right to place order onto vendor based on

prices quoted by them. 7.2.3. Refuses to accept purchase order or having accepted the purchase order, fails to carry out his

obligations mentioned therein. 7.2.4. Refuses to submit bank guarantee on finalization of rate contract.

7.3. Bid security to successful vendor will be refunded only after successful completion of bid period

8. PERFORMANCE BANK GUARANTEE.

8.1 Before entering into an agreement the selected vendors should submit a Bank Guarantee of Rs.1,00,000/-

(Rupees One lac Only) for a period of 18 months from the date of Rate contract, issued by a scheduled commercial bank other than Union Bank of India favoring Union Bank of India, payable at Dehradun. Purchaser will have the right to make good the loss from bank Guarantee given by bidder. Vendor should submit the bank guarantee within 15 days on finalization of rate contract.

8.2 All liabilities arising from this Tender will be made good from the Bank Guarantee. 8.3 After the initial rate contract period of one year, Vendor should submit renewed bank guarantee for a

period of 18 months for renewal of Rate contract else contract with that vendor may not be continued after the initial rate contract period. The contract may be divided justifiably among other empanelled vendors in the L-1 rates.

8.4 In case Regional office of the bank sub divides into two Regions the firms may enter into contract with

new Regional office of the bank after submission of separate bank guarantees in the existing terms and conditions. In such case if one Vendor does not submit bank guarantee for a period of subsequent 3 Years within the time given by bank their share of contract will be justifiably divided among other empanelled vendors at L-1 rates.

9. TERMS OF IMPLEMENTATION

9.1. The vendor shall deliver the fire extinguishers within 07 days from the date of the Purchase order at the offices as per details of delivery locations to be provided with PO.

9.2. The vendor shall install these equipments as per Bank’s requirement and make them operational at

the respective locations within 3 days after delivery; else the terms of Liquidated Damages (LD) will be applicable.

Page 7: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 7

9.3. The vendor shall provide service support as and when required during the warranty period and thereafter, if required by the Bank.

9.4. On Installation/Servicing vendor/representative will explain the operation of fire extinguishers and

clear the doubts of employees’ of the bank.

10. LOCATIONS TO BE COVERED The delivery of fire extinguishers is 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 fire extinguishers will be done as per requirement of the bank from time to time.

11. BIDDING PROCESS (TWO STAGE)

11.1. For the purpose of the present job, a two-stage bidding process will be followed. The response to the present tender will be submitted in two parts, Technical Bid containing the General Terms and Conditions including compliance to Technical Specifications and Commercial Bid containing the final Commercial Bid. The bidder will have to submit the Technical Bid and Commercial Bid Portion of the Bids separately in sealed envelopes, duly super scribing "Bid for Rate contract of Vendors/Firms/Suppliers for supply & Maintenance of Portable Fire Extinguishers”. Each envelope should be clearly super scribed with “Commercial offer/Technical Bid (write only whichever is applicable) for Supply/maintenance of Fire Extinguishers in Dehradun Region”

11.2. TECHNICAL BID will contain the Bidders information in the format as given in this document. 11.3. TECHNICAL BID shall NOT contain any pricing or commercial information at all.

11.3.1. In the first stage, only TECHNICAL BID will be opened and evaluated. Bidders satisfying the

technical requirements as determined by the Bank who accepts the terms and conditions of this document and on positive feedback from two referral sites PSU/PSB for which AMC of Fire Extinguishers is looked after by the Firm and shall be short-listed for commercial evaluation. If no feedback is received from at least two referral sites within 30 days or adverse feedback is conveyed by the referral site that bid will be disqualified. Email through the domain of the organization will be treated as valid means however email through gmail, yahoo or any such open sites will not be entertained. Under the second stage, the COMMERCIAL BID of only those bidders, whose technical bids are qualified, will be opened. If two vendors does not fulfill this eligibility condition bank will have the right to relax this condition.

11.3.2. The bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person duly authorized to bind the bidder to the contract. The authorization shall be indicated by written power of attorney accompanying the Bid. All pages of the bid including un-amended printed literature shall be initiated by the person or persons signing the Bid. The bid shall contain no erasures or over writing except as necessary to correct errors made by the Bidder, in which case such corrections shall be authorized by the person or persons signing the bid. The bidder should quote the price for each item required by Bank.

11.3.3. Bids should be handed over in sealed covers duly super scribed "Bid for Rate contract of

Vendors/Firms/Suppliers for supply & Maintenance of Portable Fire Extinguishers for branches/offices in Dehradun Region of Union Bank of India” to

Page 8: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 8

The Regional Head Union Bank of India, Regional Office, 2nd Floor Radha Palace, Opposite Silver City, 78 Rajpur Road, Dehradun(Uttarakhand) - 248 001.

Tenders which are not in sealed covers will not be accepted.

12. EVALUATION CRITERIA

12.1. Technical Bids (offers):

12.1.1. 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. Any supplement supplied either free along with the system must be indicated separately and specifically.

