Upload
doandien
View
213
Download
0
Embed Size (px)
Citation preview
UNION BANK OF INDIA
REGIONAL OFFICE SURAT
Request for Proposal (RFP)
Rate Contract of Vendors/ Firms/ Suppliers for supply &
maintenance of Air conditioners
For various Branches/ Offices/ ATMs
In SURAT Region
Tender Issue Date March 05, 2019
Last Date of Submission March 26, 2019
(Tender will be opened in the presence of bidding firms or their
representative present at the time of opening of tender)
Place of Submission
Union Bank of India,
Regional Office, Surat
6th Floor, Saifee Building
Nanpura, Dutch Garden Road, Surat-673006
Page 2 of 32
INDEX
1. SCOPE OF THE WORK
2. ELIGIBILITY CRITERIA FOR SHORT LISTING
3. TECHNICAL REQUIREMENTS
4. EARNEST MONEY DEPOSIT
5. TERMS OF IMPLEMENTATION
6. LOCATIONS TO BE COVERED
7. BIDDING PROCESS (TWO STAGE)
8. EVALUATION CRITERIA
9. PRICE BID FOR AIR CONDITIONER
10. PRICE COMPOSITION
11. AMENDMENT OF BIDDING DOCUMENTS
12. VALIDITY OF RATE CONTRACT
13. PRICE FREEZING
14. ASSIGNMENT OF OBLIGATION
15. ORDER CANCELLATION
16. AVAILIBILITY OF SPARES
17. PATENTS RIGHTS
18. MINIMUM MAINTENANCE STANDARD REQUIRED
19. DELAYS IN THE SUPPLIER’S PERFORMANCE
20. PENALTY FOR LACK OF SERVICE SUPPORT
21. TERMINATION FOR DEFAULT
22. TERMINATION FOR INSOLVENCY
Page 3 of 32
23. LIABILITY
24. WARRANTY
25. ANNUAL MAINTENANCE CONTRACT (AMC)
26. FORCE MAJEURE
27. UNDERTAKING BY VENDOR
28. INSURANCE
29. GOVERNING LAW AND DISPUTES
30. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER
31. OPENING OF OFFERS AND PRE BID MEETING
32. PRELIMINARY EXAMINATION
33. SIGNING OF CONTRACT
34. PAYMENT TERMS
Page 4 of 32
ANNEXURES
ANNEXURE -I LETTER OF UNDERTAKING
ANNEXURE- II PRE QUALIFICATION
ANNEXURE -III DECLARATION FOR COMPLIANCE
ANNEXURE -IV TECHNICAL SPECIFICATION
ANNEXURE –V REFERENCE SITE DETAILS
ANNEXURE -VI COMMERCIAL BID
Page 5 of 32
Regional Office, Surat
6th Floor, Saifee Building
Nanpura, Dutch Garden Road, Surat-673006
Fax: 0261-2462922 Ph.No.0261-2464405
Request for Proposal
Rate Contract of Vendors/ Firms/ Suppliers for supply & maintenance of Air conditioners
For various Branches/ Offices/ ATMs
In SURAT Region
Union Bank of India, Surat Regional office invites sealed quotation for supply and
maintenance of Air Conditioners, in the Branches in Surat Region, On as and when
required basis from the Manufacturer/Authorized dealers / suppliers who fulfill the
following Mandatory conditions / requirements.
Responsibility of Procurement of Air Conditioners for branches/ ATMs/ offices of Union
Bank of India in districts of Surat, Tapi, Narmada, Bharuch, Navsari, Valsad, Dang,
Daman (UT), Silvassa (UT) is entrusted with Surat Regional office of Union bank of
India and herein after will be referred as Surat region.
RFP Forms can be downloaded from website and can be submitted along with the
Techno-commercial Offer on payment of Rs 500 (Non-Refundable) by way of Demand
Draft / Pay Order favoring Union Bank of India payable at Surat.
Date of commencement of issue of
RFP
: 05/03/2019
Last date for submission of RFP : 26/03/2019 Up to 2.00PM
Opening of Technical bid : 26/03/2019 at 4.00PM
In case of any unexpected interruption due to events beyond control of the
procurement board, the process interrupted will be continued on the subsequent
working day at the scheduled time.
Page 6 of 32
1. SCOPE OF THE WORK
Installation and their Annual Maintenance contract of Air Conditioners in Branches, ATM
and other offices of Union Bank of India, in Surat Region as and when required basis.
Rate contract for supply and installation of new Air Conditioners will be for the period of
one year. The comprehensive AMC will be for 2 years from date of installation of
equipment. AMC rates fixed at the time of contract will be non negotiable and no
revision will be permitted. However after satisfactorily completion of the contract if both
parties are willing to continue the contract in the existing terms and conditions and
same rates, Rate contract for supply and installation of new equipments may be
extended to another one year. However extension of contract period will not exceed the
maximum of 3 years from the date of original contract.
No AMC charges will be paid during warranty period.
If the Central Office or any higher office of Union Bank of India
conducts Pan India Rate contract, Regional office Surat will have
the right to cancel this Rate contract. In such case notice of one
month will be served to the firm for termination of Rate contract
and no other claims will be entertained.
