Upload
phungtu
View
214
Download
0
Embed Size (px)
Citation preview
TENDER NOTICE
(TECHNICAL BID)
FOR
EMPANELMENT & TENDER FOR SUPPLY AND INSTALLATION OF
FIRE EXTINGUISHERS IN NEW BRANCHES OF
BANK OF BARODA, EASTERN ZONE ON NEED BASIS
&
RIFILL & ANNUAL MAINTENANCE CONTRACT OF EXISTING
FIRE EXTINGUISHERS AT BRANCHES/OFFICES OF
BANK OF BARODA, EASTERN ZONE
IN
WEST BENGAL, SKM & ANDAMAN ISLANDS
&
NORTH EAST REGION,GUWAHATI
Bank of Baroda
Zonal Office, Eastern Zone,
Plot No.38/2, Block-GN
Sector –V, Salt Lake City
Kolkata-700091
Tel : 91 33 23401602
PPPaaagggeee 222 ooofff 222999
1. EMPANELMENT & TENDER FOR SUPPLY AND INSTALLATION OF FIRE
EXTINGUISHERS AT DIFFERENT BRANCHES IN THE STATE OF WEST BENGAL,
SIKKIM, ANDAMAN & NICOBAR ISLANDS, ASSAM,
MEGHALAYA,MANIPUR,MIZORAM,TRIPURA, ARUNACHAL PRADESH &
NAGALAND)
2. RIFILL & ANNUAL MAINTENANCE CONTRACT OF EXISTING FIRE
EXTINGUISHERS AT BRANCHES/OFFICES OF BANK OF BARODA, EASTERN
ZONE IN THE STATE OF WEST BENGAL, SIKKIM, ANDAMAN & NICOBAR
ISLANDS, ASSAM, MEGHALAYA,MANIPUR,MIZORAM,TRIPURA, ARUNACHAL
PRADESH & NAGALAND)
Bank Of Baroda invites sealed offers in two bid system from firms for empanelment & Tender
for supplying and annual maintaining of FIRE EXTINGUSHERs on need basis only for a
period of One Year from the date of issue of acceptance letter by the Bank. Those
Vendors/ firms having their own Offices in Kolkata, Siliguri (West Bengal), Sikkim,
Guwahati (for Assam and Adjoining Areas) need only apply for empanelment for supply,
installation, commissioning, testing and maintaining of Fire Extinguishers at different branches
in the State of West Bengal, Sikkim, Andaman & Nicobar Islands ASSAM,
MEGHALAYA,MANIPUR,MIZORAM,TRIPURA, ARUNACHAL PRADESH & NAGALAND).
Vendors catering only for Assam & other North Eastern states, having their office at Guwahati and adjoining areas
may submit separate Empanelment & Tender Document along with Bill of Quantity and the Bank will at its
discretion may consider such NORTHERAST specific EMPANELMENT & TENDER DOCUMENT and BOQ as
per Bank’s & CVC guidelines for empanelment for supply, installation, and AMC of Fire Extinguishers. The
vendors must in the Technical & Financial Bid clearly mark ” EMPANELMENT & TENDER FOR FIRE
EXTINGUISHERS FOR NORTHEASTERN STATES ONLY”, such tender will not be considered for the
state of West Bengal, Sikkim and ANI centres.
For complete details, formats and terms & conditions of tender please log on to Bank’s website
www.bankofbaroda.com/tenders.asp. Tender Forms can also be obtained from Chief Manager
(Security) at the above address on payment of Rs.500- (Non-Refundable) by way of Demand Draft / Pay
Order favoring Bank of Baroda payable at Kolkata. However, Tender Form downloaded from website
shall accompany the Pay Order / Demand Draft for Rs. 500/-along with the Technical Offer.
Date of commencement of issue of Tender Forms : 18th
Jan 2014
Last date for submission of Tender Forms : 07th
Feb 2014 up to 1500 Hours
Opening of Tender Forms (Technical Offer) : 07th
Feb, 2014, at 1500 Hours.
Opening of Tender Forms (Financial Bids) : 07th
Feb,2014 at 1530 Hours
Offers from firms not having their own offices / Authorised Dealers in the State of West Bengal, (for the
State of West Bengal, Sikkim & Andamans) and Assam (For North Eastern States)/or Adjoining Areas
will not be considered. The Bank reserves the right to reject any/all applications without assigning any
reason whatsoever. Original Manufacturers of Fire Extinguishers / Firms having the OEM‟s
Certificate undertaking on behalf of the Firm that the OEM will be responsible for supply/ refill of
the fire extinguishers / supply of spares during the warranty, need only apply. The Fire
extinguishers should comply to the latest BIS CODE; IS-15683:2006.
For Refilling and for Annual Maintenance Contract of existing Fire Extinguishers the vendors
must submit Empanelment / Tender Document along with the Bill of Quantity (BOQ) separately
in Envelope No 3.
PPPaaagggeee 333 ooofff 222999
Those applying for the Empanelment & Tender for supply and installation of New Fire
Extinguisher must also apply separately for the Annual Maintenance Contract of Existing Fire
Extinguishers.
Only those bidders are allowed to participate in the empanelment / tender, who have purchased the
document/ from Security Department, Bank of Baroda, Zonal Office, Eastern Zone, Baroda Towers, Plot
No. 38/2, GN-Block, Salt Lake City, Kolkata / who have downloaded the documents from Bank of
Baroda website and submitted a banker cheque or a demand draft of Rs.500/- (non-refundable) in favour
of Bank of Baroda, payable at Kolkata towards the cost of Bid Document during submission of the bid
document
PPPaaagggeee 444 ooofff 222999
Annexure-I
PRE BID QUALIFICATION DETAILS
SUPPLIER PROFILE
1. Name of the Organization and Address:
2. Year of Establishment:
3. Status of the firm:
(Whether Pvt. Ltd. company / Pubic Ltd. company/ Partnership Firm / Proprietorship Firm)
4. Name of the Chairman/Managing Director/CEO/Country Head (as the case may be):
5. Whether registered with the Registrar of Companies/Registrar of Firms in India. If so, mention
number and date and enclose Registration Certificate copy.