12.1.2. Any component which is left out and which may be required with the Fire extinguisher must

be indicated separately and specifically along without the cost. Cost of such parts should be quoted in price bid. If no part is quoted in the bid separately bank shall presume that such parts will be free of cost.

12.1.3. The TO must be submitted in an organized, numbered and structured manner (spiral binding

will be appreciated). No brochures/leaflets etc. should be submitted in loose form.

12.1.4. Bank reserves the right to reject an offer under any of the following circumstances:

12.1.4.1. Bid security (EMD) is not submitted as per para 7.1. 12.1.4.2. Offer is incomplete and/or not accompanied by all stipulated documents. 12.1.4.3. Offer is not in conformity with the terms and conditions stipulated in this document 12.1.4.4. Specifications stipulated in RFP are not met with. However, deviations resulting in

higher/superior configuration will be accepted. 12.1.4.5. Commercial Offer is not submitted separately along with Technical Offer. 12.1.4.6. Commercial Offer format differs from actual Commercial Offer format. 12.1.4.7. Or violates any terms and conditions in the RFP document. 12.1.4.8. Or If found that the information provided in the offer is bogus.

If required, normalization of TCO would be undertaken on the basis of technical evaluation, before opening the Commercial Offers.

12.2. Commercial Bids:

12.2.1. Commercial bids of only technically qualified (after demonstration) short listed bidders will be opened. Bank’s evaluation of the commercial bids will take into account the status of compliance of terms and conditions.

12.2.2. PRICE BID for Portable Fire Extinguishers- The Price Bid should contain all relevant rates and charges (Service charge, installation Charge, delivery charge. Taxes will be charged as applicable and as per government norms) and the rates should be quoted in Indian Rupees only. The Price Bid should also contain price for all components which may be needed in installation/servicing/repair of the equipments. There should not be any kind of hidden charges for installation and servicing/repair of the equipments.

Page 9: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 9

13. PRICE COMPOSITION

The Bank will shortlist suppliers, who satisfy commercial and other requirements laid down in the document. Short listed suppliers will be notified by e-mail/post and the suppliers/authorized representatives may be present at the time of opening of the Bids. 14. DETERMINATION OF L1 BIDDER AND AWARDING OF CONTRACT:

14.1. On completion of evaluation process of technical bids, Bank will open commercial offers of

successful bidders and Rate contract may be awarded to the lowest bidder.

14.2. Failure or refusal to offer the services/goods by the successful bidder at the price committed shall result in forfeiture of the EMD/bank guarantee amount, which may be noted.

14.3. The final decision on the vendor will be taken by the Bank. The Bank reserves the right to reject any or all proposals. Similarly, it reserves the right not to include any vendor in the final short-list.

15. ERASURES OR ALTERATIONS

No submissions for erasures or alteration will be entertained after submission of tender document. If a vendor submits two bids the lowest rates will be taken into account provided both bids have all the documents as per the RFP. 16. VALIDITY OF RATE CONTRACT Though the empanelment for supply and installation of new equipments will be for the period of 3 years, the rate contract and AMC will be for 1 year from date of issue of Work order. AMC rates fixed at the time of contract will be non negotiable and no revision will be permitted. However after satisfactory completion of the contract if both parties are willing to continue the contract in the existing terms and conditions and same rates, the rate contract and AMC for fire extinguishers may be extended to another one year. However extension of contract period will not exceed the maximum of 3 years from the date of original contract.

17. PRICE FREEZING The prices finalized and AMC Charges shall remain valid for a period of 36 months from the date of finalization of bids.

18. 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.

19. ORDER CANCELLATION

19.1. If the vendor fails to deliver and/or install fire extinguishers within 10 days or the extended date

communicated by the Bank, it will be a breach of contract. 19.2. The Bank reserves its right to cancel the order in the event of delay in delivery / installation /

commissioning of equipment.

19.3. Purchaser will have the right to cancel the Rate contract issuing one month notice without giving any reason for such cancellation.

Page 10: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 10

20. AVAILIBILITY OF SPARES Vendor should ensure that the Spares for the product offered are available for at least 3 years from the day of installation of equipment. No obsolete equipment should be supplied to the bank.

21. PATENTS RIGHTS

21.1. The supplier shall indemnify the purchaser against all third party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods, or any part thereof in India.

21.2. The supplier shall, at their own expense, 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.

21.3. The supplier shall expeditiously extinguish 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.

21.4. 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 will not admit to any liability for or express any intent to settle the claim.

21.5. The Supplier shall grant to the bank a fully paid-up, irrevocable, non-exclusive license throughout the territory of India or abroad to access, replicate and use software (and other software items) if any, provided by the supplier, including-all inventions, designs and marks embodied therein in perpetuity.

22. MINIMUM MAINTENANCE STANDARD REQUIRED

22.1. The vendor should ensure that any fire extinguishers reported faulty/empty on any working day is set right/refilled within 48 hours of reporting the complaint and in no case, later than three working days of the bank.