Note: Region comprises of 8 Districts and 2 Union Territories (UTs) having large
geographical area and branches/ATMs are widely dispersed. The requirements
mentioned above pertain to the entire region and not to the particular centre where RO
is located.
2. ELIGIBILITY CRITERIA FOR SHORT-LISTING
For Rate contract or shortlist of Vendors the following criteria shall be applied. For this
purpose Vendors shall submit proof of documents along with the Tender and Vendors
not submitting proof documents and/or not conforming to any of these parameters will
not qualify for Rate contract or short listing:
TECHNICAL BID OFFER (TO)
The Technical Bid Offer (TO) should be complete in all respects and contains
all information asked for in this document. It should not contain any price
information.
Page 7 of 32
2.1.1 The Technical Bid Offer should comprise of the following:
2.1.2 Acceptance of Terms and Conditions as per Annexure-I.
2.2 Document cost Rs.500/-i.e., Cost of RFP Forms, if downloaded from
Bank’s website.
2.3 Pre qualification as per Annexure II, Declaration for compliance
Annexure-III and Technical Specification ANNEXURE IV
2.4 Documentation (Product Brochures, leaflets, manuals etc., if any)
2.5 Details of reference sites as per Annexure-V.
2.6 Earnest Money Deposit of Rs.100,000/-
2.7 LATE BIDS:-Any bid received after the deadline for submission of bid
prescribed by the bank will be rejected and/or returned unopened to
the Bidder, if bidder desire so.
2.8
a) Note: All the Annexure I, II, III, IV and V commercial bid should be
submitted duly signed with Name and designation of the
authorized person with seal of the company.
The bid shall be typed or written in indelible ink and shall be signed by the
Bidder or a person duly authorized to bind the bidder to the contract. The
authorization shall be indicated by written power of attorney to
participate in the tender. Bids signed by representatives who don’t
have written power of attorney to participate in the tender shall be
rejected. All pages of the bid including un-amended printed literature shall
be initialed by the person or persons signing the Bid.
b) Attested Photocopies of relevant documents / certificates as proof in
support of various information submitted in aforesaid annexure and other
claims made by the vendor. (To be filed separately in a separate file.)
General Criteria
1. Firms should be registered companies/their authorized dealers/authorized
suppliers reputed in the concerned field with not less than five years
dealing in the products offered. (Attested copies or original Work orders will be
accepted as proof)
2. Good Product quality and Robustness. All Products for which BEE standards exist
should conform to those standards. (copy of proof)
3. Good after sales service net work within Surat Region. The Firm should have at
least one of its own office and service centre functioning in Gujarat state for
not less than three years as on the date of commencement of issue
Page 8 of 32
of RFP. Supplier’s own branches/service centers are preferable to agents.( Firms
should submit Attested copies of original rent receipt or any proof to prove that
it has own office and service centre functioning in Surat for not less
than three years as on the date.)
4. If the Firm doesn’t have an office/service center in Surat region it
should start one office/service center anywhere in Surat region within
6 months after finalization of contract else bank will have the right to
cancel the contract with that firm and distribute their contract equally
or judiciously justifying Para 10A (determination of lowest bidder and
awarding contract), among the firms which comply this clause.
5. The firm applying should have installed/ looking after the Annual Maintenance of
Air Conditioner of at least one Public sector Bank/ Public sector
Undertaking (other than Union bank of India Surat region ) situated in Gujarat
state for at least 3 years .(Vender should provide reference site details in
the annexure and they will qualify only if the bank get positive
feedback from one Public sector Bank/ Public sector Undertaking
situated in Gujarat state And one Public sector Bank/ Public sector
Undertaking situated anywhere in India.)
6. Firms with BEE certification will be preferred. (Attested copies or original Proof if
any has to be submitted)
7. Vendor should give a full demonstration at Regional office Surat or any other
convenient site suitable to the bank at their own cost.
8. After the demonstration if the board requests to provide another demo in
another /same premises to ensure the quality of the product, the vendor should
provide it without any additional charges.
9. Firms should have their own employees and should have Infrastructure and
network to support.
10. Firms should have Income Tax PAN, GSTIN No and the latest Clearance
Certificate. (Attested copies of pan card, GSTIN No and latest Income tax return
to be submitted)
11. Firms should have Registration under Shops & Establishments Act. (Attested
copy of certificate to be submitted)
12. Firms should have at least their one office with Landline telephone connection
and Email facility within the state in which the branch/office is located and office
should be manned during the office hours. Email will be considered as valid
Page 9 of 32
means to report compliant and vender is bound to attend the complaint within
48 hrs.
13. Firms shall not be owned or controlled by any director or officer/employee of
the bank or their relatives having the same meaning as assigned under section
6 of the Companies Act 1956. (A certificate denying the ownership of
Agency/Firm/Manufacturer/ Dealer by any director or officer/employee of the
bank or their relatives having the same meaning as assigned under section 6 of
the Companies Act 1956 issued by the CEO or Director of the Firm to be
submitted along with the tender).
14. Firms should submit an undertaking (on their letter head) that they have not
been black listed by any of the Govt. Authority or PSUs/PSBs duly signed by
authorized signatory with company seal.
