bank of baroda...towards the cost of tender document and earnest money of rs 10000/- only (rupees...

32
Seal & Signature of Bidder Page 1 of 32 NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT BRANCHES/OFFICES OF BANK IN ERNAKULAM ZONE, KERALA. Zonal Office, Fifth floor, M.G Road Metro Station Complex, M.G.Road, Ernakulam- 682035, Kerala, India RFP Reference: ZO: EKM: SEC: 01:07 Dated 25.10.2019

Upload: others

Post on 02-Apr-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 1 of 32

NOTICE INVITING REQUEST FOR PROPOSAL (RFP)

FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY, INSTALLATION AND REFILLING OF FIRE

EXTINGUISHERS AT DIFFERENT BRANCHES/OFFICES OF BANK IN ERNAKULAM ZONE, KERALA.

Zonal Office, Fifth floor, M.G Road Metro Station Complex, M.G.Road, Ernakulam- 682035, Kerala, India

RFP Reference: ZO: EKM: SEC: 01:07 Dated 25.10.2019

Page 2: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 2 of 32

Table of Contents [A] Important Dates .................................................................................................................................................. 3

[B] Important Definitions ..................................................................................................................................... 4-4

1. Scope of the Work ........................................................................................................................................ 5-6

2. Submission of Proposal .................................................................................................................................. 6

3. Eligibility criteria for Bidders: ................................................................................................................... 6-8

4. Bid Submission Process ............................................................................................................................ 8-9

5. Inspection of Facilities .................................................................................................................................... 8

6. Earnest Money Deposit ................................................................................................................................... 8

7. Performance Bank Guarantee ....................................................................................................................... 9

9. No Price Variations ........................................................................................................................................... 9

10. Validity of Offer.................................................................................................................................................. 9

11. Evaluation Process .................................................................................................................................... 9-11

12. No Commitment to Accept Lowest or Any Tender ................................................................................ 10

13. Terms & Conditions .................................................................................................................................... 10

14. Criteria For Application Rejection/ Cancellation Of Registration ................................................ 10-12

15. Settlement of Disputes by Arbitration ....................................................................................................... 11

16. Guarantees ....................................................................................................................................................... 11

17. Availability Of Spares .................................................................................................................................... 11

18. Warranty ............................................................................................................................................................ 11

19. Maintenance Standard Expected During Warranty ............................................................................... 11

20. Refilling of Fire Extinguishers ..................................................................................................................... 12

21. Records ............................................................................................................................................................. 12

22. Guidelines for the OEM ........................................................................................................................... 12-14

23. Guidelines for Installation of Fire Extinguisher (Penal Clause & Fall Clause) ............................... 12

24. Opening of Offers ........................................................................................................................................... 13

25. Single Point of Contact & Direct Support .................................................................................................. 13

26. Set-off .................................................................................................................................................................. 13

27. Covenants of the Successful Bidder ................................................................................................. 13-16

28. Indemnity .......................................................................................................................................................... 14

29. Termination ...................................................................................................................................................... 14

30. Governing Laws .............................................................................................................................................. 15

Annexure - I ........................................................................................................................................................ 16-19

Annexure – II ...................................................................................................................................................... 18-22

Annexure - III…………………………………………………………………………………………………………………………………………….……….23

Annexure IV ........................................................................................................................................................ 22-25

Annexure – V ...................................................................................................................................................... 24-31

Annexure-VI ........................................................................................................................................................ 29-33

Annexure VII ............................................................................................................................................................. 32

Page 3: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 3 of 32

NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE

PROVIDERS FOR NEW SUPPLY, INSTALLATION AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT BRANCHES/OFFICES OF BANK IN ERNAKULAM ZONE.

The General Manager, Bank of Baroda, Ernakulam Zone, invites request for proposal (RFP) for Empanelment of Service Providers for New Supply and Refilling of Fire Extinguishers at various branches located in Ernakulam Zone from reputed firms / manufacturers / authorized suppliers who have experience in supply and maintenance of these equipment. The empanelment shall be for a period of one year from 01st January 2020 and extendable by two years based on the performance and it will be at the sole discretion of the Bank, unless terminated by the Bank at its own convenience by giving a prior notice of 30 days in writing to the firms without assigning any reason(s) and without any cost(s) or compensation therefore. Prospective service provider may download the RFP document only from the Bank’s website www.bankofbaroda.in/tenders

[A] Important Dates

RFP Reference Number RFP No:ZO:EKM:SEC:01:07 dated: 25.10.2019

Estimated Project Cost

Rs.12 Lakhs

Tender Fee Rs. 1,000/- in the form of Bank Draft/Banker’s Cheque in favor of Bank of Baroda, payable at Ernakulam.

Earnest Money Deposit (EMD) Rs.10000 (Rupees Ten Thousand only) in the form of Bank Draft/Banker’s Cheque in favor of Bank of Baroda, payable at Ernakulam

Availability of RFP document

RFP will be available on our Bank website www.bankofbaroda.in/tenders from 25.10.2019 to 15.11.2019 The RFP may be downloaded from the Tender Section by the Bidders. No hard copy of the RFP will be made available by the Bank.

Last date of submission of any query / reporting any error

Before 05/11/2019 ALL QUERIES TO BE SUBMITTED VIA EMAIL ONLY ON

[email protected]

Pre Bid Meeting On 05.11.2019 at Ernakulam

Last Date, Time and Place for receipts of bids

Date:15.11.2019 Time 16:00 hrs Place: Ernakulam

Date and Time of Technical bid Opening

Date 20.11.2019 Time : 11:00 AM Place: Ernakulam

Date and Time of Financial bid Opening

Date and Time will be intimated by email to the qualified

vendors after the Technical Evaluation of the Bids.

Address for Communication Zonal Office, Fifth floor, M.G Road Metro Station Complex, M.G.Road, Ernakulam- 682035, Kerala, India

Contact person: Mobile & Telephone Details:

Biju Varughese ,Sr. Manager (Security) Telephone : 0484-2587928 ( 9AM TO 4 PM)

Page 4: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 4 of 32

[B] Important Definitions:- Following terms are used in the document interchangeably to mean:

1. BANK means “Bank of Baroda”.

2. ZO means Zonal Office Ernakulam Zone”

3. RFP means this “Request for Proposal Documents”

4. Recipient, Respondent and Bidder, Vendor, means “Respondent to the RFP Document”.

5. Tender means RFP response documents prepared by the Bidder and submitted to Bank of Baroda

6. SI means “System Integrator”

7. SITC means “Supply, Installation, Testing and Commissioning”

Service providers fulfilling the specified requirements may submit their Bids as required so as to reach us latest on 15/11/2019 by 04 pm at the following address-

General Manager

Bank of Baroda

Zonal Office: Fifth floor,

M.G Road Metro Station Complex,

M.G.Road, Ernakulam-682035,

(Kerala) Prospective bidders are requested to submit their points for clarification during pre-bid meeting at under mentioned email address latest by 05.11.2019. (a) [email protected] (b) [email protected] Further “Addendum” shall be issued on Bank’s website only and bidder has to refer the same before final submission of the Tender. The Bank reserves the right to reject any / all applications without assigning any reason whatsoever.

Confidentiality:

This document is meant for the specific use by the Company / person/s interested to participate in the

current tendering process. This document in its entirety is subject to Copyright Laws. Bank of Baroda

expects the bidders or any person acting on behalf of the bidders to strictly adhere to the

instructions given in the document and maintain confidentiality of information. The bidders will be

held responsible for any misuse of the information contained in the document and liable to be

prosecuted by the Bank. In the event of such a circumstance is brought to the notice of the Bank.

By downloading the document, the interested party is subject to confidentiality clauses.