22.2. All complaints/service requests will be reported/ conveyed through emails.

23. 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. 24. LIQUIDATED DAMAGES FOR DELAY IN INSTALLATION

24.1. Notwithstanding the Bank's right to cancel the order, liquidated damages at 1% of the total cost of fire extinguishers per case per day will be charged for every week's delay in delivery subject to maximum 10% in each case. One Fire extinguisher.

24.2. 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.

24.3. Part of day will be treated as a day for this purpose.

24.4. Email will be considered as valid means to report complaint.

Page 11: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 11

25. TERMINATION FOR DEFAULT 25.1. 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.

25.2. 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.

26. 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.

27. LIABILITY Vendor’s aggregate liability under the contract shall apply to third party claims for bodily injury (including death) and damage to real property (due to explosion/accidents due to malfunction of equipment) and tangible personal property caused by vendor’s gross negligence/lapse or due to below standard equipments used by vendor. Vendor shall be liable for any indirect, consequential, or special damages due to malfunction/explosion of the Fire extinguisher under the rate agreement / purchase order.

28. WARRANTY All products should have at least one year warranty against manufacturing defects.

29. ANNUAL MAINTENANCE OF FIRE EXTINGUISHERS should be done adhering to Latest IS specifications

On-site maintenance charges, for the post warranty period as per latest IS specifications IS 2190 : 2010 , must be quoted on Annual basis, in the Commercial Offer. In Annual Maintenance, vendor will do Maintenance/servicing of Fire extinguishers installed in the branches on half yearly basis. The two half yearly visits should be evenly spread over the complete year. There should be at least 5 months difference between two successive visits of the branch. The payment of AMC will be made by the branch in two equal installments. The First installment will be made on completion of first half yearly visit and the remaining amount will be paid only after completion of second mandatory visit for maintenance of the Fire Extinguishers. Vendors should be willing to take the Annual Maintenance of existing fire extinguisher in branches irrespective of make.

30. SERVICING AND MAINTENANCE OF FIRE EXTINGUISHERS

An AMC register has to be maintained by the vendor at site apart from maintenance of records and rejected Extinguishers prescribed in IS 2190: 2010. General safety precautions for maintenance as per Para 11.10 of IS 2190: 2010 or latest IS standards should be adhered to by the vendor.

31. GENERAL SERVICING/MAINTENANCE TASKS

31.1. Water (Gas pressure) Extinguishers Maintenance Tasks to be done adhering to IS 2190: 2010 or latest IS standards.

31.1.1. Open the extinguisher, see the water level and throw away the old water.

Page 12: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 12

31.1.2. Examine the extinguisher body internally and externally for corrosion and damaged conditions with an illuminating probe. Damaged and corroded extinguishers should be removed from service. Corroded gas cartridge should also be replaced.

31.1.3. Examine the gas cartridge for mass. If there is loss of more than 10 percent of the original mass, the cartridge should be sent for recharging after being replaced with a charged one.

31.1.4. Examine the nozzle, plunger, strainer, vent holes, internal discharge tube and sealing washer; replace them if not in good condition. Otherwise clean them thoroughly.

31.1.5. Check the operating mechanism for free movement and piercing mechanism to see if these are working properly.

31.1.6. Refill the cylinder with fresh and clean water.

31.1.7. Slightly grease the threads and tighten the cap to the extent possible. Replace the protection caps of nozzle and plunger.

31.2. Carbon-Dioxide Extinguishers Maintenance Tasks to be done adhering to IS 2190 : 2010 or latest IS

standards.

31.2.1. Weigh the extinguisher. Compare the weight with the weight of a fully charged extinguisher, which is marked on the body. If the loss is more than 10 percent, send the extinguisher for recharging.

31.2.2. Clean and polish externally.

31.2.3. Examine hose and horn assembly. In case of trolley mounted extinguishers, examine the wheel carriage for free movement. Change the defective ones.

31.3. Dry Chemical Powder (DCP) and ABC powder Type Extinguisher Maintenance Tasks to be

done adhering to IS 2190 : 2010 or latest IS standards.

31.3.1. Withdraw the gas cartridge. Weigh the cartridge. If the loss of weight is more than 10 percent of the fully-charged contents, it should be replaced with a new cartridge.

31.3.2. See that the sealing disc is intact.

31.3.3. Check the piercing mechanism in the cap and check that the washer in the cap is soft and intact.

31.3.4. Empty the dry powder in a dry container and examine for caking and granulation. If granulation has taken place, change the powder. Otherwise retain the same powder for reuse.

31.3.5. Examine the extinguisher body internally for any damage or corrosion and replace corroded or damaged extinguishers.

31.3.6. Check the trigger nozzle for clogging and clean.

31.3.7. Check rubber hose for cracks. 31.3.8. Remove the inner shell and clean portholes.

32. REFILLING SCHEDULE AND PERFORMANCE TEST:

32.1. The following extinguishers should be operated for performance test and refilled once in two years as a matter of routine:

32.1.1. Water type 32.1.2. Dry Powder (Cartridge type) 32.1.3. ABC Powder (Cartridge type) 32.1.4. Carbon Dioxide type

32.2. Performance test and refilling the above type extinguishers should be carried out along with any annual servicing at branches and offices and this occasion should also be used to familiarize the

Page 13: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 13

branch/office staff in understanding and handling these extinguishers. Besides, apart from routine refitting, if any extinguisher is used either on a real fire or for training purpose, it should be refilled immediately.