15. Firms should have registration no for payment of service tax
3. Technical requirements:
1 Air conditioner unit of various sizes (2 ton, 1.5 ton and 1.0 ton), Split type or
Window AC with 5 stars Rating of branded company.[copper type only]
2 Buy back clause for old Air Conditioners (Irrespective of the maker and
condition of the equipment )
3 AMC for round the clock functioning of system with quarterly visits.
4 Cost of components should be pre-approved at the time of Rate contract.
5 It should have Manuel override facility.
Cost of components should be pre-approved at the time of Rate contract. If rate of any
component is not fixed in the contract separate bids will be called from the empanelled
firms and the lowest rate quoted by any empanelled firm will be applicable to all
suppliers. To avoid this firms are advised to quote for all components which may be
needed in installation /repair of the equipments.
Bids will be rejected if their commercial bid fail to fulfill the minimum
technical requirement given in Para 3.
4. EARNEST MONEY DEPOSIT
Page 10 of 32
a) Earnest Money Deposit of Rs.100,000/- (Rupees One Lac only), in the form of a
demand draft/pay order issued by a scheduled commercial bank favouring Union
Bank of India, payable at Surat must be submitted along with the Offer. Offers
not accompanied with Earnest Money Deposit will not be accepted.
This amount will be forfeited if, having been selected by the Bank for
the job, the vendor refuses to accept any contract or having accepted
the contract, fails to carry out his obligations mentioned therein. Bank
Guarantee in lieu of Earnest Money Deposit will not be accepted. No interest will
be payable on the Earnest Money Deposit. The Earnest Money Deposit will be
refunded to the unsuccessful Vendors. The Earnest money paid by the successful
Vendors will be released only after completion of Rate contract.
The Earnest Money Deposit will be forfeited if the vendor:-
- Withdraws its bid during bid validity period.
- Refuses to honor commercial bid. Bank reserves the right to place order onto
vendor based on prices quoted by them.
- Refuses to accept purchase order or having accepted the purchase order,
fails to carry out his obligations mentioned therein.
Bid security to successful vendor will be refunded only after successful completion of
bid period
5. TERMS OF IMPLEMENTATION
a. The vendor shall deliver the Air Conditioner Unit within 12 days from the date of
the Purchase order at the offices as per details of delivery locations to be provided
with PO.
b. The vendor shall install these equipments as per Bank’s requirement and make
them operational at the respective locations within 3 days after delivery; else the
terms of Liquidated Damages (LD) will be applicable.
c. The vendor shall provide service support as and when required during the
warranty period and thereafter, if required by the Bank.
d. On Installation /Servicing vender/representative will explain the operation of
equipment and clear doubts of employees of the bank.
Page 11 of 32
6. LOCATIONS TO BE COVERED
The delivery of Air Conditioners is to be done will be communicated along with the
Purchase Order. However, the Bank reserves the right to change location as per
Bank's requirement, before delivery .The installation of the Air Conditioners will be
done as per requirement of the bank from time to time.
7. BIDDING PROCESS (TWO STAGE)
For the purpose of the present job, a two-stage bidding process will be followed.
The response to the present tender will be submitted in two parts, Technical Bid
containing the General Terms and Conditions including Compliance to Technical
Specifications and Commercial Bid containing the final Commercial Bid. The bidder
will have to submit the Technical Bid and Commercial Bid Portion of the Bids
separately in sealed envelopes, duly super scribing "Bid for Rate contract of
Vendors/Firms/Suppliers for supply & Maintenance Of Air Conditioners TECHNICAL
BID will contain the Bidders information in the format as given in this document.
TECHNICAL BID shall NOT contain any pricing or commercial information at all.
In the first stage, only TECHNICAL BID will be opened and evaluated. Bidders
satisfying the technical requirements as determined by the Bank who accepts the
terms and conditions of this document and on positive feedback from two referral
sites PSU/PSB shall be short-listed for commercial evaluation. If no feedback is
received from at least two referral sites within 30 days or adverse feedback is
conveyed by the referral site that bid will be disqualified. Email through the domain
of the organization will be treated as valid modes however email through Gmail,
yahoo or any such sites will not be entertained.
Under the second stage, the COMMERCIAL BID of only those bidders, whose
technical bids are qualified, will be opened.
The bid shall be typed or written in indelible ink and shall be signed by the Bidder or
a person duly authorized to bind the bidder to the contract. The authorization
shall be indicated by written power of attorney accompanying the Bid. All
pages of the bid including un-amended printed literature shall be initialed by the
person or persons signing the Bid.
The bid shall contain no erasures or over writing except as necessary to correct errors
made by the Bidder, in which case such corrections shall be authorized by the person or
persons singing the bid. The bidder should quote the price for each item required by
Bank.
Page 12 of 32
Bids should be submitted in sealed covers duly superscripted "Bid for Rate contract
of Vendors/Firms/Suppliers for supply & Maintenance Of Air Conditioners” for
branches/offices/ATMs in Surat Region to
The Assistant General Manager,
Union Bank of India,
Regional Office Surat
6th Floor, Saifee building,
Dutch garden road, Nanpura, Surat-395001
Or in His absence to
Chief Manager (P&D), Union Bank of India, Regional Office Surat, 6th Floor, Saifee
building, Dutch garden road, Nanpura, Surat-395001
Tenders which are not in sealed covers will not be accepted.
