ALLAHABAD BANK

TENDER DOCUMENT FOR RATE CONTRACT FOR REFILLING & SUPPLY OF NEW

FIRE EXTINGUISHER FOR BRANCHES & OFFICES

ALLAHABAD BANK,

ZONAL OFFICE-CHENNAI,

112, VAIRAM COMPLEX, 2ND FLOOR,

SIR THYAGARAYA ROAD,

PONDY BAZAAR, T NAGAR,

CHENNAI- 600017

INVITATION FOR TENDER/BID FOR RATE CONTRACT FOR REFILLING AND NEW SUPPLY OF FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES LOCATED AT TAMILNADU
Allahabad Bank , Zonal Office, Chennai invites Sealed Tender/Bids from eligible vendor/firm/company/contractor for rate contract for refilling and supply of new fire extinguishers for branches and offices located at Tamilnadu under jurisdiction of < Chennai zone>.
Interested eligible Bidders may obtain tender document from our office < Allahabad Bank ,
ZONAL OFFICE,Vairam Complex, 112, Sir Thyagaraya Road, T Nagar, Chennai- 600017from
05/02/2018 > to <19/02/2018> (except Sundays & holidays) during working hours between 10:00 AM to 05:00 PM on submission of written application to the above and upon payment of a non-refundable fee of Rs 1000/- in the form of a Demand Draft/Banker‟s cheque in favour of Allahabad bank, payable at <Chennai>. The Bidding Document may also be obtained from our website - . The Price of Bidding Document (non-refundable) (Rs. 1000/-) shall be payable in the form of DD/Banker‟s Cheque in favour of Bank of India payable at < Chennai, at the time of submission of bid document. No forms downloaded through website would be accepted/considered valid without the payment of the price of Bidding Document. Document must be enclosed in a separate envelope. Part I to be filled & enclosed with technical bid and Part II to be filled & enclosed with financial bid.
1)
Price of Bidding Document / Rs.1000/-
Date of commencement of sale of tender document : / 05/02/2018
Last Date for sale of Tender Bidding Document / 19/02/2018
Last Date and Time for receipts of tender/bid / 19/02/2018
Address for Communication / ALLAHABAD BANK ,ZONAL OFFICE, CHENNAI ZONE, 112, VAIRAM COMPLEX, 2ND FLOOR, PONDY BAZAAR, Sir. THYAGARAYA ROAD,
T Nagar, Chennai- 600017. PH NO. 044- 28152206/ 28156607
Contact Person : / Property Department, Zonal Office Chennai
Date of opening of Bids/Tender / 20/02/2018
Earnest Money Deposit ( EMD) / Rs. 10,000/-
Validity of Rate contract / Three Years
2) The Bid has to be accompanied by an Earnest Money Deposit (EMD) of Rs. 10,000/- (Ten Thousand only) for rate contract for refilling and supply of new fire extinguishers for branches and offices in the Annexure of a demand draft or pay order in favour of Allahabad Bank, Payable at <Chennai>. Such Draft/ pay order should be in separate third cover marked as „EARNEST MONEY DEPOSIT.
3) The bids/proposal shall remain valid for 90 days from the date of submission of the bids.
4) Allahabad Bank reserves the right to accept or reject in part or full any or all the offers without assigning any reasons therefore.
The Deputy General Manager & Zonal Head,
Chennai Zone
Instructions for Bidders:-
1. Sealed and completed bids shall be submitted at our office <Allahabad Bank ,
ZONAL OFFICE, Vairam Complex, 112, Sir Thyagaraya Road, T Nagar, Chennai- 600017> and super scribed “Rate contract for refilling and supply of new fire extinguishers for branches and offices>” sent to us at the address of Allahabad Bank , ZONAL OFFICE, Vairam Complex, 112, Sir Thyagaraya Road, T Nagar, Chennai- 600017> not later than 1500hrs on <19/02/2018>. Tender should clearly indicate on copy of the tender under their full signature the Name of Work, for which quoted.
  1. No tenders will be received after 1500hrs on 19/02/2018 under any circumstances.
  1. Technical Bids will be opened at 1530hrs on 20/02/2018 in the presence of tender committee and the bidders or their representative. (all documents should be present during the time of opening of the bids)
  1. Tenders shall remain open to acceptance by the Bank for a period of 90 days from the date of opening of the price bid and the tenderer shall not cancel or withdraw the tender during this period. In case the tenderer withdraws their tender prior to the expiry of 90 days then the contractor shall be treated as the defaulter and the earnest money deposit will be forfeited.
5. The tender document is non-transferable. All the contents technical bids & financial bids should be arranged properly & tagged.
6. Rates should be quoted both in figures and words in columns specified. All erasures and alterations made while filling the tender must be attested by initials of the authorised signatory of tenderers. Overwriting of figures is not permitted; failure to comply with either of these conditions will render the tender void at the authority’s option.