32.3. If no records of Performance testing is available for the existing equipment, 1/3rd equipment should be done during first AMC visit each year so that in three years all fire extinguishers will go through the test. It will be treated as a part of AMC work. No charges will be paid additionally.

33. HYDRAULIC PRESSURE TESTING SCHEDULE

Every extinguisher installed in the premises should be hydraulically pressure tested as per the following schedule. Sr No. Type of Extinguisher Test Interval

years Test Pressure

Kg/cm2 Pressure Maintained

For Minutes 1. Water Type (Gas Cartridge) 2 35 2.5 2. Dry powder Type 2 35 2.5 3. Dry powder (Stored Pressure) 2 35 2.5 4. Carbon Dioxide (Co2) Type 2 250 2.5

33.1. If no records of hydraulic pressure testing is available for the existing equipment it should be done

during first AMC visit and it will be treated as a part of AMC work. No charges will be paid additionally.

33.2. Refilling and annual maintenance task may be carried out inside the branch/office premises, but as an accident prevention measure, hydraulic pressure testing should always be carried out outside the premises and away from staff members/customers. In case of Carbon dioxide extinguishers, if there is a loss of more than 10% mass, these should be sent for re-charging and shall be pressure tested every time the cylinders are sent for recharging.

33.3. There should not be any leakage or visible distortion during the pressure test. Extinguishers, which fail this requirement, should be replaced.

33.4. In case of stored pressure type ABC powder extinguishers, the stipulations and directions given by the manufacturers should be adhered to for refilling and pressure testing.

34. LIFE OF FIRE EXTINGUISHERS

34.1. Life of fire extinguishers body as stipulated by the Bureau of Indian Standard is given below: Type of Extinguisher. Life Time in year

Water Type 10 Powder Type 10 Carbon Dioxide 15

34.2. Life of extinguishers shall be considered from the date of manufacture of extinguishers. In case of failure in hydraulic pressure testing, extinguishers shall be rejected immediately before the life time given above.

34.3. The vendor is expected to ensure same maintenance standards as mentioned in maintenance

standards

34.4. During AMC period the technicians should visit the branches half yearly during bank working hours in addition to the emergency fault repair calls.

Page 14: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 14

34.5 AMC Payment will be done by the branch after submission of half yearly visit report signed by

Branch manager of the bank to Regional office. If the firm fails to attend half yearly visit in any branch it will be treated as a lapse in service by the vendor and AMC charge for that half year will be withheld till successful service of the fire equipments in that branch. If the vendor purposefully avoids branches due to any reason from the half year visits then Rs 2000/- penalty per branch will be imposed on the vendor. Such penalty may be recovered from the amount payable to the vendor or AMC charges to be paid by the Bank. If such case reported twice during the contract period, Bank may terminate the contract can recover the Penalty money from bank guarantee.

34.6. During AMC visit the representative should explain the operation of Fire extinguisher to the

employees free of cost which is a mandatory obligation.

34.7. During AMC visit the representative should give a technical report of Fire extinguisher as given below which clearly reveals the present status/condition of the equipment. Illegible and blank reports will be rejected.

34.8. Each fire Extinguisher shall have a tag or Label securely attached that indicates the month and year

of recharging and AMC visit which identifies the person performing the service.

34.9. The vendor will maintain one register in which he will obtain the signature of branch manager certifying that the servicing of the extinguishers has been carried out and the system is in working condition. This register is to be presented to regional security officer for updation & verification of data.

34.10. On completion of Maintenance in a branch, data in the following format is to be submitted to Regional office. The Payment will be released by the branch only after receipt of the Format at Regional office (To be submitted on the Letter pad of the vendor)

Sequential Serial No of Extinguisher(to be numbered by the vendor if no identification no is provided by Manufacturer

Type of Fire extinguisher

Date of Completion of Life of Fire Extinguisher as per BIS standards

Whether the fire extinguisher is in allotted space.

Last Performance Test and refill date. (Mandatory in once in three years)

Date of last Hydraulic Pressure Test (Mandatory in once in three years)

AMC technicians Remarks if any

I certify that maintenance task has been completed adhering to IS 2190 :2010 standards.

Signature of Technician

Certified that Technician has serviced the fire extinguishers

Signature of Branch Manager with seal

C.C: AMC register, vendors file and Regional Security officer for payment of AMC charges.

Page 15: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 15

35. 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 Contract as far as is reasonably practical, and shall seek all reasonable alternative means of performance not prevented by the Force Majeure event.

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. 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 Act1996 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.

36.2. 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 at DEHRADUN.