8. EVALUATION CRITERIA
A) Technical Bids (offers):
a. The Technical offer (TO) should be complete in all respects and contain all
information asked for in this document. It should not contain any price
information. However TO should confirm that all required rates have been
quoted in Commercial Offer (CO), without showing the actual amounts in the
TO. Any software(s) supplied either free along with the system must be
indicated separately and specifically.
b. Any software(s)/ component which is left out and which may be required with
the system must be indicated separately and specifically along with the cost.
c. The TO must be submitted in an organized, numbered and structured manner
(spiral binding will be appreciated). No brochures/leaflets etc. should be
submitted in loose form.
d. Bank reserves the right to reject an offer under any of the following
circumstances:
a) Bid security (EMD) is not submitted.
b) Offer is incomplete and/or not accompanied by all stipulated documents.
Page 13 of 32
c) Offer is not in conformity with the terms and conditions stipulated in this
document.
d) Specifications stipulated in RFP are not met with. However, deviations
resulting in higher/superior configuration will be accepted.
e) Commercial Offer is not submitted separately along with Technical Offer.
f) Commercial Offer format differs from actual Commercial Offer format.
g) Or violates any terms and conditions in the RFP document.
h) Or If found that the information provided in the offer is bogus.
e. If required, normalization of TCO would be undertaken on the basis of
technical evaluation, before opening the Commercial Offers.
B) Commercial Bids:
a) Commercial bids of only technically qualified short listed bidders will be
opened.
Bank’s evaluation of the commercial bids will take into account the status of compliance
of terms and conditions.
9. PRICE BID FOR AIR CONDITIONER
The Price Bid should contain all relevant rates and charges (Including Taxes,
Service charge/installation Charge and Vat) and the rates should be quoted in Indian
Rupees only. One unit of air conditioners consist of The Price Bid should also contain
price for all components which may be needed in installation/servicing/repair of the
equipments. The price bid should have buy back clause for existing air conditioners
irrespective of brand and model and present condition and should be quoted in the bid.
There should not be any kind of hidden charges for installation/servicing/repair of the
equipments.
10. PRICE COMPOSITION
The Bank will shortlist suppliers, who satisfy commercial and other requirements laid
down in the document. Short listed suppliers will be notified by e-mail/post and the
suppliers/authorized representatives may be present at the time of opening of the Bids.
A) Determination of L1 Bidder and Awarding of Contract:
Page 14 of 32
On completion of evaluation process of technical bids, Bank will open commercial offers
of successful bidders and contract may be awarded to the lowest bidder in the following
method.
The Bank reserves the right to distribute the work among the shortlisted firms keeping
in view their relative strengths and operational convenience. Therefore, the lowest
tendering firm shall not have sole claim over the complete order. However in case of
distribution of work to others, who are willing to accept the L1 Rates, the L1-rate
Vendor will get at least 60% of the work contract and the remaining work orders may
be distributed equally among the L2 & L3 rate Vendor, provided they accept the L1
Rates. Vendors of L4 rate and beyond shall not be considered for any contract arising
out of this tender process. If any of the shortlisted Vendors is unable to fulfill the
orders within the stipulated period, then the Bank will have the right to allot those
unfulfilled orders to other shortlisted Vendors after giving 15-days notice to the
defaulting Vendor. If there is more than one L1 Vendor, then the work orders shall be
split equally among them and in such cases no option shall be granted to L2 or L3
Vendors to match the L1 rate.
For price comparison cost of unit + (AMC charge per year X (3 year –
warranty period)) will be considered.
AMC of the existing equipments may be awarded to the
manufactures/authorized dealer.
Failure or refusal to offer the services/goods by the successful bidder at the price
committed shall result in forfeit of the EMD amount, which may be noted.
The final decision on the vendor will be taken by the Bank. The Bank reserves the right
to reject any or all proposals. Similarly, it reserves the right not to include any vendor
in the final short-list.
11. AMENDMENT OF BIDDING DOCUMENTS
a. At any time prior to the deadline for submission of bids, the Purchaser may, for
any reason, whether at its own initiative or in response to a clarification
requested by a prospective bidder, modify the Bidding documents by
amendments.
b. Amendments, if any will be notified through Bank’s web site to all prospective
Bidders, which have received the Bidding documents and will be binding on
them.
Page 15 of 32
c. In order to provide, prospective Bidders, reasonable time to take the amendment
into account in preparing their bid, the Purchaser may, at its discretion, extend
the dead line for submission of bids.
d. NO ERASURES OR ALTERATIONS after submission of bids.
No submissions for erasures or alteration will be entertained. However
If a bidder submits two bids the lowest quoted bid accompanied by
document fee and EMD will be considered and the EMD of both bid will
be released after completion of Rate contract.
12. VALIDITY OF Rate contract
Rate contract for supply and installation of new equipments will be for the period of
one year. The AMC will be for 2 years from date of installation of equipment. AMC
rates fixed at the time of contract will be non negotiable and no revision will be
permitted. However after satisfactorily completion of the contract if both parties are
willing to continue the contract in the existing terms and conditions and same rates,
Rate contract for supply and installation of new equipments may be extended to
another one year. However extension of contract period will not exceed the
maximum of 3 years from the date of original contract.