6. (a) Name and address of Bankers :
(i)
(ii)
b) Turnover of the Company/Firm in 2010-2011,2011-12 and 2012-13:
(Please attach a copy of audited Balance Sheet and Profit & Loss Account for the years2010-11,
2011-12 and 2012-13)
2010-11 :
2011-12 :
2012-13:
7. Whether registered for sales tax purposes. If so, mention number and date. Also furnish copies of sales
tax clearance certificate.
PPPaaagggeee 555 ooofff 222999
8. Mention Permanent Account Number. Furnish copies of Income tax clearance certificate.
9. Is the Company/Firm a manufacturer of Fire Extinguisher? If yes,
(a) Give the Name of the country where manufacturing unit is located.
(b) Mention the address and phone number of the company’s ______ office below:
(c) Give the date of opening of ______ Office.
10. Give details of the after-sales service facility in terms of technical manpower and spares provided by
your company in ______.
11. What are your main fields of activities? Mention the fields giving the annual turnover for each field.
i)
ii)
iii)
iv)
12. Since when and how long your Company/firm has been manufacturing Fire Extinguisher /
Marketing Fire extinguishers:
13. If you have been prequalified by other organization/statutory bodies, such as Banks, CPWD,
PWD, etc. for Fire Extinguisher, furnish their names, category and date of registration.
PPPaaagggeee 666 ooofff 222999
14. Furnish the names of renowned organizations, where you have installed Fire Extinguisher in
______ in the last three years ending 31 March 2012:
Name of Organisation with Address Year of
Installation
Value of orders
(Please attach the copies of their orders)
15. Details of Technical Staff in ______:
Sr. No. Name Qualification Post Held Experience
16. List of Enclosures :-
Certificate of Registration / Partnership Deep
Certificates of Registration with Income Tax, Service Tax, EPF, ESI, VAT/TIN.
Audited Balance Sheet (Statements of last 3 Years).
Copies of Work Orders as mentioned above along with photocopies of relevant TDS
Certificates and satisfactory Completion Certificates.
Copies of Income Tax Returns / Assessment Orders for the last 3 Years.
Performance Guarantee.
Copies of registration with SSI/NSIC or ISO 9000 certification, if any.
Certification of BIS New Code IS 15683:2006.
17. Are you currently registered with Directorate General of Supplies & Disposals (DGS&D), New
Delhi, and/ or the National Small Industries Corporation (NSIC), New Delhi, and/or the Directorate
of Industries of the Concerned State Government and/ or Bank of Baroda for the Fire Extinguishers
PPPaaagggeee 777 ooofff 222999
quoted? If so, indicate the date up to which you are registered and whether there is any monetary
limit imposed on your registration.
Note: In absence of any of the above enclosures, your application is likely to be rejected.
Reference Site Details
Name of the company
Address of the company
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 company
Address of the company
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)
(3) Name of the company
Address of the company
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)
PPPaaagggeee 888 ooofff 222999
D E C L A R A T I O N
I / We have read the instructions appended and all terms and conditions and I / We understand that if any
false information is detected at a later date, any future contract made between ourselves and Bank of
Baroda, on the basis of the information given by me / us can be treated as invalid by the Bank and I / We
will be solely responsible for the consequences.
I / We agree that the decision of Bank of Baroda in selection of contractors will be final and binding to
me / us.
All the information furnished by me hereunder is correct to the best of my knowledge and belief.
I / We agree that I / we have no objection if enquiries are made about the work listed by me / us in the
accompanying sheets.
I / We agree that I / We have not applied in the name of sister concern for the subject empanelment
process.
Place : SIGNATURE
Date : NAME & DESIGNATION
SEAL OF ORGANISATION
PPPaaagggeee 999 ooofff 222999
TECHNICAL BID
SECTION – I
1. SCOPE OF WORK.
1.1. Empanelment & Tender for Supply and Installation (on requirement basis only) in the
state of West Bengal, Sikkim, Andaman & Nicobar, Assam, Meghalaya,,,Manipur,,Mizoram,,Tripura,
Arunachal Pradesh & Nagaland).Refilling and Annual Maintaining of Fire Extinguishers at
existing branches in the state of West Bengal, Sikkim, Andaman & Nicobar, Assam,
Meghalaya,,,Manipur,,Mizoram,,Tripura, Arunachal Pradesh & Nagaland).Total number of branches is
approximately 230.
SECTION – II
2. TERMS & CONDITIONS
2.1. Supply, Installation and Annual Maintenance for New Fire Extinguishers:
2.1.1. The Vendor/ Firm will submit Empanelment / Tender Document along with the Bill of
Quantity for Supply and Installation of New Fire Extinguisher to the Branches/ Offices of
Eastern Zone.
2.1.2. All orders placed (For New Extinguishers only) for one year from date of award of the
contract would form part of this tender .
2.1.3. The L1 Vendor/ Firm will Supply, Install the Fire Extinguisher as per Terms & Condition
and approved rate on need basis to the Branches/ Offices of Bank of Baroda, Eastern Zone
on written Orders from the competent authority during the period of Empanelment. The
States are WEST BENGAL, SIKKIM, ANDAMAN & NICOBAR (UT), ASSAM,
MEGHALAYA, MANIPUR, MIZORAM, TRIPURA, ARUNACHAL PRADESH AND
NAGALAND). New Fire extinguishers will be supplied within 15 days of issue of order.