7. Each of documents should be signed by the contractors submitting the tender in token of his/their having acquainted himself/themselves with the general conditions of contract, specifications, special conditions etc. as laid down. Any tender with any of the documents not signed will be rejected. (All pages in the tender documents should be acknowledged with seal & signature of authorised signatory of the Bidder after writing/ printing “accepting the terms/ conditions/points mentioned in this page”)
8. The tender submitted on behalf of a firm shall be signed by all the partners of the firm or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Otherwise the tender may liable for rejection.
9. The Bank will have the right to accept or reject any or all the tenders, either in whole or in part without assigning any reason for doing so.
Eligibility Criteria for the Bidder:-
The bidder/vendor/contractor/firm/companies, who fulfil the following eligibility criteria-
a) The bidder should have a proper infrastructure/office in Chennai or offices at least anywhere in Tamilnadu State
b) The bidder should have minimum 03(Three) year experience in the field of captioned work.
c) The contractor should be an income tax assesse and should have filed income tax return for the last assessment year.
d) The average financial turnover during the last three years ending as on 31st March 2017 should be Rs. 10 (Ten) Lakh per year.
e) The bidder/firm must have minimum 03(Three) year experience of successful execution of refilling work and installation work of fire extinguishers in Govt./PSU/Nationalized banks/Private firms.
i) At least three(03) similar works costing minimum Rs.03 (Three) Lakh each out of which at least one work should have been in Tamilnadu
or
ii) at least two(02) similar works costing minimum Rs. 04 (Four) Lakh each out of which at least one work should have been in Tamilnadu
or
iii) at least one (01) similar work costing Rs.08(eight) Lakh. If this single work was carried out outside Tamilnadu then at least minimum cost of Rs. 10(Ten) Lakh.
f) The bidder could be a sole proprietary concern/partnership firm or a company and should be registered Firms/Companies wherever applicable.
g) The rate contract for refilling and supply of new fire extinguishers will be valid for 03(three) years. The work performance of vendor will be reviewed every year and in case of unsatisfactory services, Bank will have a right to terminate the contract during agreement period.
h) Vendor’s having ISO 9001/ similar certification may be given preference.Vendor’s having large area of service network (with document proof) in the zone may also give preference.
i) The company/ firm/bidder should have valid GST No, P.F registration, ESI Registration etc. whichever is applicable.
j) If services/maintenance work is found unsatisfactory during the agreement period then there will penalty of Rs. 5,000/- and agreement may be terminated by giving 15 days prior notice to the vendor/contractor
k) GST Registration & Return details
m) Availability of after sale service within the region.
n) Availability of warranty for each item
o) Availability of licenses all extinguishers & refilling from the competent authority (ex:- CO2, Clean Agent, any other type etc)
Submission of bid:-
The offers must be submitted in separate sealed covers as under:-
Technical Bid:-
a. Technical Bid as per Annexure-I & II
b. Technical bid containing all details which are asked by the Bank and signed by authorised signatory in all tender documents (Annexure-I & II) as acceptance of technical parameters.
c. Demand Draft/Pay order of Rs. 10,000/- as a EMD (Earnest Money Deposit) in favour of Allahabad Bank payable at Chennai
d. Demand draft/pay order of Rs. 1,000/- as a Tender cost (non-refundable), in case the tender is downloaded from Bank‟s website or pay receipt if tender document was collected from Bank office.
Commercial Bid:-
Commercial bid should have only the price bid quoted by vendor in prescribed format (annexure-II & III). No other format will be accepted by the Bank. The prices/offer shall be unchanged for 3 years. Tender validity is 90 days
Scope of Work
The work consists of the rate contract for maintenance for all existing fire extinguishers and new supply(if require) located in branches and offices under Chennai Zone. All equipments, tools, manpower etc. will be provided by the vendor.
  1. The contractor shall strictly comply with all terms and conditions of the tender document
  2. The Engineer/Technician of contractor/vendor shall visit branches and offices as per schedule and carryout refilling/Servicing/maintenance work of fire extinguishers.
  3. The Contractor/Vendor shall be responsible for any injury to their workmen during performing the servicing/refilling/maintenance work etc.
  4. The vendor/contractor will maintain a data log sheet of all fire extinguishers like details location, type and capacity of extinguishers, date of refilling and next due date for refilling etc.
  5. All conventional type fire extinguishers will be refilled at the site of branch/office only (except Co2 type fire extinguisher). Vendor/contractor will not carry any fire extinguisher without permission of Branch Manager.
  6. The vendor/contractor will follow BIS 2190:2010 for refilling, maintenance, general precautions for maintenance of fire extinguishers. The hydraulic testing of extinguishers will be done as per IS 2190:2010. The vendor may carry fire extinguisher to his own workshop for the same purpose only after taking prior approval of Branch Manager. The log sheet of hydraulic testing will be maintained by the vendor and shared with security department also.
  7. The Vendor/contractor will strictly follow the periodicity for refilling of fire extinguishers as per Annexure IIand maintenance detail of fire extinguishers on sticker and will be displayed on fire extinguishers.
  8. The type and capacity for new fire extinguishers (whenever if required) will be decided by Zonal Office and it will be installed as per BIS 15683:2006 & should be mentioned in the Fire Extinguisher
  9. If fire extinguishers fail in hydraulic testing or non-useable or new requirement then new fire extinguishers will be provided as per BIS 15683:2006 only.
  10. New fire extinguisher(if required) will be delivered only after getting approval of Zonal Office and the work will be inclusive of supply and installation work etc. no extra charge will be paid by Bank.
General Terms and Conditions-
a)The Contract Shall be for a period of 3 years w.e.f from the date of rate contract & will be renewed every year within this period. The successful bidder shall have to deposit/Bank Guarantee of sum of Rs. 10,000/- (Ten thousand) as Security Deposit as Performance Guarantee (refundable after the expiring of the contract) within 15 days w.e.f award of contract which, in the event of not carrying out the contracted services, as per terms and condition of the tender, shall be forfeited.
b)Payment for refilling or new supply of fire extinguishers work will be made at the concerned Branch level after satisfactory performance by the vendor which will be verified by the Branch Manager/officer-in-charge.
c)The earnest money deposit of the all unsuccessful bidder will be returned within a period of 30 days from the date of opening of the financial bid. However, in case of the lowest/successful bidder backing out from the terms and condition mentioned in his tender or refusing to honor his tender, the earnest money deposit will be forfeited.
d)There will be no interest rate will be paid for Performance bank Guarantee & Earnest Money Deposit
e)Bank reserves the right to cancel one or all tenders without assigning any reason at any stage. Bank reserves right to terminate the contract at any point of time during the period of 3 years by serving the notice period in writing with or without assigning any reason thereof.
f)The rates quoted for carrying out Annual Maintenance Contract must be inclusive of all the charges and taxes i.e. GST, Transportation, Technicians, Fee, TA / DA, etc as applicable
g)Rates quoted shall be binding for three years from the date of awarding of the contract and no increase whatsoever will be considered.
h)The L1 will be decided on basis of financial bid only as per terms and conditions of Bank. The Bank is not bound to accept the new supply rate and spare part rate as quoted by vendor. However final discretion for finalising is same is held with the Bank, not with the vendor.
ARTICLES OF AGREEMENT
ARTICLES OF AGREEMENT made this ___ day of ___ Two Thousand Eighteen between the Allahabad Bank, a body corporate Constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act 1970 and having its office at <Allahabad Bank ,Zonal Office, Chennai Zone, Vairam Complex, 2nd Floor, Pondy Bazaar, Sir. Thyagaraya Road, T Nagar, Chennai- 600017 > (hereinafter referred to as “the Owner or The Bank” which expression shall include its successor or successors and assigns) of the ONE PART through the authorized officer Shri. ______(Designation)
AND
M/s.______, having its registered office at ______, (hereinafter referred to as the “CONTRACTOR”) of the OTHER PART. WHEREAS the Owner is desirous of taking up ______(hereinafter called the “Works”).
AND WHEREAS the Bank has issued work order for rate contract of refilling and supply of new fire extinguisher for branches and offices.
AND WHEREAS the tender of the Contractor for the above work for said buildings under jurisdiction of Head Office Bank Of India has been approved by the Bank.
WHEREAS THE Contractor has deposited/Bank Guarantee with the Bank Rs.10,000/- as a security deposit for the due perAnnexureance of the Agreement.
NOW IT IS HEREBY AGREED AS FOLLOWS:
1) In consideration of the payments to be made to the contractor as hereinafter provided the contractor shall upon and subject to the said conditions execute and complete the works shown upon the said terms and conditions with All the Due Care and Attention.
2) The concerned Bank Branch will release the payment as per the rates fixed during the time of this contract as & when required.
3) The scheme of the ------works, agreement and documents above mentioned shall Annexure the basis of this contract and all disputes to be decided in the manner prescribed in the conditions attached hereto.
4) The contractor shall be responsible for all injuries to the work or workmen, to persons, animals or things and for all damages to the structural and/or decorative part of property, which may arise due the project execution. The bank will not be responsible or will not entrainment any such type of claims or reimbursement, if any such case arise during the project.
5) The Bank will have a right to invoke a penalty of Rs. 5,000/- against unsatisfactory performance by vendor and may terminate the contract during the AMC period by giving 15 (fifteen) days prior notice to the vendor.
6) The said conditions shall be read and be treated as forming part of this agreement and the parties hereto will respectively be bound hereby and to abide by and submit themselves to the conditions and stipulations and perform the same on their parts to be respectively observed and preferred.
7) The vendor shall submit bank guarantee/deposit of Rs. 10,000/- (Ten thousand) as a performance Guarantee or security deposit to the Bank
10) Any dispute arising under this Agreement shall be referred to the arbitration to a sole arbitrator appointed with consent of the Owner and the Contractor as indicated in the Article of General Conditions. The award of the arbitration shall be final and binding on both parties.
Scope of Work
The work consists of the rate contract for all existing fire extinguishers and new supply(if require) located in branches and offices under Chennai Zone All equipments, tools, manpower etc. will be provided by the vendor.
  1. The contractor shall strictly comply with all terms and conditions of the tender document submitted in the Bank.
  2. The Engineer/Technician (with valid Identity Proof of the Vendor) of contractor/vendor shall visit branches and offices as per schedule and carryout refilling/Servicing/maintenance work of fire extinguishers. While visiting the engineer/ technician will demonstrate the operation of fire extinguisher/ explain the procedure for fire & evacuation drill.
  3. The Contractor/Vendor shall be responsible for any injury to their workmen during performing the servicing/refilling/maintenance work etc.
  4. The vendor/contractor will maintain a data log sheet of all fire extinguishers like details location, type and capacity of extinguishers, date of refilling and next due date for refilling etc.
  5. All conventional type fire extinguishers will be refilled at the site of branch/office only (except CO2 type fire extinguisher). Vendor/contractor will not carry any fire extinguisher without permission of Branch Manager.
  6. The vendor/contractor will follow BIS 2190:2010 for refilling, maintenance, general precautions for maintenance of fire extinguishers. The hydraulic testing of extinguishers will be done as per IS 2190:2010. The vendor may carry fire extinguisher to his own workshop for the same purpose only after taking prior approval of Branch Manager. The log sheet of hydraulic testing will be maintained by the vendor and shared with security department also.
  7. The Vendor/contractor will strictly follow the periodicity for refilling of fire extinguishers as per Annexure II and maintenance detail of fire extinguishers on sticker and will be displayed on fire extinguishers.
  8. The type and capacity for new fire extinguishers (whenever if required) will be decided by Zonal Office and it will be installed as per BIS 15683:2006 & should be mentioned in the Fire Extinguisher
  9. If fire extinguishers fail in hydraulic testing or non-useable or new requirement then new fire extinguishers will be provided as per BIS 15683:2006 only.
  10. New fire extinguisher(if required) will be delivered only after getting approval of Zonal Office and the work will be inclusive of supply and installation work etc. no extra charge will be paid by Bank.
General Terms and Conditions-