13. PRICE FREEZING
The prices finalized shall remain valid for a period of 12 months from the date of
finalization of bids. However, AMC rates will be valid for 3 years from the date of
installation of the equipment.
14. ASSIGNMENT OF OBLIGATION
The supplier shall not assign, in whole or in part, its obligations to perform under
the contract, except with the Purchaser’s prior written consent.
15. ORDER CANCELLATION
a. If the vendor fails to deliver and/or install the equipment within 10 days or the
extended date communicated by the Bank, it will be a breach of contract.
b. The Bank reserves its right to cancel the order in the event of delay in delivery /
installation / commissioning of equipment.
c. Purchaser will have the right to cancel the Rate contract issuing one month
notice without giving any reason for such cancellation.
Page 16 of 32
16. AVAILIBILITY OF SPARES
Vender should ensure that the Spares for the product offered are available for at
least 6 years from the day of installation of equipment. No obsolete equipment
should be supplied to the bank.
17. PATENTS RIGHTS
The supplier shall indemnify the purchaser against all third party claims of
infringement of patent, trademark or industrial design rights arising from use of the
Goods, or any part thereof in India.
The supplier shall, at their own expense, defend and indemnify the Bank against all
third party claims or infringement of intellectual Property Right, including Patent,
trademark, copyright, trade secret or industrial design rights arising from use of the
products or any part thereof in India or abroad.
The supplier shall expeditiously extinguish any such claims and shall have full rights
to defend it there from. If the Bank is required to pay compensation to a third party
resulting from such infringement, the supplier shall be fully responsible for, including
all expenses and court and legal fees.
The Bank will give notice to the Supplier of any such claim without delay, provide
reasonable assistance to the Supplier in disposing of the claim, and shall at no time
admit to any liability for or express any intent to settle the claim.
The Supplier shall grant to the bank a fully paid-up, irrevocable, non-exclusive
license throughout the territory of India or abroad to access, replicate and use
software (and other software items) if any, provided by the supplier, including-all
inventions, designs and marks embodied therein in perpetuity.
18. Minimum Maintenance Standard Required
a. The vendor should ensure that the equipment reported faulty on any working
day is set right within 48 hours of reporting the complaint and in no case, later
than three working days of the bank. In case, the air conditioner cannot be
repaired within the stipulated period, the vendor should provide replacement
of the same till the air conditioners is returned duly repaired without any
additional charges.
Page 17 of 32
19. DELAYS IN THE SUPPLIER’S PERFORMANCE
Delivery of the goods and performance of the Services shall be made by the supplier
in accordance with the time schedule specified by purchaser. Any delay in
performing the obligation by the supplier will result in imposition of liquidated
damages and/or termination of rate contract for default.
19.(a) LIQUIDATED DAMAGES FOR DELAY IN INSTALLATION
a. Notwithstanding the Bank's right to cancel the order, liquidated damages at
0.5% of the total cost of air conditioner per site per week will be charged for
every week's delay in delivery subject to maximum 5% in each case.
b. The Bank reserves its right to recover these amounts by any mode such as
adjusting from any payments to be made by the Bank to the company.
Part of week will be treated as a week for this purpose.
20. PENALTY FOR LACK OF SERVICE SUPPORT
Bank expects proper service support during warranty and post warranty period. The
machine should be set right within 48 hours of reporting the complaint. In case the
machine is down for more than 3 working days and no substitute is provided by the
vendor, a penalty of Rs. 250.00 per day may be charged, from the 4th day of
complaint to the maximum of Rs. 5000.00 per case. Such penalty may be recovered
from the amount payable to the vendor or quarterly AMC charges to be paid by the
Bank. If such case reported three times in a year, Bank may terminate the contract
and replace the faulty system and make good the proportionate loss from bank
guarantee.
Email will be considered as valid means to report compliant.
21. TERMINATION FOR DEFAULT
The Bank, without prejudice to any other remedy for breach of Contract, by written
notice of default sent to the Bidder, may terminate this Contract in whole or in part,
if the Bidder fails to perform any obligations(s) under the Contract.
In the event of the Bank terminating the Contract in whole or in part, the Bank may
procure, upon such terms and in such manner, as it deems appropriate, services
Page 18 of 32
similar to those undelivered, and the Bidder shall be liable to the Bank for any
excess costs for such similar services.
22. TERMINATION FOR INSOLVENCY
The Bank may at any time terminate the Contract by giving written notice to the
Bidder, if the Bidder becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the Bidder.
23. LIABILITY
Vendor’s aggregate liability under the contract shall apply to third party claims
for bodily injury/electric shock (including death) and damage to real property (due
to malfunction of equipment) and tangible personal property caused by vendor’s
gross negligence/lapse or due to below standard equipments used by vendor .
Vendor shall be liable for any indirect, consequential, or special damages due to
malfunction of the security equipments under the agreement / purchase order.
24. WARRANTY
a. The offer must include comprehensive on-site warranty of at least one year from
the date of installation and commissioning of the equipments. However there
should not be any additional cost for the warranty period. NO AMC charge will
be admissible in warranty period however quarterly service visit is mandatory
during warranty period else AMC charge of that quarter will be deducted.
b. Vendor shall be fully responsible for the manufacturer’s warranty in respect of
proper design, quality and workmanship of equipment, accessories etc.
covered by the offer. Vendor must warrant all equipment, accessories, spare
parts etc., against any manufacturing defects during the warranty period.