Page 5: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 5 of 32

REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY/INSTALLATION AND RE-FILLING OF FIRE EXTINGUISHERS AT DIFFERENT

BRANCHES/ATMs/OFFICES OF BANK IN ERNAKULAM ZONE

1. Scope of the Work The General Manager, Bank of Baroda Ernakulam Zone invites request for proposal (RFP) for New Supply and Refilling of Fire Extinguishers at various Branches/ATMs / offices of Bank of Baroda, located in Ernakulam Zone, comprising of entire Kerala State. Concerned Service Provider will have to enter into an agreement (as per the format decided by the bank) with the Zone, New Service Provider to start the work from the date of issuance of the work order. Zones will carry out the Empanelment of the System Integrators. The work order for New Supply and Refilling of Fire Extinguishers shall be placed by the concerned Zone, as per their requirement, with the Vendor. The contract shall be for a period of one year from 01st January 2020 and extendable by two years, based on the performance and it will be at the sole discretion of the Bank, unless terminated by the Bank at its own convenience by giving a prior notice of 30 days in writing to the firms without assigning any reason(s) and without any cost(s) or compensation therefore. Empanelment of Vendor should in no way be construed as work order. Zonal office Ernakulam Zone shall decide on the Empanelment of Vendor. Security Purchase Committee of the Zone shall decide the work allocation to the Service Provider. Decision of the committee shall be final and binding to all. No representation will be entertained. Please note that the RFP is for Refilling of Fire Extinguishers installed in all existing Branches/ATMs & offices of the Zone and new installations in new / existing Branches/ATMs on requirement basis. However, Bank has discretion to revise the scope of work upward / downward as per its requirement.

It is highlighted and to be noted by prospective Applicants that they will be fully responsible for the

manufacturer’s warranty in respect of proper design, quality and workmanship of all equipments,

accessories, etc., covered by the offer. The supplier must warrant all equipments, accessories, spare parts etc.,

against any manufacturing defects during the warranty period. During the warranty period the supplier shall maintain

the equipment and repair /replace all the defective components at the installed site at no additional charge of

whatsoever nature to the Bank.

Further they will also be required to undertake refilling services of existing fire extinguishers from the due date of

those already installed and functional at various branches of the bank in the Zone. For this purpose the vendor will

maintain a complete list of branches/ATMs/Offices of the Bank and updation of the same from time to time.

LOCATIONS TO BE COVERED

The services will be required to be provided for our following Regions in their offices and branches/ATMs (as required) both existing and opened during the tenancy of this contract. The broad areas presently under the jurisdiction of our Regions are as detailed below -

Sr. No.

REGION STATE / DISTRICT COVERED

1 Thiruvanthapuram Thiruvanthapuram,Kollam,Pathanamthitta,Alappuzha,Kottayam,Idukki

2 Ernakulam Ernakulam, Thrissur, Palakkad

3 Calicut Kozhikode, Kannur, Malappuram, Kasaragod, Wayanad

Awarding Rate Contract-

L-1 will be decided on package cost of New Supply of Extinguishers and Refilling of Extinguishers, as given

in Commercial Bid (Annexure VI). Bank may split the work among L1 & L2 in ratio of 60:40 or in ratio of

60:20:20 amongst L1, L2 & L3, if L2 & L3 agree to supply at the rates of L1.

The Security Deposit, either in whole or in part thereof, shall be forfeited in the event of the Service Provider’s failure to observe any terms of this Contract / or non-compliance with the conditions of the Contract.

Page 6: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 6 of 32

2. Submission of Proposal The offer will be in two parts; Technical & Commercial separately. Both the parts should be submitted in separate sealed covers duly super-scribed "Technical Offer for Empanelment of Service Provider for New Supply and Refilling of Fire Extinguishers” and "Commercial Offer for Empanelment of Service Provider for New Supply and Refilling of Fire Extinguishers” respectively. The Financial Bid of the Service Provider for New Supply and Refilling of Fire Extinguishers, for which the vendor is applying to be put in a separate envelope. Both sealed envelopes should be placed in another sealed envelope super-scribed “Empanelment of Service Provider for New Supply and Refilling of Fire Extinguishers in Ernakulam Zone with our Security Department at above given address by 15.11.2019 on or before 04 pm along with tender fee payment of Rs 1,000 (Non –refundable) towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam in a sealed envelope. MSEs (Micro and Small Enterprise) / NSIC / KVI etc. are exempted from paying the Earnest Money deposit (EMD) amount for which the concerned enterprise needs to provide necessary certificates / documentary evidence. For MSEs, Govt. of India provision shall be considered while evaluating the tender. Service Provider must sign each page of document submitted failing which the application is liable to be rejected. The proposal received after the time of submission, or without application fee or without earnest money or conditional applications would be rejected. Further, the Bank reserves the right to accept or reject any or all applications without assigning any reason. Bank reserves right to cancel or withdraw this RFP without assigning any reason.

The process of empanelment and basic criteria which the Applicants should fulfill for empanelment is given in

subsequent paragraphs.

3. Eligibility criteria for Bidders:

(a). General Instructions & Conditions

i. One service provider can offer products of one OEM only i.e. the package will have

rates and products from one OEM only.

ii. Please read the terms and conditions carefully before filling the proposal.

iii. Please sign all the pages of the RFP including each page of the proposal form.

iv. There should be no cutting / over writing. The cutting / over writing, if any, should be duly

attested.

(b) Registration

i. The prospective applicant should be a registered company / firm including Service

Providers, manufacturers (OEMs) and or their authorized suppliers and dealers.

ii. The Applicants should have authentic PAN, GST etc. allotted by competent authorities.

iii. The Applicants or its OEMs should have latest BIS certificate / license for manufacturing of

Fire Extinguishers.

iv. Certificate of statutory competent authority regarding Registration and Incorporation,

Memorandum & Article of Association, Partnership Deed etc is a must.

(c) Turnover and Service Network Criteria:

The Applicants should have following financial turnover and service center criteria besides having

GST in each of the state concerned:-

Page 7: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 7 of 32

(d) Experience and Product Certification

The Applicants should have the following experience, product certification and other criteria:-

i. Experience-The applicant should have minimum Five (5) years’ experience in the field of

supplying and refilling of fire extinguishers as required by the bank and for which

empanelment is sought, as on 25th October 2019.

ii. Work Executed. The bidder shall have carried out similar work of supply and refilling of fire

extinguishers during last 05 financial years as under:

One similar work of 80% of estimated cost i.e. Rs.3.6 lacs OR Two similar works of 50% of estimated cost i.e. Rs.2.25 Lacs OR Three similar works of 40% of estimated cost i.e. Rs.1.76 Lacs. Similar works means supplying and refilling of all type of fire extinguisher fire

extinguishers

iii. Product Certification. The products of the applicant should have latest BIS certification.

The products should be based on latest technology for the specific requirement.

iv. OEM Certificate. The applicant should have OEM certificate from original equipment

manufacturer along with confirmation that they would supply original quality spare parts for

the quoted model for minimum next 3 years from the date of installation. OEM letter to be

in Original and no photocopy or colored Xerox will be acceptable (In absence of the

original certificate from the OEM the Service provider will be disqualified).

(e) Performance Certificate: The applicant should submit a "Satisfactory Performance Certificate"

from at least -03- PSU Banks / FIs concerned PSB/ RRB on whose panel it is conducting business

related to supply and refilling of Fire Extinguishers.

(f) Supply & Installation: The applicant should be able to supply and install the products for which

empanelment is sought by themselves. No subletting of the work is permissible.

(g) Past Record: The applicant should not have been blacklisted by any PSU/PSB/Govt Organization

in past 5 years or services terminated due to poor performance. A certificate be submitted stating

that the company/firm or its owner or any sister concern have not been blacklisted. (Annexure -I)

(h) If any of the Zone of our Bank has issued a dissatisfactory letter about any agency the bid of such

company will be rejected in that / those Zone(s).