37. 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. The bank will have right to opt for any new technology optimum for the banks usage. 38. OPENING OF OFFERS Technical Bid offers will be opened at Regional office Dehradun at 4.00 p.m., on 09 Oct. 2018. The bidders / their representatives may be present at the time of opening of the Technical Bid Offers. No separate intimation will be sent in this regard to the suppliers for deputing their representatives. The Technical Bid Offers will be opened at the time and date stipulated above irrespective of the number of bidders or their representatives present. 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. 39. PRELIMINARY EXAMINATION

39.1. The Purchaser 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.

39.2. 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 there is discrepancy between words and figures, the

Page 16: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 16

amount in the words will prevail. If the supplier does not accept the correction of the errors, its bid will be rejected.

39.3. The bid determined as not substantially responsive will be rejected by the purchaser and may not be made responsive by the bidder by correction of the non-conformity. The purchaser may waive any minor informality or non-conformity or irregularity in a bid, which does not constitute a material deviation, provided such waiver does not prejudice to affect the relative ranking of any bidder.

40. SIGNING OF CONTRACT The successful bidder(s) shall be required to enter into a contract with UBI 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, Dehradun 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 a 1 months’ notice. In the absence of any formal contract, the copy of PO, the RFP document and other related documents will be treated as contract. 41. PAYMENT TERMS No advance amount will be paid to the vendor. Payment will be released only against completion of work by the respective branches.

For further clarifications, if any, you may contact the following address: The Security Department Regional Office, Union Bank of India 2nd Floor, Radha Palace, Opposite Silver City, Rajpur Road, Dehradun(Uttarakhand) -248001

42. Registered Companies and Partnership Firms having their own offices in Uttarakhand and are interested in our proposal for Supply & Maintenance of Portable Fire Extinguishers in the Branches/ Offices/ATMs of Dehradun Region of Union Bank of India, conforming to the aforesaid terms and conditions may send their offers to our Regional Office, Dehradun latest by the last date & time for submission of offers. The Tenders should be addressed to:-

The Regional Head, Regional Office, Union Bank of India 2nd Floor, Radha Palace, Opposite Silver City, Rajpur Road, Dehradun(Uttarakhand) -248001

Page 17: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 17

Annexure – I

(Letter to the bank on the Supplier’s letterhead)

To, The Regional Head, Regional Office, Union Bank of India 2nd Floor, Radha Palace, Opposite Silver City, Rajpur Road, Dehradun(Uttarakhand) -248001 Sir,

Sub: Our bid for supply & Maintenance of Portable Fire Extinguishers in the Branches Offices/ATMs located in Uttarakhand.

We submit our Bid Document herewith. We understand the following:- 1. You are not bound to accept the lowest or any bid received by you, and you may reject all or any bid. 2. If our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when

called upon by the purchaser to do so, a contract in the prescribed form. Unless and until a formal contract is prepared and executed, this bid together with your written acceptance thereof shall constitute a binding contract between us.

3. If our bid is accepted, we are responsible for the due performance of the contract. We are willing to take the Annual Maintenance of existing fire extinguisher in branches irrespective of make and year of manufacturing or any other maintenance tasks as allotted by you.

4. You may accept or entrust the entire work to one vendor or divide the work to more than one vendor without assigning any reason or giving any explanation whatsoever.

5. Vendor means the bidder who is decided and declared so after examination of commercial bids. 6. I / We have read the instructions appended to the Performa and I / We understand that if any false

information is detected at a later date, any future contract made between ourselves and Union Bank of India, 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.

7. I / We agree that the decision of Union Bank of India in selection of Vendors will be final and binding to me / us.

8. All the information furnished by me hereunder is correct to the best of my knowledge and belief. 9. I / We agree that I / we have no objection if enquiries are made about the work listed by me / us in

the accompanying sheets. 10. I / We agree that I / We have not applied in the name of sister concern for the subject empanelment

process. 11. I/We hereby undertake and agree to abide by all the terms and conditions stipulated by the Bank in

this RFP including all addendum, corrigendum etc. (Any deviation may result in disqualification of bids).

12. I/We hereby certify that we are not Black listed/Debarred from any other Firm.

Yours faithfully, For______________________

Signature_________________ Name____________________

Page 18: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 18

Annexure II

BIO – DATA OF VENDOR / FIRM

1. a) Name of the Firm : b) Address : c) Telephone Nos.

Office : Residence : Mobile : Fax : E-Mail :

2. a) Whether Proprietary/Partnership/ Pvt. Ltd. :

/ Public Ltd. (Certificate of Registration / Partnership Deed to be enclosed)(Annexure IIA)

b) Name of the Proprietor, Partners, Directors :

i) ii)

c) Year of establishment : 3. a) Registration with Tax authorities at Head Office Location

I. Income Tax (PAN ) : II EPF Regn. No. :

II. ESI Regn. No. : III. GSTIN No. : IV. Enclose as Annexure-II B :

b) Registration with Tax Authorities in Uttarakhand (i) GSTIN No. : (ii) EPF Regn. No. (Subcode) : (iii) ESI Regn. No.(Subcode) :

Enclose as Annexure-IIC, etc.

c) Address, Cell/Tele. Nos. of Offices/Branches in Uttarakhand and No. of Employees, Name, Qualification, Designation, posted at each locations:

Name, Address & Tel. / Cell Nos. of Centers

Nos. of Employees at each Center

Names of Employees

Qualification Designation

4. Enclose as Annexure-IID 5. Names of the Bankers with address & telephone numbers :(Enclose Solvency certificate as Annexure IIE) 6. Furnish copies of Audited Balance Sheet & Profit & Loss A/C for : Enclosed / Not enclosed

the last 3 Fin. years i.e. 2015-16, 2016-17 and 2017-18 as Annexure-II F

Page 19: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 19

7. Empanelled with Govt. / Public Sector / Banks (latest empanelment letters to be enclosed as Annexure-IIG)

Name of the Organization Year since empanelled

8. Give details if involved at present in litigation in similar type of contracts :

Sr. No.

Name of Project Name of Employer

Nature of work

Work Order dated

Date of completion

of work Value Rs.

9. Details of civil suit, if any, that arose during execution : of contract in the past 10 years 10. Specify maximum value of single value project executed : during the last three years 11. Name & relation, if any, with any staff member of : Union Bank of India

12. Details of Total Work Executed during the last 5 years - Annexure-II H:

Type of work

Name of Client

Nature of work (in brief)

Location Value

Rs.

Duration of work with dt.

Commence, Completion

If work left incomplete or terminated, give reasons

13. Note: Copies of Work Orders/Client Certificate, TDS certificate, satisfactory Completion Certificate Clients. 14. Details of work, ON HAND (copies of Performance Certificate, Work Orders/ Client Certificate, Banks

(preferably), Govt., Semi-Govt. Bodies to be enclosed as Annexure-II J.

Page 20: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 20

Type of work

Name of Client

Contact Numbers of Officer

with Designatio

n for Feedback

Nature of work (in

brief) Location Value Rs.

Duration of work,

stipulated time

Present stage of work

15. Details of Pre-Qualifying work – Annexure-IIK(Filling of columns is mandatory & to be supported by copies

of Work Order/Client Certificate, Completion Certificate/letters, etc. for having completed the installations.

Type of the work Name of the

Client Work Order

reference /date Completion letter reference/ date

Value of work completed

16. LIST OF NAME/S OF PROPRIETOR / PARTNERS & EMPLOYEES responsible for Uttarakhand:

Name Qualification Experience Particulars of

work done Employed in

your Firm since Value of work

done

17. Turnover in last 3 years: Rs.in lacs

Sr. No.

Year Turnover Income Tax paid Sales Tax/GST

paid VAT /GST paid

Service Tax /GST paid

1 2015-16 2 2016-17 3 2017-18

18. Note: Copies of Tax Returns & Assessment Orders for each year to be enclosed as Annexure II L

Page 21: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 21

19. Any other relevant information: NOTE: Without copies of documents, certificates of Registration, Performance Certificates, Work-Orders,

Details, Credentials, Supporting Documents, etc., duly stamped and signed, your application is liable to be rejected without assigning any reason.

Details to be filled up in all columns.

Page 22: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 22

Annexure-III

LIST OF ENCLOSURES:

Ser. ANNEXURE NO.

PARTICULARS TICK IF

ENCLOSED

1 II A Certificate of Registration of Company / Partnership deed.

2 II B HO Location: Certificates of registration with Income Tax, GST, EPF, ESI authorities.

3 II C Uttarkhand Location:Certificates of Registration with GST, EPF, ESI and authorities,.

4 II D Details & nos. of Company owned Registered Offices/Service Centres in Uttarakhand with Names of employees, Address, Tel./Cell Nos. etc.

5 II E Solvency Certificate.

6 II F Audited Balance Sheet & Profit & Loss A/c. Statement for the F.Y. 2015-16, 2016-17, 2017-18

7 II G Empanelment letters of empanelment with Govt./ Public Sector/Banks.

8 II H Works Executed - Work Orders/Client Certificate, relevant TDS Certificate, and satisfactory Completion Certificate with value of work.

9 II J Details of Work ON-HAND Performance Certificate, Work Order/Client Certificate, etc. from Banks (preferably) / Govt., Semi-Govt. Bodies.

10 II K Details of Pre-Qualification Works.

11 II L Copies of Turnover, Tax Returns & Assessment Orders for each Fin. year 2015-16, 2016-17, 2017-18.

12 II M ISO certificate.

13 II N Nos. of Fire extinguishers installed in Uttarkhand in the last 3 years - Work Orders, Client Certificate, TDS Certificate, satisfactory Completion Certificate, etc . . (Attach relevant certificates for each system)

14 II O No. of years in business in Uttarakhand - Work Orders, Client Certificate, etc. with Name, Address, Tele./Cell Nos. etc. (Attach relevant certificates for each system)

15 II P

Years since fire extinguishers of reputed makes installed in PSU Banks and being used & maintained still by Vendor. Work &/or AMC Orders, Make & Model of System, Client Certificate, etc. with Name, Address, Tel./Cel. Nos. etc.

16 II Q Customer Reference/Certificate from minimum two Banks in Uttarakhand/North India (preferably PSU) - on Installation, Quality of After-Sales/AMC Services, etc. with Name, Address, Tel./Cell. Nos. etc.

17 II R Documentation: Product Brochures, Leaflets, Manuals etc.

NOTE: In ABSENCE of any of the information/enclosures OR any FAKE, WRONG, FICTICIOUS, FALLACIOUS, etc. reporting, the tender is likely to be rejected. The Vendor shall produce/provide original of any document, required by the Bank for verification.

Page 23: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 23

Annexure - IV (Letter to the bank on the Supplier’s letterhead)

Reference Site Details Name of the Public sector Bank/ Public sector Undertaking

Address of the bank's Central/Zonal/Regional Office

Name, designation of contact person with telephone No. and e-mail id

Name:

Designation:

Landline No.:

Cell No.:

E-mail id:

Details of Fire extinguishers supplied in last 3 years

(Ref. No., date of order and quantity)

(2) Name of the Public sector Bank/ Public sector Undertaking

Address of the bank's Central/Zonal/Regional Office

Name, designation of contact person with telephone No. and e-mail id

Name:

Designation:

Landline No.:

Cell No.:

E-mail id:

Details of Fire extinguishers supplied in last 3 years

1. (Ref. No., date of order and quantity)

Page 24: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 24

(3) Name of the Public sector Bank/ Public sector Undertaking

Address of the bank's Central/Zonal/Regional Office

Name, designation of contact person with telephone No. and e-mail id

Name:

Designation:

Landline No.:

Cell No.:

E-mail id:

Details of Fire extinguishers supplied in last 3 years

2. (Ref. No., date of order and quantity)

i. AUTHORISED SIGNATORY

Page 25: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 25

Annexure V COMMERCIAL BID

S.No. Description of Item Rate

1. Cost of Supply, delivery and installation of Water type fire extinguishers of 9 lit. Capacity stored pressure fitted with chromium coated gun metal cap with metallic safety clip, wall bracket, confirming to IS: 15683:2011 with ISI mark, body coated with lead tin alloy, with initial refilling at site.

2. Cost of Supply, delivery and installation of stored pressure ABC Powder type fire extinguisher 4Kg capacity IS: 15683:2011 specifications with ISI mark.

3. Cost of Supply, delivery and installation of Carbon dioxide (CO2) 4.5 Kg Capacity fire extinguisher made of manganese seamless tube high pressure steel cylinder, internal discharge tube with 1 meter discharge hose and horn fitted with wheel type valve conforming to IS: 15683:2011 with ISI mark, with suspension wall bracket, complete with initial charge.

4. Cost of Supply, delivery and installation of Carbon dioxide (CO2) 3.2 Kg Capacity fire extinguisher made of manganese seamless tube high pressure steel cylinder, horn fitted with wheel type valve conforming to IS: 15683:2011 with ISI mark, with suspension wall bracket, complete with initial charge.

5. Comprehensive On-site AMC Charges(02 half yearly visits) per Water type fire extinguisher of 9.0 lit as per IS 2190:2010(Whether stored pressure type or Co2 gas cartridge type)

6. Comprehensive On-site AMC Charges (02 half yearly visits) per stored pressure ABC Powder type fire extinguisher 4 Kg capacity as per IS 2190:2010

7. Comprehensive On-site AMC Charges (02 half yearly visits) per Carbon dioxide type fire extinguishers of 4.5 Kg capacity as per IS 2190:2010

8. Comprehensive On-site AMC Charges (02 half yearly visits) per Carbon dioxide type fire extinguishers of 3.2 Kg capacity as per IS 2190:2010

Note: Rates quoted should be inclusive of all taxes, duties, delivery and installation charges, irrespective of the location of branch.

The Price comparison will be done as under:-

Ser. Type of Fire Ext.

Fire Ext. Cost as quoted above

(A)

AMC cost per cylinder per year.

(B)

Refilling cost per cylinder once in two years.

(C)

Final costing per cylinder in three years. (D)

(A+(3xB)+(1.5xC)

1. Water type 9 liters with a CO2 cartridge

No new Cylinder of this type is to be installed.

D-1

Page 26: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 26

2. Water type 9 liters with stored pressure

D-2

3. 4.5 Kg CO2 D-3

4. 3.2 Kg CO2 D-4

5. ABC 4 Kg stored pressure type

D-5

6. 5 Kg DCP fire ext. already held in our branches/offices

No new Cylinder of this type is to be installed.

D-6

7. 9 liters Mechanical Foam(AFFF) CO2 cartridge type

No new Cylinder of this type is to be installed.

D-7

Total E= (D1+D2+D3+D4+D5+D6+D7) E

Refilling will be done once in two years for all old as well as new cylinders or whenever they are used whichever is earlier.

As the AMC will be done for three years its costing is taken as 3xB and as refilling will be done once in two years then in three years it’s costing works out to as 1.5xC therefore D = A+(3xB)+(1.5xC)

The refilling & AMC rates quoted above will be applicable for both old as well as new fire extinguishers which are due for servicing/refilling or both.

L-1 vendor will be decided on adding the total of D1+D2+D3+D4+D5+D6+D7 as quoted by different firms and by comparing them as ‘Total E’. The lowest bidder of Total ‘E’ will be the L-1

All individual Product rates and AMC & Refilling charges quoted by the L-1 vendor will be finalized & freeze for next three years subject to negotiation with him if the bank feels so.

All spares used in the maintenance should be mentioned in the price bid, Claims of spares above 100 Rs. which is not fixed in Annual rate contract will not be paid.

Signature of authorized signatory With Seal

Page 27: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 27

Cost of Accessories (to be submitted along with Commercial Bid. The rates should be comparative)

S NO. ITEM/DESCRIPTION UNIT RATE PER UNIT

01. ISI Marked refill for Water CO2 9 Ltr. Fire Ext. 1 piece 02. ISI Marked refill for (Powder & Cartridge) for 5 kg Dry Chemical Powder

fire ext. 1 Piece

03. ISI Marked refill for 4 kg ABC type Fire ext. 1 piece 04. ISI Refill for store pressure Water CO2 9 ltr Fire Ext. 1 Piece Service and delivery charges Per

Branch

5. Hydraulic Pressure Test for Water CO2 , ABC & DCP Fire extinguishers. 1 piece 6. Enamel painting with 2 cotes premier 1 piece 7. Washer for DCP / Water CO2 1 piece 8. Floor stand for DCP / Water Co2 /Co2 1 piece 9. Wall fixing bracket for DCP / Water Co2 /Co2 1 Piece 10. Discharge hose with nozzle for DCP 1 piece 11. Safety Clip for DCP /Water cO2 / CO2 1 piece 12. Inner container for DCP 1 piece 13. Discharge hose with nozzle for Water CO2 1 piece 14. Union cap assembly 2 ½ “ Dia made of GM for DCP 1 Piece 15. Union cap assembly 2” Dia made of GM for Water CO2 9 Ltrs 1 piece 16. Discharge horn with adopter for CO2 1 piece 17. 1’ Valve or ¾” valve for CO2. 1 Piece 18. Valve for Modular 1 Piece 19. Discharge valve for water Co2/DCP store pressure 1 piece 20. Pressure gauge for water CO2/DCP store pressure 1 piece 21.* Any other item used for maintenance

*21 Any other part which is required but not been mentioned above to be quoted by the vendor along with its price else it will be provided free of cost whenever required.

Signature of authorized signatory With Seal

Page 28: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 28

ANNEXURE VI (Refers to Para 8 of RFP)

FORMAT OF BANK GUARANTEE

To The Regional Head Regional Office Union Bank of India 2nd Floor, Radha Palace, Opposite Silver City 78, Rajpur Road, Dehradun (Uttarakhand) – 248001

Dear Sir,

1. In response to your invitation to respond to your RFP for Supply of _____ M/s __________________ having their registered office at _____________ (hereinafter called the ‘Vendor’) wish to respond to the said Request for Proposal (RFP) for self and other associated vendors and submit the proposal for the supply, installation, of hardware as per terms and conditions listed in the RFP document.

2. Whereas the ‘Vendor’ has submitted the proposal in response to RFP, we, the ____________ Bank having our head office ________________ hereby irrevocably guarantee an amount of Rs.__________ (Rupees only) as required to be submitted by the ‘Vendor’ as a condition for participation in the said process of RFP.

3. The earnest money deposit for which this guarantee is given is liable to be enforced/ invoked: 4. If the Vendor does not fulfill requirements mentioned in RFP. 5. If the Vendor does not respond, as per the contract in accordance with the Terms and Conditions of

the RFP or the terms and conditions mutually agreed subsequently. 6. If the fire extinguisher provided by the vendor is found to be sub standard product or does not

conform to latest BIS specification. 7. If the vendor doesn’t perform AMC task as per IS 2190: 2010 or latest IS standards. 8. We undertake to pay immediately on demand to Union Bank of India, the said amount of Rupees fifty

thousand only without any reservation, protest, demur, or recourse. The said guarantee is liable to be invoked/ enforced on the happening of the contingencies as mentioned above and also in the RFP document and we shall pay the amount on any Demand made by Union Bank of India which shall be conclusive and binding on us irrespective of any dispute or difference raised by the vendor

9. Notwithstanding anything contained herein: 10. Our liability under this Bank guarantee shall not exceed Rs.50,000.00/-(Rupees fifty thousand only). 11. This Bank guarantee will be valid up to 18 months; and 12. We are liable to pay the guarantee amount or any part thereof under this Bank guarantee only upon

service of a written claim or demand by you on or before ________________. 13. In witness whereof the Bank, through the authorized officer has sets its hand and stamp on this

_______________ day of __________________ at _________________.

Signature of authorized signatory With Seal

Page 29: Request for Proposal (RFP) Rate contract of Vendors/Firms ... FE SEPT. 2018.pdfDehradun Region ROD:SEC:EMP:FE:06:2018-19 dated 13th Sept. 2018 Regional Office, Dehradun Second Floor,

Page 29


Recommended