During the warranty period vendor shall maintain the equipment and
repair/replace all the defective components at the installed site, at no
additional charge to the Bank.
c. Warranty should not become void if Bank buys any other supplemental item
which is not discussed in this document from a third party and installs it with
these equipments. However, the warranty will not apply to such items
installed. The vendor is expected to ensure same maintenance standards
clause.
Page 19 of 32
25. ANNUAL MAINTENANCE CONTRACT (AMC)
a. Comprehensive on-site maintenance charges, for the post warranty period, must
be quoted on a yearly basis, in the Commercial Offer. The vendor will have to
maintain the equipment supplied for at least six years including warranty period at
the same rate quoted in Commercial Offer.
No AMC charges will be paid during warranty period.
Cost of all spares and labor charge should be borne by the vender during warranty
period and AMC period.
No charges other than Quarterly AMC charges will be paid to the vender.
The vendor is expected to ensure same maintenance standards as mentioned in
maintenance standards (Para 13).
b. If any of the peripherals, components etc. are not available or difficult to procure
or if the procurement is likely to be delayed, the replacement shall be carried out
with brand new equipment of equivalent capacity or higher capacity, during the
currency of warranty period and six years including warranty period. In such cases
no labor charges will be admissible and book value of old Equipment will be
deducted from the cost of new equipment. Such equipments will be treated as
fresh installation and warranty and AMC clause will be applicable as brand new
equipment.
c. If the Manufacturer/Authorized dealer doesn’t replace the system as
said in sub section above within a complaint period of 4 week, bank will
have the right to replace the faulty equipment with any other empanelled
vender and make good the book value of the faulty system from the
supplier of the faulty equipment by any means.
d. During AMC period the technicians should visit the branches quarterly during the
year with a minimum gap of 75 days between each visit during bank working hours
in addition to the emergency fault repair calls. The fault repair calls will not be
treated as quarterly visits and such visits will be free of cost during AMC.
e. Quarterly visit report confirming that the equipment is working
properly should be send in triplicate to Regional Head, Security officer and
concerned Branch Manager separately.
f. AMC Payment will be done by respective branch after quarterly visit. If the firm
fails to attend quarterly visit it will be treated as a lapse in service by the vender and
AMC charge for that quarter will be forfeited. AMC charges of such lapsed quarters
cannot be claimed afterwards with other quarter.
Page 20 of 32
26. FORCE MAJEURE
Notwithstanding the above provisions, the Successful bidder shall not be liable for
penalty or termination for default if and to the extent that its delay in performance
or other failure to perform its obligations under the Contract is the result of an event
of Force Majeure. For purposes of this clause, "Force Majeure" means an event
beyond the control of the Bidder and not involving the Bidder's fault or negligence
and not foreseeable. Such events may include, but are not restricted to, wars or
revolutions and epidemics. If a Force Majeure situation arises, the Bidder shall
promptly notify the Bank in writing of such condition and the cause thereof. Unless
otherwise directed by the Bank in writing, the Bidder shall continue to perform its
obligations under the Contract as far as is reasonably practical, and shall seek all
reasonable alternative means of performance not prevented by the Force Majeure
event.
27. UNDERTAKING BY VENDOR
The successful bidder must give an undertaking that all components used in the
machines supplied are new and original and not refurbished. This must be submitted
along with the Invoices.
28. INSURANCE
The supplier should get the items insured for a period of 3 months from the date of
delivery in the name of the Bank at no extra cost us. The insurance shall be for an
amount equal to 110% of the CIF value of the goods delivered at the respective
branches covering all risks.
29. GOVERNING LAW AND DISPUTES
The provisions of this tender shall always be subject to government notifications, any
rules/ guidelines that may be in force from time to time.
All disputes or differences whatsoever arising between the parties out of or in relation
to the construction, meaning and operation or effect of these Tender Documents or
breach thereof shall be settled amicably. If however the parties are not able to solve
them amicably, the same shall be settled by arbitration in accordance with the
provisions of Arbitration and Conciliation Act 1996 or any statutory modifications or re-
Page 21 of 32
enactments thereof and the rules made there under and for the time being in force,
shall apply to the arbitration proceedings. The arbitrator shall be appointed with the
mutual consent of both the parties. However there is a provision of appeal if either
party is not satisfied with the arbitration award.
During the arbitration proceedings the Vendor shall continue to work under the
Contract unless otherwise directed in writing by the bank or unless the matter is such
that the work cannot possibly be continued until the decision of the arbitrator is
obtained.
The venue of the arbitration shall be Surat
30. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER
The Bank shall be under no obligation to accept the lowest or any other offer received
in response to this notice and shall be entitled to reject any or all offers without
assigning any reasons whatsoever. The bank will have right to opt for any new
technology optimum for the banks usage.