Separate Bill of Quantity will be submitted as under: The new Installation will be in
accordance with new BIS code IS 15683:2006.
2.1.4. If the Vendors/ Firms wants to participate in Refilling and AMC of existing Fire
Extinguisher they will submit separate Tender and Bill of Quantity.The existing Fire
Extinguishers will be refilled as per old IS Code will be entered into Annual Maintenance
Contract for one year, renewal by one more year on satisfactory performance by the
vendor. The old Fire extinguishers will be refilled as per old BIS Standards.
2.1.5. The Bank does not guarantee to award work order and will be at liberty to place
Purchase Order as per requirement of Fire Extinguishers throughout the contract
period as per the requirement of the Banks Branches/ Offices.
3. Any delay in supply of new Fire Extinguisher within the stipulated period will attract penalty of
0.2% of theFire Extinguisher cost per day subject to maximum of 2% of the Fire Extinguishers cost.
The Bank reserves it's right to recover these amounts by any mode, which includes adjusting from
any payment to be made by the Bank to the supplier.
4. ANNUAL MAINTENANCE CONTRACT FOR OLD FIRE EXTINGUISHERS
4.1. For the existing & old Fire Extinguishers the AMC will be for One Year. Renewal for
one/ two more years on same rate and terms and conditions may be considered by the
Bank if the service of the vendor is found adequate, however renewal will be at Bank‟s
discretion.
PPPaaagggeee 111000 ooofff 222999
4.2. The Bank at its may at its discretion terminate the contract if the quality and service is
found unsatisfactory.
4.3. Vendor / Firm who undertakes the Annual Maintenance Contract of the Existing
FireExtinguishers will refill the Fire Extinguishers once a year and the refilling Charges
will be paid by the respective branches on completion of refilling and carrying out of
mock drill by the vendor.
5. ELIGIBILITY CRITERIA FOR SHORT-LISTING
The preliminary evaluation will be done on the following parameters and offers from firms not
conforming to any of these parameters will be rejected.
Financial & Technical Parameters:
Sr. No. Parameters Remarks i Average Sales Volume of the
firm in the last 3 years The firms should have average annual sales turnover of
Rs.1Crore or above in the last 3 years. ii Profit in the previous financial
years The firm should have earned profit during the last three
years. iii Works executed in the last 5
years. The firm should have carried out similar
work of supply and installation of fire
extinguishers in offices / branches and
executed work orders of an average of Rs. 25
Lacs per annum for last 3 years. Vendors
Applying for Refilling and AMC of existing
fire extinguishers should have carried out
refilling and AMC of fire extinguishers in a
network of offices/branches for at least -2-
reputed organizations in the last 3 years and
carried our Annual Maintenances / refilling of
the fire extinguishers during the last five years.
Current Letter / Certificate from reputed
organizations/ Banks/ Govt Organisations in
respect of such contracts must be enclosed.
Vendors already carrying out AMC/
Maintenance of Bank of Baroda must enclose
the copy of the Work Order.
iv No. of years in Fire extinguisher
business Minimum 05 years in the business is required..
v Own office and service center in
West Bengal, Sikkim and
Andaman & Nicobar or adjoining
area in the states where Fire
Extinguisher is to be supplied..
The firm should have its own office and Service Centre
functioning in West Bengal (Kolkata, Siliguri), or
adjoining area for not less than three years as on the
date of commencement of issue of Tender Forms. For
Northeast States the firm must have an office at
Guwahati, Assam vi Reference site Furnish details like name, address and telephone
numbers of customers, as per Annexure-I, to whom
Fire Extinguishers have been supplied during the last 5
years – Minimum requirement is 3 Reference.
PPPaaagggeee 111111 ooofff 222999
vii No. of qualified engineers in
West Bengal or adjoining areas
where Fire Extinguishers, are to
be supplied.
Mention number of qualified diploma holders and
engineers of the firm. Minimum five qualified
engineers (Degree/Diploma holders) in West Bengal
are required. viii No. of qualified engineers in
Guwahati or adjoining areas
where Fire Extinguishers, are to
be supplied.
Mention number of qualified diploma holders and
engineers of the firm. Minimum five qualified
engineers (Degree/Diploma holders) in Assam are
required. ix All other pre-bid qualification
criteria’s Annexure-I
5.1 Intending suppliers should furnish details about their firm as per Supplier’s profile (Annexure -
I).
5.2 The vendor selected for supply & Installationof Fire Extinguishers may be asked by the Bank to
provide Bank guarantee in favour of Bank of Baroda, payable at Kolkata. The Bank guarantee
should be made from any Scheduled Bank other than Bank of Baroda.
5.3 All legal issues will fall in the jurisdiction of Kolkata only. Any dispute arising will fall within
the Court jurisdiction of Kolkata (West Bengal).
6. TWO BID SYSTEM OFFER
6.1. The offer will be in two parts; (I) Technical BID & (II) Commercial. Both the parts should be
submitted in sealed covers duly super-scribed (Envelope 1) : "Technical Bid for Fire Extinguisher,
Eastern Zone” and (Envelope-2) : “Commercial Bid for Fire Extinguisher, EASTERN ZONE”,
Kolkata in and then both (Envelope 1 & Envelope-2) should be put in one single large envelope
super scribed “ TENDER FOR FIRE EXTINGUISHER, BANK OF BARODA, EASTERN
ZONE,KOLKATA” the sealed envelopes should be submitted latest by 1500 hours, on 01st Feb,
2014 in the Tender Box kept in Bank of Baroda, Zonal Office, 6th Floor, Eastern Zone, Kolkata.