Sr.

No

Service

Area

Average Turnover for past

3 FYs.

Minimum Number of Service

1 All Kerala Rs.450000/-

Should have Establishment of the office at Ernakulam

(Proof to be submitted).

Page 8: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 8 of 32

4. Bid Submission Process

Interested parties shall submit their offers in sealed covers super scribed as "Technical Offer for Empanelment of Service Provider for New Supply and Refilling of Fire Extinguishers for Ernakulam Zone.

The offer will be in two parts, Technical Bid and Price Bid. Technical Bid will be opened and after technical evaluation, suitable Service Provider will be short listed. The Financial Bid / Price bid will be opened of only those Service Provider who qualify technically. Part 1- Technical Offer- Shall contain the details required to be furnished by Tendering Service Provider, as enumerated under the heading Eligibility Criteria of this document. The Technical Bid offer (TO) should be complete in all respects and contains all information asked in this document. It should not contain any price information. The Technical Bid offer should comprise of the following:

(a) Covering letter on the prescribed format (Annexure-I).

(b) Earnest Money Deposit of Rs 10000/- and Cost of RFP Document of Rs 1,000/- in the form of

separate for two amounts demand draft / pay order issued by a scheduled commercial bank

favouring Bank of Baroda, payable at Ernakulam Separate DD/ pay order to be submitted for EMD

and cost of Tender.

(c) Supplier’s profile as per (Annexure II)

(d) Certificate from OEM (Original Equipment Manufacturer) (Annexure-III) that they would supply

original quality spare parts for the quoted model for minimum next 03 years. Letter from OEM will be

in original (Hard copy), no Xerox/ mail print is acceptable. In absence of this your Tender will be

rejected.

(e) Latest BIS Certificates [For all type of Fire Extinguishers as mentioned in the tender]

(f) Documentation (Product Brochures, leaflets, manuals etc.)

(g) Details of reference sites as per Annexure IV including relevant completed work certificates.

(h) Technical Specifications complete with all columns (Annexure-V)

No bid later than 04:00 pm, 15.11.2019 shall be accepted. Part-2- Price Bid- Price bids of the product offered will be kept together in one Sealed envelope (separately), super scribed "Commercial Offer for Empanelment of Service Provider for New Supply and Refilling of Fire Extinguishers for Ernakulam Zone . (Annexure-VI).

1. Price Bid will not be included in Technical Bid and any Bid without the Price Bid shall be rejected.

Both Technical and Commercial Bids be kept in the third envelope super scribed “Empanelment of

Service Provider for New Supply and Refilling of Fire Extinguishers in Ernakulam Zone.

The Commercial Offer (CO) should contain relevant price information and the rates should be quoted in Indian Rupees only. The offer from the supplier should be for approved make and model only. The Bank reserves the right to reject any offer with multiple options.

5. Inspection of Facilities: The applicant should not have any objection to bank inspecting their manufacturing /

R&D /other infrastructure or any office to verify documentary/other claims as per application process. Bank

may also hold inquiries from past/existing clients of the applicant.

6. Earnest Money Deposit

Earnest Money deposit of Rs 10000/-(Ten Thousand only) in the form of DD/ Pay order favoring Bank of Baroda, payable at Ernakulam, must be submitted along with Tender. Offers not accompanied with EMD will not be accepted. The EMD will be forfeited if, bidder withdraws his bid during selection process, or having been selected by the Bank for the job, the Service Provider refuses to accept any contract or having accepted the contract, fails to carry out his obligations mentioned herein. No interest will be payable on the

Page 9: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 9 of 32

EMD. The EMD will be refunded to the unsuccessful Service Provider on completion of the process of selection. The Earnest Money paid by the successful Service Provider will be released only after furnishing the Performance Bank Guarantee.

7. Performance Bank Guarantee

Successful supplier should produce an unconditional Performance Bank Guarantee from any Schedule Commercial Bank excluding Co-operative Bank and Bank of Baroda. The Performance Bank Guarantee of Rs.100000/- (Rupees One Lakh Only) for a period of 3 years and 03 month from the date of commencement of contract. No Performance Bank Guarantee / deposit will be kept at branches.

The Performance Bank Guarantee shall be adjusted against any loss, damage, expense etc. to the Bank in failure of operation of Fire Extinguisher. During the period of contract including AMC period supplier should attend to all repairs / defects / replacement of major/minor spare parts free of cost. In case of failure on the part of the supplier to attend to the defects within a reasonable period, the Bank on its own will get the defects rectified through another Service Provider at the risk and cost of supplier and repairs rectified through another Service Provider.

8. No Erasures or Alterations

Technical / Commercial details must be completely filled up. Corrections or alterations, if any should be

authenticated. Every page of the submitted tender must have company’s seal & signed by the

authorized person.

9. No Price Variations

The commercial offer shall be based on rates to be quoted excluding of Taxes. Taxes will be paid as per

prevailing rates. The clause is to be read as:

(i) Excise & Sales Taxes, Works Contract Tax, Service Tax for Works

The Contractor shall pay and be responsible for payment of all taxes, duties, levies, royalties, fees or

charges in respect of the works including but not limited to sales taxes, tax on works contract, Service Tax,

GST, Excise duties and octroi, payable in respect of materials, equipment, plant and other things required

for the Contract.

(ii) New Taxes, Duties & Levies, etc.

If a new Tax or Duty or Levy is imposed under as statute or law during the currency of the contract, the

same may be reimbursed to the Employer if so deemed fit on documentary evidence.

10. Validity of Offer The offer should be valid for period of 180 days from the last date for submission of the offer.

11. Evaluation Process Offers will be evaluated in the following stages:

Stage I

Offers will be evaluated against the stipulated minimum eligibility criteria. Offers not complying with the

eligibility criteria will be rejected summarily.

Stage II

A technical evaluation of proposals will be carried out. Offers received without fulfilling the following

conditions shall not be evaluated.

(a) If offer is incomplete and/or not accompanied by all stipulated document

(b) If any of the terms and conditions stipulated in this document is not accepted and

Letter as per Annexure - I is not submitted.

Page 10: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 10 of 32

Stage III

Short-listing of Service Providers based on the technical evaluation.

Stage IV

Product demonstration of the makes and model submitted by the respective Service Provider will be done by

the service provider.

Stage V

Opening of commercial Bids of only those Service Provider whose product have qualified after product

demonstration. Intimation to this effect would be given by emails to shortlisted bidders.

12. 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.

13. Terms & Conditions

(a) Bank of Baroda’s Right to Accept/Reject any/or all Application

BANK reserves the right to accept/reject any or all application and to annul the Empanelment

process and accept/reject all applications at any time prior to registration or any time after

registration, without thereby incurring any liability to the affected applicants or any obligation to

inform the affected applicants of the grounds for BANK's action.

(b) BANK's Right to Issue Clarifications, Addendums, Corrigendum etc

BANK can at any time issue clarifications, addendums or corrigendum. The same will be

published in the BANK's website. The applicants are requested to regularly visit the Bank's

website.

(c) Purchase through GEMS Portal (Government E-Market)

Bank reserves the right to purchase the system through GeM portal of Govt. of India and provide the same to the Agency for installation and commissioning in the required branch. However, cost of any material / component provided by you for installation and commissioning of the system would be paid to you as per approved rates, including installation charges.

14. Criteria for Application Rejection/ Cancellation Of Registration

a) Any effort by an applicant/ registered applicant to influence BANK's decisions on evaluation and

registration process may result in rejection of application or cancellation of registration.

b) Applications submitted without cost of Application Documents (Rs 1000/-) or which do not confirm

unconditional validity of the application as prescribed or submission of false/fake Application

Documents or if the information provided by the applicant is found to be incorrect /misleading at any

stage / time during the Empanelment process or thereafter. Or if there is suppression of any material

fault/information.

c) Applications received by BANK after the last date and time prescribed for receipt of application or

applications without signature of person (s) duly authorized on required pages of the application or

applications without power of authorization and any other document consisting of adequate proof

of the ability of the signatory to bind the applicant shall be rejected.

d) Malpractice / attempt to influence / Manipulation of rates i.e quoting lower rates as compared to the

market / OEM rates, shall be viewed very seriously. If such a situation comes to the notice and/or

Page 11: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 11 of 32

there are reasons / circumstances for BANK to believe so, the concerned applicant will be called in to

give justification of rates quoted by them to the committee. If they are not able to give a proper /

satisfactory justification of their quoted rates, their Empanelment will be cancelled. If the Service

Provider is found, subsequent to their registration and Empanelment, not complying with, any of the

eligibility criteria.

e) If continuous poor performance has been observed from an applicant.

f) Any other grounds as decided by BANK management after due diligence.

15. Settlement of Disputes by Arbitration

(i) The Bank and the vendor shall make every effort to resolve amicably, by direct informal negotiation between the respective project managers / directors of the Bank and the vendor, any disagreement or dispute arising between them under or in connection with the contract.

(ii) If the Bank project manager / director and vendor project manager / director are unable to resolve the

dispute after thirty days from the commencement of such informal negotiations, they shall immediately escalate the dispute to the senior authorized personnel designated by the vendor and Bank respectively.

(iii) If after thirty days from the commencement of such negotiations between the senior authorized

personnel designated by the vendor and Bank, the Bank and the vendor have been unable to resolve contractual dispute amicably, either party may require that the dispute be referred for resolution through formal arbitration.

(iv) All questions, disputes or differences arising under and out of, or in connection with the contract or

carrying out of the work whether during the progress of the work or after the completion and whether before or after the determination, abandonment or breach of the contract shall be referred to arbitration by a sole Arbitrator acceptable to both parties OR the number of arbitrators shall be three, with each side to the dispute being entitled to appoint one arbitrator. The two arbitrators appointed by the parties shall appoint a third arbitrator shall act as the chairman of the proceedings. Arbitration will be carried out at Mumbai. The Arbitration and Conciliation Act 1996 or any statutory modification thereof shall apply to the arbitration proceedings

(v) Judgment upon the award may be entered by any court having jurisdiction thereof or having

jurisdiction over the relevant Party or its assets.

16. Guarantees

The Fire Extinguisher including all components delivered to the Bank should be brand new and as per BIS 15683. The supplier should also guarantee that maintenance and refilling to be carried out as per BIS 2190.

17. Availability of Spares

Spares for the product offered should be available for at least 03 years.

18. Warranty

The offer must include comprehensive on-site warranty of -1- year for all type of fire extinguishers except modular automatic fire extinguishers which shall carry a warranty of -3- years from the date of installation and commissioning of the equipment.

Service Provider shall be fully responsible for the manufacturer’s warranty in respect of proper design,

quality and workmanship of all equipment, accessories, etc., covered by the offer. The supplier must warrant all equipment, accessories, spare parts etc., against any manufacturing defects during the warranty period. During the refilling contract period the Service Provider shall depute their representative for refilling of extinguisher.

19. Maintenance Standard Expected During Warranty

Page 12: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 12 of 32

The supplier should ensure that in case the equipment cannot be repaired within the stipulated period, the supplier should provide a replacement till the system/equipment is returned duly repaired.

20. Refilling of Fire Extinguishers

Refilling of all types of Fire Extinguishers will be carried out once in -1- year except modular automatic fire

extinguishers which shall be refilled once in -3- years from the date of last refilling / installation and commissioning.

Before commencement of work, Zone will provide the Branch wise due date statement to the Service Provider.

21. Records

As per requirement of the Bank / Branch, if request is made by the Bank / Branch to the vendor for providing details of all fire extinguisher Branch-wise with date of installation and due date of refilling, the vendor would make arrangements to provide the details.

22. Guidelines for the OEM (a) OEM should have online dedicated support center available during working hours and a fully

equipped repair and maintenance office in India. Document details to be submitted for the same for verification.

(b) OEM should have valid BIS certification. (c) Documents of Manufacturing license/ Excise Registration of the OEM factory need to be submitted

for verification. (d) Product Certification copies to be attached as per the specifications.

(e) Vendor will be responsible for non-genuine products. Audit for Banks whether actual material is provided or not needs to be done by OEM, as and when required by Bank, without any additional cost, as a service support to Bank.

(f) OEM to have presence in India since Last 10 years

23. Guidelines for Installation of Fire Extinguisher (Penal Clause & Fall Clause)

New fire extinguisher shall be installed as per directives of Zonal Office of the Bank. New installation to be completed within 15 days of the receipt of the work order failing which 10% penal charges per week from the work order will be levied and deducted from the bill. Refiling to be done within 07 days of due date otherwise 20% penalty will be deducted from entire bill. Penalty Clause for non-Compliance of AMC: If the vendor fails to provide the AMC service for either of the quarter, a penalty of Rs.100/- per branch per quarter will be imposed on the respective service provider. If at any point of time, vendor is found to be supplying inferior material not confirming the prescribed technical specification and unsatisfactory services in terms of the provisions of the tender, Bank shall initiate steps for blacklisting of firm with information to all PSU Banks / RBI / IBA. FALL CLAUSE – At any point of time if it is observed that the vendor is supplying to other financial institutions / firms similar material / services at lower rates than offered to Bank of Baroda, then the vendor shall have to compensate the Bank of Baroda by paying the difference amount and downward revise the rate of respective item / services at the time of renewal of contract as applicable.

In addition to the above, following guidelines are advised.

a. All Fire Extinguisher should be refilled once in a year (Annual Refilling) except Modular Fire Extinguisher.

b. Automatic Modular (ABC) type Fire Extinguisher should be refilled once in 3(Three) years c. New Supply & Installation of Fire Extinguisher should be done strictly in accordance with BIS code

IS:15683 and IS:15493. d. Serviceable existing Fire Extinguishers should continue to be used and refilled every year. e. The use and functioning of the fire extinguisher should be demonstrated and explained to the

concerned staff of the branch / office of the Bank on regular basis including any update or modification in the product.

Page 13: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 13 of 32

24. Opening of Offers

Technical Bid Offers will be opened at Zonal Office, Ernakulam Zone, on 20/11/2019 2:00 pm by Committee of Executives / Officers. The Bidders/ their representatives(s) may be present at the time of opening of the Technical Bid Offers. No separate intimation will be sent in this regard to the Service Provider 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. Financial Bids will be opened of only those Service Provider who qualify technically.

25. Single Point of Contact & Direct Support

The bidder should provide the details of single point of contact and also Escalation matrix for support.

26. Set-off

1. Without prejudice to other rights and remedies available to BANK, BANK shall be entitled to set-off or adjust any amounts due to BANK under this project from the Service Provider against payments due and payable by Bank to the Service Provider for the services rendered.

2. The provisions of this Clause shall survive even after termination of the Agreement.

27. Covenants of the Successful Bidder

1. The successful bidder shall deploy and engage suitably experienced and competent personnel as

may reasonably be required for the performance of the services. During the currency of project, the

successful bidder shall not substitute the key staff identified for the services.

2. The successful bidder shall forthwith withdraw or bar any of its employee/s from the provision of the

services if, in the opinion of BANK:

a) The quality of services rendered by the said employee is not in accordance with the quality specifications stipulated by BANK; or

b) The Empanelment or provision of the services by any particular employee is prejudicial to the interests of BANK.

3. All employees engaged by the successful bidder shall be in sole employment of the successful bidder and the successful bidder shall be solely responsible for their salaries, wages, statutory payments etc. That under no circumstances shall BANK be liable for any payment or claim or compensation (including but not limited to compensation on account of injury/death/termination) of any nature to the employees and personnel of the Service Provider.

4. The successful bidder :

a) Shall be responsible for all negotiations with personnel relating to salaries and benefits, and shall be responsible for assessments and monitoring of performance and for all disciplinary matters.

b) Shall not knowingly engage any person with a criminal record/conviction and shall bar any such person from participating directly or indirectly in the provision of services under this Agreement.

c) Shall at all times use all reasonable efforts to maintain discipline and good order amongst its personnel.

d) Shall not exercise any lien on any of the assets, documents, instruments or material belonging to BANK and in the custody of the Service Provider for any amount due or claimed to be due by the Service Provider from BANK.

e) Shall regularly provide updates to BANK with respect to the provision of the services and shall meet with the personnel designated by BANK to discuss and review its performance at such intervals as may be agreed between the Parties.

f) Shall be responsible for compliance of all laws, rules, regulations and ordinances applicable in respect of its employees, sub-contractors and agents (including but not limited to Minimum Wages Act, Provident Fund laws, Workmen's Compensation Act) and shall establish and maintain all proper records including, but not limited to, accounting records required by any law, code, practice

Page 14: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 14 of 32

or corporate policy applicable to it from time to time, including records and returns as applicable under labour legislations.

g) Shall not violate any proprietary and intellectual property rights of BANK or any third party, including without limitation, confidential relationships, patent, trade secrets, copyright and any other proprietary rights in course of providing services hereunder.

h) Shall ensure that the quality and standards of materials and services to be delivered or rendered hereunder, will be of the kind, quality and timeliness as designated by the BANK and communicated to the Service Provider from time to time.

i) Shall not work in a manner which, in the reasonable opinion of BANK, may be detrimental to the interests of BANK and which may adversely affect the role, duties, functions and obligations of the successful bidder as contemplated by this RFP.

j) Shall be liable to BANK for any and all losses of any nature whatsoever arisen directly or indirectly by negligence, dishonest, criminal or fraudulent act of any of the representatives and employees of the successful bidder while providing the services to the BANK.

k) Shall itself perform the obligations under this RFP and shall not assign, transfer or sub-contract any of its rights and obligations under this Agreement except with prior written permission of BANK.

28. Indemnity

1. The successful bidder shall, at its own expense, indemnify, defend and hold harmless BANK and its officers, directors, employees, representatives, agents respective directors, and assigns from and against any and all losses and liability (including but not limited to liabilities, judgments, damages, losses, claims, costs and expenses, including attorney’s fees and expenses) that may be occurring due to, arising from or relating to:

a) a breach, non-performance or inadequate performance by the successful bidder of any of the terms, conditions, covenants, representations, undertakings, obligations or warranties under this Agreement; or

b) the acts, errors, representations, misrepresentations, willful misconduct or negligence of the successful bidder , its employees in performance of its obligations under this Agreement; or

c) any deficiency in the services of the successful bidder or

d) Violation of any applicable laws by the successful bidder, its agents, employees, representatives etc.

2. In the event of successful bidder not fulfilling its obligations under this clause within the period

specified in the notice issued by the Bank. Bank has the right to recover the amounts due to it under

this provision from any amount payable to the vendor under this project.

3. The indemnities under this clause are in addition to and without prejudice to the indemnities given

elsewhere in this agreement.

29. Termination

Bank reserve the right to terminate this RFP at any stage without any advance notice to participants. However the Bank will be entitled to terminate any subsequent agreement, if Vendor breaches any of its obligations set forth in this RFP and any subsequent agreement and

Page 15: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 15 of 32

Such breach is not cured within thirty (30) Working Days after Bank gives written notice; or

if such breach is not of the type that could be cured within thirty (30) Working Days, failure by Vendor to provide

Bank, within thirty (30) Working Days, with a reasonable plan to cure such breach, which is acceptable to the

Bank. Or

A liquidator or a receiver is appointed over all or a substantial part of the undertaking, assets or revenues of the

other Party and such appointment continues for a period of twenty one (21) days;

The other Party is subject of an effective resolution for its winding up other than a voluntary winding up for the

purpose of reconstruction or amalgamation upon terms previously approved in writing by the other Party; or

The other Party becomes the subject of a court order for its winding up.

The Bank, by written notice of default sent to the Vendor, may terminate this Contract in whole or in part without prejudice to any other remedy for breach of Contract if the Vendor fails to deliver any or all of the Design, Goods, Works and Services, within the period(s) specified in the Contract or within any extension thereof granted by the Bank

Upon the termination or expiry of subsequent Agreement. The rights granted to Vendor shall immediately terminate.

In the event the Bank terminates the Contract in whole or in part, the Bank may, among other applicable remedies, procure Goods, Works or Services similar to those undelivered upon such terms and in such manner as it deems appropriate, and hold the Vendor liable to the Bank for any excess costs for such similar Goods, Works or Services. However, the Vendor shall continue to perform of the Contract to the extent not terminated.

30. Governing Laws

The subsequent contract shall be governed and construed and enforced in accordance with the laws of India applicable to the contracts made and to be performed therein, and both Parties shall agree that in respect of any dispute arising upon, over or in respect of any of the terms of this Agreement, only the courts in Kerala shall have exclusive jurisdiction to try and adjudicate such disputes to the exclusion of all other courts. I have read and accept, all terms/conditions/criteria other aspects mentioned in this document unconditionally. Signature ………………….. (Authorized signatory/director of the Service Provider) Date………………….

Page 16: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 16 of 32

Annexure-I

NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT

BRANCHES/ATMs/OFFICE/INSTITUTIONS OF BANK IN ERNAKULAM ZONE

(On Letter Head of Service Provider)

Ref No. Date: To General Manager Bank of Baroda Zonal Office Ernakulam Zone Ernakulam-682035 Dear Sir, With reference to the above tender notice, having examined and understood the instructions, terms and conditions forming part of the tender forms, we hereby enclose our offer for the new supply and refilling of Fire Extinguishers at Branches/ATMs/Institutions of Ernakulam Zone. We confirm that our Annual Turnover for last three years is under:-

SN Year Turnover

01 2016 -17

02 2017-18

03 2018-19

I/We am/are aware that the empanelment does not guaranteed any work order. In the event of getting a contract, I/We agree to honor the obligation with due diligence and efficiency as required by the Bank of Baroda. We also confirm that, in the past we have not been issued with any dissatisfactory letter by any of the Regions /Branch of Ernakulam Zone. We confirm that we have not been disqualified / backlisted by any Govt. Deptt / RBI / PSU bank or any other organization for supply and maintenance of Fire Extinguishers. We also confirm that, in the past, we have not been issued with any dissatisfaction letter by any of the Region / Branches of the Ernakulam Zone. We also agree that in case any poor performance is received from any of our clients our Bid will be rejected / disqualified. We further confirm that the offer is in conformity with the terms and conditions as mentioned in the tender Documents. We also confirm that the offer shall remain valid for 180 days from the last date for submission of the offer. We understand that the Bank is not bound to accept the offer either in part or in full and that the Bank has the right to reject the offer in full or in part without assigning any reason whatsoever. We certify that ……………………………………… (Name of Service Provider) is not owned or controlled by any Director or serving Officer/Employees of Bank of Baroda or their relatives having the same meaning as assigned under section 6 of the Companies Act, 1956. We agree to provide required performance guarantee at the Zone. We also confirm that the Zone has not issued any disqualification letter to our agency in the past.

Page 17: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 17 of 32

I/We agree to all the terms and conditions of the notice. We enclose herewith a Demand Draft/Pay Order for Rs 1000/-(Non –refundable) and Rs.10,000/- (Refundable) favoring Bank of Baroda and payable at Ernakulam towards tender fees and Earnest Money Deposit, details of the same areas under:

Particulars Tender Fee of Rs.1000/- EMD of Rs.10000/-

Demand Draft/Pay Order No. :

Date of Demand Draft/Pay Order :

Name of Issuing Bank :

We also confirm that the above products meet the Technical specifications/ features, as per the RFP.

Yours faithfully,

Authorized Signatories (Name & Designation, seal of the firm) E-Mail address Contact No

Page 18: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 18 of 32

Annexure –II

NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF SERVICE PROVIDERS OF REPUTE FOR NEW SUPPLY AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT

BRANCHES/OFFICES OF BANK IN ERNAKULAM ZONE

FORMAT OF THE APPLICATION FORM

PART - I SUPPLIER’S PROFILE

Sr.

NO

ITEM PARTICULARS Proof / details to be attached

as (with proper Flags)

1 Name of the Company/ Firm/ Organization, Website, Email

Annexure A

2 Year of Establishment and Incorporation

Annexure B

3. Status of the firm whether Company/Firm/proprietary etc

Annexure C

a) Registered under the Companies Act, 1956. If so mention registration number and date.

b) Registered under the Societies Registration Act, 1860. If so mention registration number and date.

c) Registered under the Indian Trust Act, 1882. If so mention registration number and date.

d) Sole proprietorship firms whose proprietor is a resident in India as per the Income Tax Act, 1961. If so mention registration number and date.

e) Partnership firm registered in India. If so mention registration number and date.

4 Nature of Business. Whether OEM /Service Provider/Manufacturer/

Authorized dealer/supplier etc

Annexure D

5 Address of Registered Office with PIN Code.

Annexure E

6 Correspondence Address Annexure F

Page 19: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 19 of 32

7 Address of Manufacturing Unit/R&D

Site

Annexure G

8 Name of Directors/ Partners /

Members etc

(a) (b)

Annexure H

9 a) Name of contact person(s)

b) Mobile Numbers(s)

c) Land Line

Annexure I

10 Name of person(s) authorized to conduct business along with Mobile, Tele, Fax and Email details

Annexure J

11 a) Has your company/firm been ever

blacklisted in past 5 years. If Yes,

Give Details.

Annexure K

b) If No, a certificate be submitted

stating that the company/firm or its

owner or any sister concern have not

been so blacklisted by any institution

of the Central or State Govt,

PSU/PSBs in the past three years on

any grounds whatsoever.

Annexure L

12 Any subsidiary company (Write Yes / No).

Give all details if yes

Annexure M

13 Furnish the names of three responsible persons who will be in a position to certify about the quality as well as past performance of your organization.

Annexure N

Sr.

No

NAME ADDRESS CONTACT NUMBER

a)

b)

c)

Page 20: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 20 of 32

PART II- FINANCIAL, REGISTERATION FOR TAXATION AND OTHER STATUTORY

REQUIREMENTS

Sr.

NO ITEM PARTICULARS

Proof / details to be

attached as (with proper

Flags)

1 Whether registered for the following and having necessary certificates/ authority?

If so, mention registration number and date.

Enclose relevant certificate/

Application Documents

Annexure O

a) Income Tax, PAN

b) GST

c) IGST

d) TIN

e) EPF

f) ESIC

2. Furnish copies of audited Balance

Sheet and profit & loss

account(audited) for the last 3

financial years

TURN OVER

Profit after Tax (INR Lacs)

Annexure P

Certificate of CA to be attached in Original

a) 2016-17-Turnover

b) 2017-18 –Turnover

c) 2018-19 –Turnover

3. Name and address of Bankers

along with IFS Code

Bank Name Address IFSC

Code

Annexure Q

Page 21: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 21 of 32

Annexure-III

NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT

BRANCHES/OFFICES OF BANK IN ERNAKULAM

(Letter to the bank on the OEM’s Letterhead in Original) To The General Manager Bank of Baroda Zonal Office Ernakulam Ernakulam-682035 Dear Sir, Subject: Authorization for SITC and Maintenance of Fire Extinguishers. We _____________________ __________________________________________registered office at ____________________________________________ having joint venture / authorized dealer etc. with ____________________________ who are established and leading manufacturer of Fire Extinguishers, do hereby authorize M/s________________________________ ____________________ having their registered office at____________________________________________________________________ to submit quote, negotiate, supply, install and provide after sales support for our range of under mentioned products quoted by them to meet the above mentioned tender:-

Sr. No

Product Company Model No.

Remarks

1. CO2 Fire Extinguisher (Portable) 2.0 Kg Capacity)

2. CO2 Fire Extinguisher (Portable) 4.5 kg capacity

3. ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity

4. ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity

5. Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity

We also confirm that the above products meet the Technical specifications/ features as per the RFP. We as OEM are responsible that the Service Provider uses genuine products. We will conduct Audit of the products being installed by the Service Provider, as and when required by the Bank without any extra cost, as a service support to the Bank. We hereby confirm to extend our back to back technical support and meet warranty terms of 1 year for portable and 3 years for modular fire extinguishers. Also, we as an OEM assure that the quoted models are not end of life and necessary spares would be provided at cost to bidder for period of three years, as per OEM standards for this tender/project. We will submit a certificate annually on 31st March for the total number of new supply of fire extinguishers for Bank of Baroda to the agency. Thanking you,

Yours faithfully,

Authorized Signatories (Name & Designation, seal of the OEM) Contact No. E-Mail Address

Authorized Signatory _______________

Page 22: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 22 of 32

Annexure IV NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT BRANCHES/OFFICES OF BANK IN ERNAKULAM ZONE

DETAILS OF EMPANELMENT WITH FINANCIAL INSTITUTION (FI)

Sr.

No

Name of the FI Date Since

Empanelled

Fire Extinguishers Being Supplied

Satisfactory Completion certificate attached

(as Annexures)

1

2

3

WORK & BUSINESS EXPERIENCE AND PROPOSAL FOR EQUIPMENT FOR EMPANELMENT

Sr.

NO

ITEM PARTICULARS REMARKS

1 Existing Panel of Bank. Give names of Zones where providing services along with relevant performance certificates/Letters

a)

b)

c)

d)

DETAILS OF COMPLETED WORK IN LAST THREE YEARS (AS ON 30th September 2019)

1. Enclose relevant documentary proof as annexure.

NAME AND ADDRESS OF THE FI

DATE OF INSTALLATION

TYPE OF FIRE EXTINGUISHER

ABC / DCP Type

CO2 Type Modular ABC Water Type

Total Systems Installed

Page 23: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 23 of 32

2. Following certificate/undertaking to be submitted with the application documents

CERTIFICATE

Certified that all the information given above and in all documents submitted for empanelment with Bank of Baroda for Fire Extinguisher Supply & Refilling is true to the best of my/our knowledge. It is understood that in case any claim/information is found to be incorrect the application shall be rejected or if found after empanelment the bank may blacklist and take other legal action.

Date:

Place: Signature

Name:

Designation:

Stamp of the Company/Firm (Authorized representative)

Note: Please add rows where required. Where copies of Application Documents/certificates are required to be

furnished these are to be certified true copies

Page 24: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 24 of 32

Annexure – V

NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT

BRANCHES/OFFICES OF BANK IN ERNAKULAM ZONE

COMPLIANCE CONFIRMATION (Attach OEM’s Brochure) A- TECHNICAL SPECIFICATION FOR ABC STORED PRESSURE [DRY POWDER] TYPE FIRE

EXTINGUISHER CAPACITY 02 KG

Sr No Specifications Compliance Yes / NO

1 The current and valid BIS certification IS 15683:2006 needs to be submitted along with the offer.

2 Dry Chemical powder used as extinguishing agent should be Mono Ammonium Phosphate (MAP) with more than 90% concentration conforming to IS 14609:1999.

3 Vessel used in the manufacturing should be constructed using Deep Drawn Technology to keep seamless area not less than 70% of the cylinder.