31. OPENING OF OFFERS and pre bid meeting
Technical Bid offers will be opened at Regional office Surat at 4.00 p.m., on
26/03/2019. The Offerers / their representatives may be present at the time of
opening of the Technical Bid Offers. No separate intimation will be sent in this regard to
the suppliers for deputing their representatives. The Technical Bid Offers will be
opened at the time and date stipulated above irrespective of the number of Offers or
their representatives present. In case of any unexpected interruption due to events
beyond control of the board, the process interrupted will be continued on the
subsequent working day at the scheduled time.
32. PRELIMINARY EXAMINATION
The Purchaser will examine the bids to determine whether they are complete, whether
any computational errors have been made, whether required information have been
provided as underlined in the bid document, whether the documents have been
properly signed, and whether bids are generally in order. Bids from agents without
proper authorization from the manufacturer shall be treated as non-responsive.
Arithmetical errors will be rectified on the following basis. If there is a discrepancy
between unit price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and total price shall be corrected. If the does not
Page 22 of 32
accept the correction of the errors, its bid will be rejected. If there is discrepancy
between words and figures, the amount in the words will prevail.
The bid determined as not substantially responsive will be rejected by the purchaser
and may not be made responsive by the bidder by correction of the non-conformity.
The purchaser may waive any minor informality or non-conformity or irregularity in a
bid, which does not constitute a material deviation, provided such waiver does not
prejudice to affect the relative ranking of any bidder.
33. SIGNING OF CONTRACT
If UBI decides, then the successful bidder(s) shall be required to enter into a contract
with UBI within 7 days of the award of the tender or within such extended period as
may be specified by Union Bank of India, Regional Office, Surat on the basis of the
Tender Document, the Tender of the successful bidder, the letter of acceptance and
such other terms and conditions as may be determined by the Bank to be necessary for
the due performance of the work in accordance with the Bid and the acceptance
thereof, with terms and conditions shall be contained in a Memorandum of
Understanding to be signed at the time of execution of the Form of Contract. Bank
shall have the option of terminating the contract during the contract period by giving a
3 months’ notice.
In the absence of any formal contract, the copy of PO, the RFP document and other
related documents will be treated as contract.
34. PAYMENT TERMS
No advance amount will be paid to vender. Payment will be released only against
completion of work on quarterly bases. 10% will be retained for all equipments
till completion of warranty period.
35. For further clarifications, if any, you may contact the following address:
Assistant General Manager
Regional Office, Surat
6th Floor, Saifee Building
Nanpura, Dutch Garden Road, Surat-395001
36. Registered Companies and Partnership Firms having at least one of their own
offices in Major Cities/Towns in Gujarat State and are interested in our proposal for
supply & Maintenance of Air Conditioner in the Branches/ Offices/ATMs conforming
Page 23 of 32
to the aforesaid terms and conditions may send their offers to our Regional Office,
Surat latest by the last date & time for submission of offers.
Assistant General Manager
Page 24 of 32
Annexure – I
Letter of Undertaking on Company Letter head
To
The Assistant General Manager,
Union Bank of India,
Regional Office, Surat
6th Floor, Saifee Building
Nanpura, Dutch Garden Road, Surat-673006
Fax: 0261-2462922 Ph.No.0261-2464405
Sir, Reg.: Our bid for ACs for various branches / offices under Surat Region. We submit our Bid Document herewith. We understand that
• You are not bound to accept the lowest or any bid received by you, and you may reject all or any bid.
• If our Bid for the above job is accepted, we undertake to enter into and execute at our cost, when called upon by the purchaser to do so, a contract in the prescribed form. Unless and until a formal contract is prepared and executed, this bid together with your written acceptance thereof shall constitute a binding contract between us.
• If our bid is accepted, we are responsible for the due performance of the contract.
• You may accept or entrust the entire work to one vendor or divide the work to more than one vendor without assigning any reason or giving any explanation whatsoever.
• Vendor means the bidder who is decided and declared so after examination of commercial bids.
• The names of shortlisted bidders after the completion of first stage (Technical Bid), and the same of successful bidder to whom the contract is finally awarded after the completion of second stage (Commercial Bid), shall be displayed on the Notice Board of the purchaser at Union Bank of India, Regional office Surat.
Dated at _____________ this _____________day of _____________ 2019.
Yours faithfully,
For
Signature
Name
Page 25 of 32
ANNEXURE II – PRE QUALIFICATION
The minimum qualification criteria for the bidders are as under: -
Pre Qualification Criteria Compliance
(Yes/No)
Details of
proof
Attached if
any
Firms should be reputed in the concerned field
with not less than five years dealing in the
products offered.
Do the Firms have Test report by the regional
electronic Test Development centers for each
equipment?
The firm should have installed/ looking after the Annual
Maintenance of Air Conditioning system of at least
2 Public sector Bank or 2 PSU units situated in
Gujarat state.
The Firm should be on the Rate contract of at
least one Public Sector Banks/ Public Sector
undertakings in Gujarat state for the last three years.
Whether conforming BEE standards
The Firm should have at least one of its own office and
service centre functioning in Surat for not less
than three years as on the date of
commencement of issue of RFP.
If the answer is no whether firm is willing to open a
branch within 6 months
Whether Supplier’s own branches/service centers or
agents available in region.
If no, Whether willing to open branches/service centers
or agents in region within 6 months of finalization of
contract.