6.2. Similarly for vendors who want to submit tender for only for North Eastern States should submit
sealed covers duly super-scribed (Envelope 1) : "Technical Bid for Fire Extinguisher, Eastern Zone”
and (Envelope-2) : “Commercial Bid for Fire Extinguisher, EASTERN ZONE”, Kolkata in and
then both (Envelope 1 & Envelope-2) should be put in one single large envelope super scribed “
TENDER FOR FIRE EXTINGUISHER, BANK OF BARODA, NORTH EASTERN STATES,
EASTERN ZONE,KOLKATA” the sealed envelopes should be submitted latest by 1500 hours, on
01st Feb, 2014 in the Tender Box kept in Bank of Baroda, Zonal Office, 6th Floor, Eastern Zone,
Kolkata.
7. RETENTION MONEY:
5% of the gross value of the bill raised in the name of the branch where fire extinguisher is installed by
the vendor shall be deducted from the bill as retention money. The retention amount shall be released
by the individual branches to the contractor after defect liability period of six (06) months.
6. LOCATIONS TO BE COVERED
The services will be required to be provided for our three (3) Regions in all their offices and branches
both existing and opened during the tenancy of this contract. The broad areas presently under the
jurisdiction are as detailed below -
PPPaaagggeee 111222 ooofff 222999
Sl. No. REGION STATE / DISTRICT 1. West Bengal, Sikkim
Andaman & Nicobar States/
UT
All branches/ offices in the State of West
Bengal, Sikkim, Andaman & Nicobar Islands.
2. North East States Assam, Meghalaya, Manipur, Mizoram, Tripura,
Arunachal Pradesh and Nagaland
7. SPLITTING OF ORDER
The Bank reserves its right for splitting scope of work between two vendors service providers. The
splitting of the order will be in 60 :40 ratios, provided the L2 service provider agrees to match the
rates quoted by L1 service provider and agrees for all the terms and conditions. In case L2 service
provider is not willing to match L1 rates, Bank will call L3, L4 service providers etc., in that order to
step into the shoes of L2 service provider. In the event of L3, L4 etc., service provider not matching the
L1 rates the entire quantity will be awarded to L1.
The Vendors will quote the rates as per Regions (Ser 6 above) and the L1 vendor will be identified
accordingly, keeping in view all other parameters of the tender. The Vendor to be eligible for North-
East states must have their office/arrangement at Assam for Supplying Fire Extinguisher and to
carryout AMC/Refilling of Fire extinguishers in the North East States.
8. TECHNICAL BID (TB)
8.1 The Technical Bid (TB) should be complete in all respects and contain all information asked for
in this document. It should clearly state the Make and Model of the products offered for which rates have
been quoted by the tenderer and should confirm to BIS Code- IS 15683:2006.
8.2 It is mandatory to submit the technical details in the prescribed pro-forma [Annexure II] duly
filled in (write Yes/ No), along with your offer. In case of non-submission or partial submission of
technical and financial details, the Bank, at its discretion, may not evaluate the offer. The TB & FB must
be submitted in an organized and structured manner. No brochures/leaflets etc. should be submitted in
loose form.
9. The Technical Bid (TB) should comprise of following:
9.1 Covering letter on Company’s letter head along with seal.
9.2 Pre-bid qualification (Supplier’s profile)..
9.3 Technical Specifications & Rates complete with all rows/columns filled in [Annexure I to
Annexure II].
9.4 ISI / BIS Certificates IS-15683:2006
9.5 Documentation (Product Brochures, leaflets, manuals etc.)
9.6 Details of reference sites as per Annexure I.
9.7 Tender fee (Rs. 500/-) by agencies including those downloading application from website.
9.8 The rates quoted should be in Indian Rupees only..
9.9 The offer from the supplier should be for a specific model in accordance to new code IS
15683:2006.
9.10 Undertaking by the vendor to give a performance guarantee of Rs.100000/-(in favour of
Bank of Baroda, payable at Kolkata) from a scheduled Bank other than Bank of Baroda
for a period of two years.
PPPaaagggeee 111333 ooofff 222999
10. PRICE COMPOSITION (FB)
10.1 The price quoted should be only in Indian rupees and inclusive of following
10.2 Cost of the „Fire Extinguisher ‟ with accessories F.O.R. destination..
10.3 All taxes, duties and levies inclusive, Octroi duties as applicable.
10.4 Installation and commissioning charges, if any.
10.5 Minimum One year comprehensive onsite warranty maintenance covering all parts, service,
and visits to the site.
10. 6 Post warranty AMC for 05year after the warranty period. Separate rate to be quoted for all
hardware items, accessories, spares and consumables.
10.7 The Bank will shortlist suppliers, who satisfy technical criteria’s and other requirements laid
down in the document. The Commercial Bids of only the short listed suppliers will be opened.
Short listed suppliers will be notified by e-mail / post and the supplier /authorized representative
may be present at the time of opening of the Technical Bid and Commercial Bid.
10.8 No advance will be paid by the bank. Bill to be submitted with duly receipted challan invoice for
payment to individual branches.
10.9 On satisfactory completion of the job, the Bank branch will recover TDS, VAT (as per Govt.
Norms) and 5% retention money to be held for six (06) months, towards defect liability period
and released on completion of Six(06) months subject to satisfactory performance of the Fire
Extinguishers..
11. NO ERASURES OR ALTERATIONS
Technical and Commercial details must be completely filled up. Corrections or alterations, if any should
be authenticated.
12. NO PRICE VARIATIONS
The Commercial Bid shall be on a fixed price basis. No upward revision in the price will be
considered on account of subsequent increase in customs duty, excise tax, sales tax, etc. However, if
there is any reduction in government levies/taxes, during the offer validity period, the same shall be
passed on to the Bank.
13. VALIDITY OF OFFER
The offer should be valid for period of 90 days from the last date for submission of the offer.
14. EVALUATION PROCESS
Offers will be evaluated against the stipulated minimum eligibility criteria. Offers not complying with
the eligibility criteria will be rejected summarily.
A the technical evaluation of proposals will be carried out. Offers received without fulfilling the
following conditions shall not be evaluated.
14.1 If offer is incomplete and/or not accompanied by all stipulated documents
14.2 If any of the terms and conditions stipulated in this document is not accepted and
letter as per Annexure - III is not submitted.
14.3 If any of the specifications stipulated in Annexure I to Annexure II is not met.
Short-listing of supplier(s) based on the technical & commercial evaluation.
PPPaaagggeee 111444 ooofff 222999
15. 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.
16. OPENING OF OFFERS
Technical Bid (TB) will be opened at 1500 Hours, on 07th
Feb, 2014 at 1500 Hours
Price Bid will be opened of those who are Technically Qualified on:07th
Feb 2014 at 1530 Hoursand
the bidders are invited during the opening of the TB and PB. The committee of Officers is at the liberty
to open the Tender Documents on the stipulated date and time given in the tender document even if the
vendors/ their representative are not present. The bidders / their representatives may be present at the
time of opening of the Technical Offers. No separate intimation will be sent in this regard to the
suppliers for deputing their representatives. The Technical & Pricel Bids will be opened at the time and
date stipulated above irrespective of the number of offerers or their representatives present.
17. ORDER CANCELLATION
If the vendor fails to deliver and/or install the equipment within the stipulated time schedule or the
extended date communicated by the Bank, it will be a breach of contract. The Bank reserves the right
to cancel the order in the event of delay in delivery / installation / commissioning of equipment and
initiate necessary administrative/ legal actions to recover the loss to the Bank.
18. PAYMENT TERMS
No advance amount will be paid to suppliers. The Bill amount less 5% would be paid by individual
branches after successful supply, installation of the Fire Extinguisher.
19. GUARANTEES
The Fire Extinguisher including all components delivered to the Bank should be brand new. The supplier
should also guarantee that all the components supplied by the supplier is licensed and legally obtained.
OEMs Certificate certifying the Quality, Branch and BIS norms and the undertaking to maintain the Fire
Extinguisher in case the Firm/ Vendor fails to keep the contract for the warranty
20. AVAILABILITY OF SPARES
Spares for the product offered should be available for at least 05 years after the termination of one year
warranty period..
21. WARRANTY
21.1 The offer must include comprehensive on-site warranty of one year from the date of installation
and commissioning of the Fire equipment.
21.2 Supplier shall be fully responsible for the manufacturer’s warranty in respect of proper design,
quality and workmanship of all equipments, accessories, etc., covered by the offer. The supplier
must warrant all equipments, accessories, spare parts etc., against any manufacturing defects
during the warranty period. During the warranty period the supplier shall maintain the equipment
and repair / replace all the defective components at the installed site at no additional charge of
whatsoever nature to the Bank.
PPPaaagggeee 111555 ooofff 222999
22. MAINTENANCE STANDARD EXPECTED DURING WARRANTY
The supplier should ensure that the defect/s in the Fire extinguishers reported on any working
day is set right on the same day and in no case later than the next working day. In case, the
system or any equipment cannot be repaired within the stipulated period, the supplier should
provide a replacement till the Fire extinguisher is returned duly repaired.
23. ANNUAL MAINTENANCE CONTRACT
23.3. . The Vendor will carry out the maintenance of existing Fire Extinguishers in the Branches /
Offices of the Bank, which shall include:
1. Refilling of all types of Fire extinguishers ONCE IN A YEAR.
2. Replacement of defective spare parts like Discharge Tube / Nozzle / Horn Water, Washer,
Plunger etc. at the time of refilling.
3. Refilling / Repair / Maintenance of Fire Extinguishers, if required before its due date as per
requirement.
4. Imparting training to staff member in respect of operation of fire Extinguishers at the time of
refilling by operating the Fire Extinguisher to be refilled, if permitted by the Branch Head.
5. Refilling Charges quoted shall include refilling of gas cartridges of the concerned Fire
Extinguisher, if any.
6. Hydrotesting Certificate of Fire Extinguishers will be submitted alongwith Bill / Invoice at the
Branch.
7. Refilling / Maintenance charges will be released by individual Branch / offices after completion
of the work against submission of a service report
23.4. The Bank at its discretion may extend the AMC period by one more year, if the rate and terms
and conditions agreed upon in this tender remains unchanged and that the service of the AMC
vendor is found satisfactory.
23.5 The Bank at its discretion may terminate the Annual Maintenance Contract, at any time during
the period of contract if the services of the vendor is found deficient.
Place : SIGNATURE
Date : NAME & DESIGNATION
SEAL OF ORGANISATION
PPPaaagggeee 111666 ooofff 222999
Annexure – III
(Letter to the bank on the Supplier‟s letterhead)
To
The General Manager
Bank of Baroda
Baroda Towers
Plot No.328/2, Block-GN
Sector-V
Salt Lake City
Kolkata-900091
Dear Sir,
Sub: Your tender notice for Fire Extinguishers
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 supply and annual
maintenance/refilling contract of the Fire Extinguishers as detailed in your above referred tender notice.
We confirm that we have not been disqualified by any Govt. / PSU bank for supply of Fire
Extinguishers.
We further confirm that the offer is in conformity with the terms and conditions as mentioned in the
tender form.
We also confirm that the offer shall remain valid for 90 days from the last date for submission of the
offer.
We understand that the Bank is not bound to accept the offer either in part or in full and that the Bank
has the right to reject the offer in full or in part without assigning any reason whatsoever.
We enclose herewith a Demand Draft/Pay Order for Rs _______ (Rupees __________ only), not
refundable favoring Bank of Baroda and payable at Kolkata, towards the cost of tender documents,
details of the same are as under:
Demand Draft/Pay Order No. :
Date of Demand Draft/Pay Order :
Name of Issuing Bank :
Yours faithfully,
Authorised Signatories
(Name & Designation, seal of the firm)
PPPaaagggeee 111777 ooofff 222999
Annexure-II
TECHNICAL SPECIFICATIONS FOR PURCHASE AND REFILLING OF FIRE EXTINGUISHERS, BIS
CODE; IS-15683:2006
TECHNICAL PARAMETERS/ SPECIFICATIONS OF FIRE EXTINGUISHERS
WATER CO2 TYPE FIRE EXTINGUISHER 9 LTRS
PERFORMANCE:
Ser
No
Description
1. Fire Rating 2A
2 Working Temperature 0° C to 55° C
3. Testing Pressure 35 Bar
4. Working Pressure Below 20 Bar
5. Discharge Range Not less than 02 meter
6. Operating principal, Installation & maintenance As per IS 15683:2006
7. Minimum effective discharge time 13 Sec (minimum)
8. Discharge % 90%
CONSTRUCTION
Ser
No
Description 9 liters
1. Body MS IS 513
2 Control Valve Brass
3. Syphon Tube Brass/Plastic/Stainless steel
4. Discharge nozzle Metallic
5. Hose PVC Braided rubber minimum
bursting pressure 40 Kgf/Cm2
6. Neck ring Neck ring is welded with top of
the body having mounted
threads(G2-1/2 or M74 x 2)
7. Cartridge/Expelling media 90 gram CO2 IS
4974/pressurized N2 gas.
8. Design and construction of valve Squeeze grip type having
mounting threads to match
with the neck ring threads
9. Discharge fittings Metallic nozzle fitted with hose
10. Color Red
DIMENSIONS
Ser
No
Description 9 liters
1. Thickness As per IS 15683:2006
2 Diameter 175mm±5%
3. Height 620mm±5%
PPPaaagggeee 111888 ooofff 222999
MODULAR AUTOMATIC CEILING MOUNTED FIRE EXTINGUISHER (ABC)
Ser
No
Description 5 Kg 10 Kg
1. Working Pressure 7 to 15 Kgs/cm2
7 to 15 Kgs/cm2
2. Area Protection 3.5 to 4m2
7 to 8m2
3. Volume Protection 8m3
15m3
4. Hanging Vertically above risk 1.5 to 2 m 1.75 to 2.25 m
5. Operation Time in seconds 10-15 15-20
Propellant Nitrogen Nitrogen
Power ABC Powder ABC Powder
DRY CHEMICAL POWDER TYPE FIRE EXTINGUISHERS
PERFORMANCE:
Ser
No Description 04 Kgs 06 Kgs
1. Fire Rating 13B 21B 2 Working Temperature -10° C to 55° C -10° C to 55° C 3. Testing Pressure 35 Bar 35 Bar 4. Working Pressure Below 20 Bar
5. Discharge Range Not less than 02 meter Not less than 02 meter 6. Operating principal, Installation
& maintenance As per IS 15683:2006 As per IS 15683:2006
7. Minimum effective discharge
time 08 Sec 13 Sec (minimum)
8. Discharge % 90% 90%
CONSTRUCTION
Ser
No Description 04 Kgs 06 Kgs
1. Body Mild Steel Sheet Mild Steel Sheet 2 Control Valve Brass Brass 3. Syphon Tube Aluminium Aluminium 4. Discharge nozzle Metallic Metallic 5. Hose PVC Braided PVC Braided 6. Neck ring Neck ring is welded with top
of the body having mounted
threads(G2-1/2 or M74 x 2)
Neck ring is welded
with top of the body
having mounted
threads(G2-1/2 or M74
x 2) 7. Cartridge/Expelling media 120gm 180 gm 8. Design and construction of valve Squeeze grip type having
mounting threads to match
with the neck ring threads
Squeeze grip type
having mounting
threads to match with
the neck ring threads 9. Discharge fittings Metallic nozzle fitted with
hose Metallic nozzle fitted
with hose 10. Color Red Red
PPPaaagggeee 111999 ooofff 222999
DIMENSIONS
Ser
No Description 04 Kgs 06 Kgs
1. Thickness As per IS 15683:2006 As per IS 15683:2006 2 Diameter 150mm±5% 175mm ±5% 3. Height 425mm±5% 585mm ±5%
STORED PRESSURE ABC TYPE FIRE EXTINGUISHERS
PERFORMANCE:
Ser
No
Description 05 Kgs
1. Fire Rating 3A 21B
2 Working Temperature -10° C to 55° C
3. Testing Pressure 35 Bar
4. Working Pressure Below 20 Bar
5. Discharge Range Not less than 02 meter
6. Operating principal, Installation & maintenance As per IS 15683:2006
7. Minimum effective discharge time 13 Sec (minimum)
8. Discharge % 90%
CONSTRUCTION
Ser
No
Description 05 Kgs
1. Body MS IS 513
2 Control Valve MS IS 2052
3. Syphon Tube Aluminum
4. Discharge nozzle Metallic
5. Hose PVC Braided
6. Neck ring Neck ring is welded with top of
the body having mounted
threads(G2-1/2 or M74 x 2)
7. Cartridge/Expelling media N2 gas at pressure at15 kg/cm2
8. Design and construction of valve Squeeze grip type having
mounting threads to match with
the neck ring threads
9. Discharge fittings Metallic nozzle fitted with hose
10. Color Red
DIMENSIONS
Ser
No
Description 05 Kgs
1. Thickness As per IS 15683:2006
2 Diameter 165mm ±5%
3. Height 640mm ±5%
PPPaaagggeee 222000 ooofff 222999
CO2 TYPE FIRE EXTINGUISHER
PERFORMANCE:
Ser
No
Description 4.5 Kgs
1. Fire Rating 13B
2 Working Temperature -10° C to 55° C
3. Testing Pressure 250 Bar
4. Working Pressure 60-65 Bar
5. Discharge Range Not less than 02 meter
6. Operating principal, Installation & maintenance As per IS 15683:2006
7. Minimum effective discharge time 13 Sec (minimum)
8. Discharge % 90%
CONSTRUCTION
Ser
No
Description
4.5 Kgs
1. Body
Seamless steel as per IS7285
2 Control Valve
Wheel type IS 3224 Aluminum
3. Internal Discharge Tube
Aluminum
4. Discharge Horn
Poly ethylene
5. Hose
Aluminum
6. Neck ring
Steel IS 2507
7. Expelling media
Nil
8. Design and construction of valve As per IS 15683:2006
10. Color Red
DIMENSIONS
Ser
No
Description 4.5 Kgs
1. Thickness As per IS 15683:2006
2 Diameter 165mm ±5%
3. Height 640mm ±5%
PPPaaagggeee 222111 ooofff 222999
TECHNICAL SPECIFICATIONS
Sl Technical Specification Compliance (Yes / No)
1. Water Fire Extinguisher (Cartridge Type) 9 ltr capacity (IS:15683)
2. CO2 Fire Extinguisher (Wheel type) 2.0 kg capacity (IS:15683)
3. CO2 Fire Extinguisher (Wheel type) 4.5 kg capacity (IS:15683)
4. CO2 Fire Extinguisher (Trolley Mounted) 6.5 kg capacity (IS:15683)
5. CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg capacity (IS:15683)
6. ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity (IS:15683)
7. ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity (IS:15683)
8. ABC Fire Extinguisher (Stored Pressure type) 9.0 kg capacity (IS:15683)
9. Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity
10. Automatic Modular Type ABC Fire Extinguisher 10.0 kg capacity
Place: Signature of the Vendor
Date: Name:
Seal of the Firm
PPPaaagggeee 222222 ooofff 222999
Envelope-II
TENDER NOTICE
(FINANCIAL BID)
FOR
EMPANELMENT & TENDER FOR SUPPLY & INSTALLATION, OF
FIRE EXTINGUISHERS IN NEW BRANCHES OF
BANK OF BARODA, EASTERN ZONE
&
RIFILL & ANNUAL MAINTENANCE CONTRACT OF EXISTING
FIRE EXTINGUISHERS AT BRANCHES/OFFICES OF
BANK OF BARODA, EASTERN ZONE
IN
WEST BENGAL, SKM & ANDAMAN ISLANDS
&
NORTH EAST REGION,GUWAHATI
Bank of Baroda
Zonal Office, Eastern Zone,
Plot No.38/2, Block-GN
Sector –V, Salt Lake City
Kolkata-700091
Tel : 91 33 2340160
PPPaaagggeee 222333 ooofff 222999
Envelope-II
PART-II
TENDER NOTICE
(FINANCIAL BID)
FOR
EMPANELMENT & TENDER FOR SUPPLY & INSTALLATION, OF
FIRE EXTINGUISHERS IN NEW BRANCHES OF
BANK OF BARODA, EASTERN ZONE
IN
WEST BENGAL, SKM & ANDAMAN ISLANDS
&
NORTH EAST REGION,GUWAHATI
Bank of Baroda
Zonal Office, Eastern Zone,
Plot No.38/2, Block-GN
Sector –V, Salt Lake City
Kolkata-700091
Tel : 91 33 2340160
PPPaaagggeee 222444 ooofff 222999
PART-II (FINANCIAL BID)
BILL OF MATERIAL AND PRICE SCHEDULE (A) Bill of Quantity-Financial Bid: New Supply & Installation for Branches / offices States of West Bengal, Sikkim, A & NI
Sr. No.
DESCRIPTION MAKE Qty (Nos.) Rate for New Supply &
Installation (`)
1 Water Fire Extinguisher (Cartridge Type) 9 ltr capacity (IS:15683)
-01-
2 CO2 Fire Extinguisher (Wheel type) 2.0 kg capacity (IS:15683)
-01-
3 CO2 Fire Extinguisher (Wheel type) 4.5 kg capacity (IS:15683)
-01-
4 CO2 Fire Extinguisher (Trolley Mounted) 6.5 kg capacity (IS:15683)
-01-
5 CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg capacity (IS:15683)
-01-
6 ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity (IS:15683)
-01-
7 ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity (IS:15683)
-01-
8 ABC Fire Extinguisher (Stored Pressure type) 9.0 kg capacity (IS:15683)
-01-
9 Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity
-01-
10 Automatic Modular Type ABC Fire Extinguisher 10.0 kg capacity
-01-
11 SUB-TOTAL for New Supply & Installation
Total (A) = Rs._______(Rupees ____________________________________________________ only) Place : Date :
SIGNATURE
NAME & DESIGNATION
SEAL OF ORGANISATION
PPPaaagggeee 222555 ooofff 222999
(B) Bill of Quantity-Financial Bid: New Supply & Installation for Branches / offices States of North Eastern States
Sr. No.
DESCRIPTION MAKE Qty (Nos.)
Rate for New
Supply & Installation
(`)
1 Water Fire Extinguisher (Cartridge Type) 9 ltr capacity (IS:15683)
-01-
2 CO2 Fire Extinguisher (Wheel type) 2.0 kg capacity (IS:15683)
-01-
3 CO2 Fire Extinguisher (Wheel type) 4.5 kg capacity (IS:15683)
-01-
4 CO2 Fire Extinguisher (Trolley Mounted) 6.5 kg capacity (IS:15683)
-01-
5 CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg capacity (IS:15683)
-01-
6 ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity (IS:15683)
-01-
7 ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity (IS:15683)
-01-
8 ABC Fire Extinguisher (Stored Pressure type) 9.0 kg capacity (IS:15683)
-01-
9 Automatic Modular Type ABC Fire Extinguisher 5.0 kg capacity
-01-
10 Automatic Modular Type ABC Fire Extinguisher 10.0 kg capacity
-01-
11 SUB-TOTAL for New Supply & Installation
Total (B) = Rs._______(Rupees ____________________________________________________ only) Place : Date :
SIGNATURE
NAME & DESIGNATION
SEAL OF ORGANISATION
PPPaaagggeee 222666 ooofff 222999
ENVELOPE-III
PART- II B (To be submitted in Envelope 3, supersubscribed Refilling and AMC of existing Fire
Extinguishers)
RIFILL & MAINTENANCE OF EXISTING FIRE EXTINGUISHERS AT
BRANCHES/OFFICES OF BANK OF BARODA, EASTERN ZONE
IN
WEST BENGAL, SKM & ANDAMAN ISLANDS
&
NORTH EAST REGION,GUWAHATI
Bank of Baroda
Zonal Office, Eastern Zone,
Plot No.38/2, Block-GN
Sector –V, Salt Lake City
Kolkata-700091
Tel : 91 33 2340160
PPPaaagggeee 222777 ooofff 222999
BILL OF MATERIAL AND PRICE SCHEDULE (C) Bill of Quantity-Price Bid: Refilling for Branches / offices States of West Bengal, Sikkim, A & NI
Sr. No.
DESCRIPTION Qty (Nos.) Rate for Refilling (`)
1 Water Fire Extinguisher (Cartridge Type) 9 ltr capacity -01- 2 CO2 Fire Extinguisher (Wheel type) 2.0 kg capacity -01- 3 CO2 Fire Extinguisher (Wheel type) 4.5 kg capacity -01- 4 CO2 Fire Extinguisher (Trolley Mounted) 6.5/6.8 kg capacity -01- 5 CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg capacity -01- 6 ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity -01- 7 ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity -01- 8 ABC Fire Extinguisher (Stored Pressure type) 5.0 kg capacity -01- 9 ABC Fire Extinguisher (Stored Pressure type) 9.0 kg capacity -01- 10 ABC Fire Extinguisher (Stored Pressure type) 10.0 kg capacity -01- 11 DCP Fire Extinguisher (Cartridge Type) 5.0 kg capacity -01- 12 DCP Fire Extinguisher (Cartridge Type) 10.0 kg capacity -01- 13 Automatic Modular Type ABC Fire Extinguisher 5.0 kg
capacity -01-
14 Automatic Modular Type ABC Fire Extinguisher 10.0 kg capacity
-01-
13 SUB-TOTAL for Refilling
Total (C) = Rs._______(Rupees ____________________________________________________ only)
Place : Date :
SIGNATURE
NAME & DESIGNATION
SEAL OF ORGANISATION
PPPaaagggeee 222888 ooofff 222999
(D) Bill of Quantity-Price Bid: Refilling for Branches / offices States of North Eastern States
Sr. No.
DESCRIPTION Qty (Nos.) Rate for Refilling (`)
1 Water Fire Extinguisher (Cartridge Type) 9 ltr capacity -01- 2 CO2 Fire Extinguisher (Wheel type) 2.0 kg capacity -01- 3 CO2 Fire Extinguisher (Wheel type) 4.5 kg capacity -01- 4 CO2 Fire Extinguisher (Trolley Mounted) 6.5/6.8 kg capacity -01- 5 CO2 Fire Extinguisher (Trolley Mounted) 9.0 kg capacity -01- 6 ABC Fire Extinguisher (Stored Pressure type) 2.0 kg capacity -01- 7 ABC Fire Extinguisher (Stored Pressure type) 4.0 kg capacity -01- 8 ABC Fire Extinguisher (Stored Pressure type) 5.0 kg capacity -01- 9 ABC Fire Extinguisher (Stored Pressure type) 9.0 kg capacity -01- 10 ABC Fire Extinguisher (Stored Pressure type) 10.0 kg capacity -01- 11 DCP Fire Extinguisher (Cartridge Type) 5.0 kg capacity -01- 12 DCP Fire Extinguisher (Cartridge Type) 10.0 kg capacity -01- 13 Automatic Modular Type ABC Fire Extinguisher 5.0 kg
capacity -01-
14 Automatic Modular Type ABC Fire Extinguisher 10.0 kg capacity
-01-
13 SUB-TOTAL for Refilling
Total (D) = Rs._______(Rupees ____________________________________________________ only)
Place : Date :
SIGNATURE
NAME & DESIGNATION
SEAL OF ORGANISATION
PPPaaagggeee 222999 ooofff 222999
Rates for spares (not to be considered for deciding the lowest quotation)
Sr. No.
Description Rate (`) (in Figures) Rate (`) (in Words)
CO2 Fire Extinguishers
1.1 Discharge Horn with Bend for 2.0 kg
1.2 Discharge Horn with Bend for 4.5 kg
1.3 Discharge Horn for 6.8 kg /9.0 kg
1.4 Discharge Tube for 6.8 kg /9.0 kg
1.5 Valve Assembly
DCP Extinguishers
2.1 Discharge Nozzle for DCP Extinguisher
2.2 Discharge Hose for DCP Extinguisher
Others 3.1 Cap Assembly for Water-
CO2 Fire Extinguishers
3.2 Stand for Fire Extinguishers
3.3 Pressure Gauge 3.4 Buy Back of Fire
Extinguisher
Note: 1. The cost of New Supply & Refilling will be taken into consideration for deciding the lowest
quotation. 2. Total cost must be quoted in FIGURES AND WORDS. 3. In case of any discrepancy, total cost quoted in words will be considered for computation. 4. The price quoted above shall be inclusive of all labour costs, taxes, duties, and levies. Place : Date :
SIGNATURE
NAME & DESIGNATION
SEAL OF ORGANISATION