4 Each vessel needs to be checked for tensile strength upto 35 kgf/cm² and Manufacturer has to submit Hydrostatic pressure testing certificate for the same.

5 The extinguisher should be pressurized using high grade Dry Nitrogen as per IS 1747 standard. OEM declaration should be submitted.

6 In-house Helium Leak Detection Testing is must to ensure maintenance of Stored Pressure in the cylinder over a period of 5 years and provide certificate for the same.

7 There should be a Tamper - proof plastic safety seal (User friendly) & a metal pin.

8 The extinguisher should have a grip integrated with a cap over the valve housing. The grip & the cap should be constructed of “Glass filled Nylon”.

9 Fire Rating as IS: 15683, for class A: 1A and class B: 8B needs to be provided for the extinguisher.

10 The firm should submit the product performance test report from NABL accredited Lab.

11 The extinguisher must have a magnetic Pressure Gauge to enable the checking of pressure gauge’s correct working without dismantling or opening the cylinder.

12 Gross Weight must not exceed 3.6 Kg & Empty Weight shall upto 1.6 Kg.

13 Maximum Height of the can must be 344MM & Diameter upto 108MM.

14 Discharge time should not less than 08 Seconds.

15 The extinguisher must have controllable discharge mechanism to provide flexibility of releasing extinguishing agent on targeted fire location.

16 Minimum effective range should be 2 meters.

17 Applicable on Class A, B, C and electrically started Fire.

18 Can Construction: Deep drawn & Mig CO₂ welded.

19 Valve Construction: Forging and Machining.

20 Internal Coating of Can: Epoxy Powder coating.

21 External Coating of Can: Epoxy Polyester Powder coating.

22 Sheet metal thickness should not less than: 1.60MM.

23 01 Years Warranty and a sample of the warranty card with terms and conditions to be submitted.

24 Serial no. and date of manufacturing should be embossed on the body of the fire extinguisher.

Page 25: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 25 of 32

B- TECHNICAL SPECIFICATION FOR ABC STORED PRESSURE [DRY POWDER] TYPE FIRE EXTINGUISHER CAPACITY - 04 KG

Sr No

Specifications Compliance Yes /

NO

1 The current and valid BIS certification IS 15683:2006 needs to be submitted along with offer.

2 Dry Chemical powder used as extinguishing agent should be Mono Ammonium Phosphate with more than 90% concentration conforming to IS 14609:1999.

3 Vessel used in the manufacturing should be constructed using Deep Drawn Technology to keep seamless area not less than 70% of the cylinder.

4 Each vessel needs to be checked for tensile strength up-to 35 kg f/cm2 and Manufacturer has to submit Hydrostatic pressure testing certificate for the same.

5 The extinguishers should be pressurized using high grade Dry Nitrogen as per IS 1747 standard. OEM declaration should be submitted.

6 In-house Helium Leak Detection Testing is must to ensure maintenance of Stored Pressure in the cylinder over a period of 5 Years.

7 There should be a Tamper - proof plastic safety seal (User friendly) & a metal pin.

8 The extinguisher should have a grip integrated with a cap over the valve housing. The grip & the cap should be constructed of “Glass filled Nylon”.

9 Fire Rating as per IS: 15683 for class A: 1A and Class B: 13B needs to be provided for the extinguisher.

10 The firm should submit the product performance test report from NABL accredited Lab.

11 The extinguisher must have a magnetic Pressure Gauge to enable the checking of pressure gauge’s correct working without dismantling or opening the cylinder.

12 Gross Weight must not exceed 6.9 Kg & Empty Weight shall upto 2.9 Kg.

13 Maximum Height of the Can must be 440MM & Diameter upto 140MM

14 Discharge time not less than 13 Secs.

15 The Extinguisher must have controllable discharge mechanism to provide flexibility of releasing extinguishing agent on targeted fire location.

16 Minimum effective range 4 Meters.

17 Applicable on Class A, B and electrically started Fire.

18 Can Construction: Deep drawn & Mig Co2 welded.

19 Valve Construction: Forging & Machining.

20 Internal Coating of Can: Epoxy Powder coating.

21 External Coating of Can: Epoxy Polyester Powder coating.

22 Sheet metal thickness: 1.60MM.

23 05 Years Warranty and a sample of the warranty card with terms & conditions to be submitted.

24 Serial no. and date of manufacturing should be embossed on the body of the fire extinguisher.

C- TECHNICAL SPECIFICATION FOR CO2 GAS TYPE FIRE EXTINGUISHER CAPACITY – 2.0 kg

Sr No

Specifications Compliance Yes /

NO

1 The current and valid BIS certification IS 15683:2006 needs to be submitted along with the offer.

2 Discharge valve shall be conform to all the requirement given in IS 3224:2002 or latest version thereof.

3 Filling ratio does not exceed 0.667 of the water capacity of each cylinder by weight.

4 The Vessel must be approved by PESO and Hydrostatic Pressure Test report to be submitted along with quantities supplied.

5 The supplier company must have license to refill and store compressed gas in cylinders as per Gas Cylinder rules 2004.

6 Used Unused / Ready Indicator to identify the used extinguishers from the unused extinguishers.

7 Gross Weight must not exceed 5.16 Kg & Empty Weight shall upto 3.16 Kg.

Page 26: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 26 of 32

8 Maximum Height of the Can must be 615 MM & Diameter upto 111MM.

9 Discharge Time minimum 08 Sec.

10 Minimum effective range 02 Meter.

11 Applicable on B, C & Electrically started fire.

12 Fire rating of B class shall be 8B.

13 The firm should submit the product performance test report from NABL accredited Lab.

14 Can Construction : Cold Impact Extrusion.

15 Valve Construction : Forging & Machining.

16 External coating of can Spray Printing.

17 The Manufacturer has to provide 03 years warranty on the extinguishers and a sample of the warranty card with terms & conditions to be submitted

18 Serial no. and date of manufacturing should be embossed on the body of the fire extinguisher.

D- TECHNICAL SPECIFICATION FOR CO2 GAS TYPE FIRE EXTINGUISHER CAPACITY – 4.5 KG

Sr No

Specifications Compliance Yes /

NO

1 The current and valid BIS certification IS 15683:2006 needs to be submitted along with the offer.

2 Discharge valve shall be conform to all the requirement given in IS 3224:2002 or latest version thereof.

3 Filling ratio does not exceed 0.667 of the water capacity of each cylinder by weight.

4 The Vessel must be approved by PESO and Hydrostatic Pressure Test report to be submit alongwith quantities supplied.

5 The supplier must have PESO license to refill and store compressed gas in cylinders as per Gas Cylinder rules 2004.

6 Used Unused / Ready Indicator to identify the used extinguishers from the unused extinguishers.

7 Gross weight shall not exceed 11.16 Kg & Empty weight upto 6.66 Kg.

8 Maximum height of the can shall be 860 MM & Diameter upto 140 MM.

9 The minimum discharge time shall be 13 seconds.

10 The minimum effective range shall be 02 meter.

11 Applicable on B, C & Electrically started fire.

12 Fire rating of B class shall be 21B.

13 The firm should submit the product performance test report from NABL accredited Lab.

14 Can construction: cold impact extrusion.

15 Valve construction: forging & machining.

16 External coating of can shall be spray printing.

17 The manufacturer has to provide 03 years warranty on the extinguishers and a sample of the warranty card with terms & conditions to be submitted

18 Serial no. and date of manufacturing should be embossed on the body of the fire extinguisher.

Page 27: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 27 of 32

E- TECHNICAL SPECIFICATION FOR CEILING MOUNTED ABC MODULAR CAPACITY 05 KG

Sr No

Specifications Compliance Yes /

NO

1 05 Kg ceiling mounted fire extinguisher Mono Ammonium Phosphate Powder 90.

2 Dry chemical powder used as extinguishing agent should be Mono Ammonium Phosphate with more than 90% concentration conforming to IS 14609:1999.

3 MSDS of the powder needs to be submitted along with the offer.

4 The Manufacturer has to submit 05 years warranty on the extinguishers

5 Vessel used in the manufacturing should be constructed using Deep Drawn Technology to keep seamless area not less than 70% of the cylinder.

6 Each vessel needs to be checked for tensile strength upto 35 kgf/cm2 and manufacturer has to submit hydrostatic pressure testing certificate for the same.

7 The extinguisher shall be pressurized using high grade dry nitrogen as per IS 1747 standard. OEM declaration should be submitted with the offer.

8 In-house helium leak detection testing is must to ensure maintenance of stored pressure in the cylinder over a period of 5 Years.

9 The extinguisher shall be store pressure type and must have pressure gauge.

10 Gross Weight must not exceed 7.7 Kg & Empty Weight shall upto 2.7 Kg.

11 Maximum Height of the Can must be 264MM & Diameter upto 240 MM.

12 Discharge Time less than 08 Seconds.

13 Auto discharge mechanism should have Quartzoid bulb which bursts when the temperature increases beyond the limit, Red Quartzoid bulb with the rating of 68 deg C shall be used.

14 Applicable on Class A, B and electrically started Fire.

15 Can Construction: Deep drawn & Mig CO2 welded.

16 Valve Construction: Forging & Machining.

17 Internal Coating of Can: Epoxy Powder coating.

18 External Coating of Can: Epoxy Polyester Powder coating.

19 Sheet metal thickness : 1.60 MM.

20

5 Years Warranty and a sample of the warranty card with terms & conditions to be submitted

21

Serial no. and date of manufacturing should be embossed on the body of the fire extinguisher.

Sl Equipment Specification Compliance (Yes / No)

1. CO2 Fire Extinguisher (Portable) 2.0 kg Capacity

IS:15683 Certified

2. CO2 Fire Extinguisher (Portable) 4.5 kg capacity

IS:15683 Certified

3. ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity

IS:15683 Certified

4. ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity

IS:15683 Certified

5. Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity

6. Accepted Make / Brand Ceasefire, Firestone, Lifeguard, Minimax, Safex or any other brand

complied with BIS.

Page 28: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 28 of 32

7. Refilling Frequency: -1- Year CO2 Fire Extinguisher (Portable Type) 2.0 kg capacity CO2 Fire Extinguisher (Portable type) 4.5 kg capacity CO2 Fire Extinguisher (Trolley Mounted) 6.5/6.8 kg capacity CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg capacity ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity ABC Fire Extinguisher (Stored Pressure type) 5.0 kg capacity ABC Fire Extinguisher (Stored Pressure type) 9.0 kg capacity DCP Fire Extinguisher (Cartridge Type) 5.0 kg capacity DCP Fire Extinguisher (Cartridge Type) 10.0 kg capacity

8. Refilling Frequency: -3- Year Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity

Page 29: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 29 of 32

Annexure-VI COMMERCIAL OFFER

NOTICE INVITING REQUEST FOR PROPOSAL (RFP) FOR EMPANELMENT OF REPUTED SERVICE PROVIDERS FOR NEW SUPPLY AND REFILLING OF FIRE EXTINGUISHERS AT DIFFERENT

BRANCHES/OFFICES OF BANK IN ERNAKULAM ZONE

(Refer Annexure –V for Technical Specification)

(A) Package Cost for New Supply & Installation of Fire Extinguishers (Excluding Taxes)

Sr.No

Item Make/ Brand Model Unit Rate quoted per unit

1. SITC of CO2 Fire Extinguisher (Portable) 2.0 kg Capacity

1 No.

2. SITC of CO2 Fire Extinguisher (Portable) 4.5 kg capacity

1 No.

3. SITC of ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity

1 No.

4. SITC of ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity

1 No.

5. SITC of Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity

1 No.

TOTAL PACKAGE COST OF NEW SUPPLY

(Including All Charges )

Total - Quoted Amount Rs. (Excluding Taxes)

(In Words ………………………………………………………………………………………………………….)

(B) Package Cost of Refilling Rate of Fire Extinguishers

(i) Refilling Rate of Fire Extinguisher with refilling frequency of -1- Year (Excluding Taxes)

Sr. No.

Item Unit Rates quoted

per unit

1. CO2 Fire Extinguisher (Portable type) 2.0 kg capacity

No.

2. CO2 Fire Extinguisher (Portable type) 4.5 kg capacity

No.

3. CO2 Fire Extinguisher (Trolley Mounted) 6.5/6.8 kg capacity

No.

4. CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg capacity

No.

5. ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity

No.

6. ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity

No.

7. ABC Fire Extinguisher (Stored Pressure type) 5.0 kg capacity

No.

8. ABC Fire Extinguisher (Stored Pressure type) 9.0 kg capacity

No.

9. DCP Fire Extinguisher (Cartridge Type) 5.0 kg capacity

No.

10. DCP Fire Extinguisher (Cartridge Type) 10.0 kg capacity No.

Page 30: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 30 of 32

SUB-TOTAL PACKAGE COST OF REFILLING (i) (Including All Charges )

(ii) Refilling Rate of Fire Extinguisher with refilling frequency of -3- Year (Excluding Taxes)

Sr. No

Item Unit Rate quoted per unit

11. Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity No.

SUB-TOTAL PACKAGE COST OF REFILLING (Including All Charges)

TOTAL PACKAGE COST OF REFILLING (i) + (ii) (Including All Charges)

Total - Quoted Amount Rs. (Excluding Taxes)

(In Words …………………………………………………………………………………………….)

Note: L-1 would be determined based on following calculations: - Total package cost of new supply (as per annexure VI part A) +Total package cost of refilling (as per annexure VI part B). TOTAL A + B = Rs. …………………………………………………………………..

Non Commercial Item (Items NOT to be considered for Total Cost of Ownership (TCO)

Sr. No.

Description Rate (Rs) (in Figures) Rate (Rs) (in Words)

CO2 Fire Extinguishers

1.1 Discharge Horn with Bend for 2.0 kg

1.2 Discharge Horn with Bend for 4.5 kg

1.3 Discharge Horn for 6.8 kg /9.0 kg

1.4 Discharge Tube for 6.8 kg /9.0 kg

1.5 Valve Assembly

DCP/ABC Extinguishers

2.1 Discharge Nozzle for DCP Extinguisher

2.2 Discharge Hose for DCP Extinguisher

2.3 CO2 120 gram Cartridge

2.4 Discharge pipe for ABC 4.0 KG type F/E

Others

3.1 Cap Assembly with plunger for cartridge type

Fire Extinguishers

3.2 Stand for Fire Extinguishers

3.3 Pressure Gauge

Page 31: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 31 of 32

3.4 Buy Back of old Fire Extinguisher

3.5 Hydraulic Pressure Test of W/CO2, DCP & ABC

type Fire Extinguisher

3.6 Hydraulic Pressure Test of CO2 gas type Fire

Extinguisher

3.7 Hydraulic Pressure Test for Modular ABC 5 Kg

type Fire Extinguisher

(If the information in the above table are not provided, which the vendor is quoting for, the tender

would be rejected.)

[NOTE: The lowest rates quoted by the vendor during tendering for the above listed items, will be considered as L-1 rates for these items only.]

Page 32: Bank of Baroda...towards the cost of Tender Document and Earnest Money of Rs 10000/- only (Rupees Ten Thousand only) way of DD/Pay order in favor of Bank of Baroda payable at Ernakulam

Seal & Signature of Bidder Page 32 of 32

Annexure VII

NUMBER OF BRANCHES

Sr. No

Zone No. of Regions

No. of Branches as on date of publication of

Tender

1. Ernakulam Zone 03 (Three) 259