Whether undertaking submitted (on their letter head)
that vender has not been black listed by any of the
Govt. Authority or PSUs/PSBs.
Page 26 of 32
Whether Copy of pan card, TIN No and latest Income
tax return to be submitted
Whether Firms submitted Copy of registration
certificate under shop and establishment act.
Whether a certificate denying the ownership of
Agency/Firm/Manufacturer/ Dealer by any director or
officer/employee of the bank or their relatives having
the same meaning as assigned under section 6 of the
Companies Act 1956 issued by the CEO or Director of
the Firm submitted along with the tender.
Address of office with pin code and Telephone no
Contact person to enquire/report with Telephone no
Email ID
Signature
Seal of Company
Page 27 of 32
ANNEXURE III – DECLARATION FOR COMPLIANCE
All Terms and Conditions including scope of work except technical specifications
We hereby undertake and agree to abide by all the terms and conditions stipulated by
the Bank in this RFP including all addendum, corrigendum etc. (Any deviation may
result in disqualification of bids).
Signature:
Seal of company
Page 28 of 32
ANNEXURE IV Technical Specification
We certify that the equipments /services offered by us for tender confirms to the
specifications stipulated by you with the following deviations
List of deviations with reasons. (Deviations will be accepted only if the offered
specification is higher than requirement)
1) ___________________________________________________________
2) ___________________________________________________________
3) ___________________________________________________________
4) ___________________________________________________________
Signature:
Seal of company
(If left blank it will be construed that there is no deviation from the specifications
given above)
Page 29 of 32
(Letter to the bank on the Supplier’s letterhead)
Annexure - V
Reference Site Details
(1) Name of the Public sector Bank/
Public sector Undertaking
Address of the bank's
Central/Zonal/Regional Office
Name, designation of contact person with
telephone No. and e-mail id
Name:
Designation:
Landline No.:
Cell No.:
E-mail id:
Details of Air Conditioners supplied in last
3 years
(Ref. No., date of order and quantity)
(2) Name of the Public sector Bank/
Public sector Undertaking
Address of the bank's
Central/Zonal/Regional Office
Name, designation of contact person with
telephone No. and e-mail id
Name:
Designation:
Landline No.:
Page 30 of 32
Cell No.:
E-mail id:
Details of Security equipments supplied in
last 3 years
(Ref. No., date of order and quantity)
(3) Name of the Public sector Bank/
Public sector Undertaking
Address of the bank's
Central/Zonal/Regional Office
Name, designation of contact person with
telephone No. and e-mail id
Name:
Designation:
Landline No.:
Cell No.:
E-mail id:
Details of Security equipments supplied in
last 3 years
(Ref. No., date of order and quantity)
AUTHORISED SIGNATORY
Page 31 of 32
ANNEXURE VI – Commercial Bid
(Cost of components should be pre-approved at the time of Rate contract. If
rate of any component is not fixed in the contract separate bids will be called
from the firms and the lowest rate quoted by any firm will be fixed for all
Minimum Requirement Your brand and
technical specification
Warranty
period if
supplied
separately
Cost including all
taxes, service
charge and
installation cost
Split AC 2 Ton (5 Star)Full unit
including Installation
Split Ac 1.5 Ton(5 Star) Full unit
including Installation
Split Ac 1.0 Ton (5 Star)Full unit
including Installation
Window AC 2.0 Ton (5 Star)Full
unit including Installation
Window AC 1.5 Ton (5 Star)Full
unit including Installation
Window AC 1.0 Ton (5 Star) Full
unit including Installation
AMC Charges Split AC 2 Ton ********** *********
AMC Charges Split AC 1.5 Ton ********** *********
AMC Charges Split Ac 1.0 Ton ********** *********
AMC Charges Window AC 1.5 Ton ********** *********
AMC Charges Window AC 1.0Ton ********** *********
Labor charges for shifting
premises
********** *********
Any other component left out
Page 32 of 32
suppliers. To avoid this firms are advised to quote for all components which
may be needed in installation /repair of the equipments.)
Installation will include, but will not be limited to, fixing and installing IDU (indoor unit),
ODU (outdoor unit), PVC concealed drain pipe, AC stand including angle iron cover with
fixing including necessary materials to provide adequate strength & security as per site
condition etc.
Our Package cost for supply, installation, Testing and commissioning of Air conditioner(
Type of AC) is Rs_____________________________________________________/-
with a warranty for ____ months and AMC Charges per Annum for this configuration is
Rs__________________________________________________________________/-
which will be charged as
Rs_________________________________________________________/-quarter after
the mandatory quarterly visit
(Unit Cost + AMC charges per year X (6 year – Warranty period) =______________Rs
Our Minimum Buy back price for old system irrespective of the maker and condition of
the equipment in case of replacement after AMC period is
Rs_____________________________________________________/-
Note:
1. Unit prices of all items, including optional items must be quoted in WORDS AND
FIGURES.
2. The Total cost includes all taxes, duties and levies including GST on AMC.
3. In case of any discrepancy, unit prices quoted in words will be considered for
computation of TCO.
4. Bank reverses the right to reject the bid, if a vendor quotes AMC rate/ price
beyond the above range of Hardware cost.
Authorized Signatories
(Name & Designation, seal of the firm)
Date: