ALLAHABAD BANK ZONAL OFFICE, BAHRAICH

Similar documents
Phone: (0491) (4 Lines) Palakkad Plant, Kanjikode West PALAKKAD (0491)

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

1. Main & Mini Anganwadis Floor Mats(plastic) (5x7) fts. 9,805

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

Subject: Notice Inviting tender for supply of Memento for AUD Convocation.

Re-Tender. for. Supply & Installation of the Water Chiller. Indian Institute of Technology Jodhpur

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

THE TECHNICAL UNIVERSITY OF KENYA

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

Tender. for. Indian Institute of Technology Jodhpur

CHEMELIL SUGAR COMPANY LIMITED

Tender for Interior Decoration including Civil and Electrical Work for Integrated ERC & Office Setup at Guwahati, Assam

TENDER DOCUMENT. For. Consultancy for ISO 9001:2008 Certification. Tender Reference Number: 15-5/2012-Lib. Dt

+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

Re-Tender. for. Supply & Installation of Low Current Dual Channel Source Meter at. Indian Institute of Technology Jodhpur

Tender For Supply of Lubricating Oil for DG sets installed at 33kV sub-station At All India Institute of Medical Sciences, Jodhpur

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF GOODS. (Procurement of Goods)

Divisional Engineer, DIGITAL TRANSMISSION CENTER Southern Telecom Sub Region, 3 rd Floor, Telephone Bhavan, Saifabad, Hyderabad ,

TENDER DOCUMENT. For Supply of Office Petty Stationery, Printed Stationery and ATM Rolls for year

The tender document may be download from the website,www,cdac.in/

Notice Inviting Tender for Purchase of Glass Jars, Plastic bottles, Entomological pins etc.

TENDER No: STPIC/Admin/G&P/010/ / 003 Date: 15/09/2009 BID DOCUMENT. Tender for Supply of Radio Modems

MECON LIMITED A Government of India Enterprise

COMMERCIAL TERMS AND CONDITIONS

School of Open Learning (Campus of Open Learning) University of Delhi 5, Cavalry Lane Delhi PROCUREMENT OF OFFICE STATIONERY

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMILNADU TENDER DOCUMENT

TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES

TENDER NO: 13 OF PRINTING OF COUNCIL DOCUMENTS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NAKURU

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

3 rd Mile Stone, Faridabad-Gurgaon Expressway, Faridabad Phone:

Kenya Literature Bureau. Tender Document. For. Book Binding Glue TENDER NO: KLB/T/04/

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

THE TECHNICAL UNIVERSITY OF KENYA TENDER DOCUMENT FOR

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT FOR

TENDER DOCUMENT FOR VALUATION OF COMPANY ASSETS

REPUBLIC OF KENYA MIGORI COUNTY GOVERNMENT

TENDER DOCUMENT FOR PURCHASE OF: POLYCARBONATE INSERTS OF RS. 10 Tender Number: /COINING, Dated:

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF AIRCONDITIONERS & WATER COOLERS IN PARYAVARAN BHAWAN CGO Complex, New Delhi

REPUBLIC OF KENYA GOVERNMENT OF MACHAKOS COUNTY DEPARTMENT OF TRANSPORT & ROADS TENDER NO. GMC/MTRPH/7/ &


NATIONAL LAW UNIVERSITY, DELHI Sector-14, Dwarka New Delhi

TENDER DOCUMENT FOR REHABILITATION OF ROADS WITHIN VIHIGA COUNTY

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

Standard Bidding Documents. For. KMU Annual report

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

TENDER FOR SUPPLY OF DRILLING MATERIALS (MUD & MUD ADDITIVES & WELL HEAD EQUIPMENT) FOR BARINGO- SILALI GEOTHERMAL PROJECT

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

TENDER No: SPMU/NRC/Print Service/542/2018/ dated March 14, 2018 TENDER FOR MANAGED PRINT SERVICES ISSUED BY

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

UV-Visible Spectrophotometer

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

SUPPLY AND DELIVERY OF NEWSPAPER FOR FINANCIAL YEAR (FRAMEWORK AGREEMENT)

Tender. for. Indian Institute of Technology Jodhpur

TENDER FOR SUPPLY AND DELIVERY OF BOTTLED MINERAL WATER (FRAMEWORK CONTRACT) DECEMBER 2017 CLOSING WEDNESDAY 20TH DECEMBER, 2017 AT 11.

Supply and Installation of A3 Size Scanner

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

NATIONAL COMPETITIVE BIDDING FOR THE SUPPLY OF FORMS AND FORMATS. DATE OF COMMENCEMENT OF SALE OF BIDDING DOCUMENT : 12 th February 2016

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

TENDER NO. UU/T/5/2018 FOR PROVISION OF PEST CONTROL /FUMIGATION SERVICES

TENDER DOCUMENT FOR SUPPLY AND DELIVERY OF CIVIL ENGINEERING LABORATORY EQUIPMENT TENDER NO: UOE/CV/ENG/20/

CENTRE FOR DNA FINGERPRINTING AND DIAGNOSTICS

Tender. for. Supply & Installation of Portable Dissolved Oxygen Meter. Indian Institute of Technology Jodhpur

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD TENDER FOR SUPPLY OF A MOBILE DIESEL DEWATERING PUMP FOR OLKARIA II POWER STATION.

e-tender NOTIFICATION FOR THE SUPPLY OF GUNNY CLOTH & THREAD TO THEKARNATAKA SECONDARY EDUCATION EXAMINATION BOARD.

Tender No.3558/H/2012/Roots Dated:

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

MINISTRY OF AGRICULTURE, LIVESTOCK AND FISHERIES STATE DEPARTMENT OF AGRICULTURE

TENDER NO. TCG/F&P/14/ FOR SUPPLY AND DELIVERY OF MOTOR VEHICLE TYRES, TUBES AND BATTERIES (FRAMEWORK CONTRACT)

DIRECTORATE OF COLLEGIATE EDUCATION, CHENNAI, TAMIL NADU TENDER DOCUMENT

TENDER DOCUMENT FOR PURCHASE OF: VARIOUS TYPES OF FILES Tender Number: /PURCHASE, Dated:

of Server No. of Server Period of AMC 06 One year The details of tender document are as below:

CSIR-CENTRAL MECHANICAL ENGINEERING RESEARCH INSTITUTE MAHATMA GANDHI AVENUE, DURGAPUR , WEST BENGAL TENDER DOCUMENT FOR MS/SS SHEET

Indira Gandhi National Open University (Student Evaluation Division) MaidanGarhi, New Delhi Notice inviting Quotations

MINISTRY OF HEALTH. TENDER No. MOH/ONT/001/

RAWALPINDI INSTITUTE OF CARDIOLOGY RAWAL ROAD, RAWALPINDI PH:

TENDER FOR SUPPLY OF PERSONAL PROTECTIVE EQUIPMENT (PPE S) FOR DRILLING & INFRASTRUCTURE DEPARTMENT (Reserved for the Special Groups)

Printing and Supply of Calendars, Greeting Cards & Diaries

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Department of Procurement Cell

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Fujitsu RAM for Server Hardware

Cost of tender document Rs. 500/- Punjab ICT Education Society, Punjab SCO , 2nd Floor, Sector 34-A, Chandigarh

Note: Offers received with any deviations with respect to Tender Terms, Conditions, Payment term, Delivery term, etc. will be liable for rejection.

BHARAT HEAVY ELECTRICALS LIMITED,

GOVERNMENT OF PAKISTAN MINISTRY OF RELIGIOUS AFFAIRS AND INTERFAITH HARMONY ******* TENDER NOTICE

TENDER DOCUMENT FOR PURCHASE OF: ULTRASONIC SENSOR Tender Number: /ELECTRIC, Dated:

STATE BANK OF TRAVANCORE (Associate of the State Bank of India) Head Office : Thiruvananthapuram Stationery Department

NOTICE INVITING TENDER PROCUREMENT OF HT STUD 36MM X 16 TENDER NO: W /WEB DATED: DUE DATE:

Ref. SNB/ENQ/MP/Pulse Generator/15-16/242(WP)

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

NATIONAL BIOSAFETY AUTHORITY

Transcription:

ALLAHABAD BANK ZONAL OFFICE, BAHRAICH DATED: 12.12.2017 NOTICE INVITING TENDER FOR SUPPLY AND INSTALLATION OF SMF BATTERIES FOR UPS SYSTEMS IN BRANCHES/OFFICES UNDER ZONAL OFFICE BAHRAICH 1

NOTICE INVITING TENDER Allahabad Bank, a Public Sector Bank having Head Office at 2 N. S. Road, Kolkata West Bengal and Zonal Office at Bahraich, Uttar Pradesh. The Zonal Office Bahraich invites offer from Original Equipment Manufacturers (OEM) or Traders (Authorised Dealers/Suppliers/Distributors) for Supply and Installation of SMF Batteries on Buy- Back basis, based on requirement, at branches/offices spread across Bahraich and Shravasti districts in Uttar Pradesh state, falling under its jurisdiction. Place of opening Bids and Address for communication Last Date and Time for Receipt of Bidding Document Date of opening of Technical Bid Date of opening of Financial Bid Allahabad Bank Zonal Office Bahraich, 114,Raipur Raja, Bahraich, Uttar Pradesh.PIN:- 271801 30.12.2017 17:00 hrs. 01.01.2018 15:00 hrs. 01.01.2018 15:30 hrs. This Tender Notice is being issued with no financial commitment and purchaser reserves the right to change or vary any part thereof at any stage. Customer also reserves the right to withdraw the tender notice without assigning any reason thereof, should it become necessary at any stage. (Assistant General Manager) Zonal Office Bahraich Allahabad Bank 2

1. INSTRUCTIONS TO BIDDERS DEFINITIONS:- 1.1) "The Purchaser" means the Allahabad Bank Zonal Office, Bahraich. 1.2) "The Bidder" means a company or firm who participates in this tender and submits its bid. 1.3) The Supplier" means a company or firm supplying the goods under the contract. 1.4) "The Goods" means all the items, equipment, measuring instruments and/ or other materials, which the Supplier is required to supply to the Purchaser under the contract. 1.5) "The Purchase Order" means the order placed by the Purchaser on the Supplier signed by the Purchaser including all attachments and appendices thereto and all documents incorporated by reference therein. The purchase order shall be deemed as "Contract" appearing in the document. 1.6) "The Contract Price" means the price payable to the Supplier against the purchase order for the full and proper performance of its contractual obligations. 2. SCOPE OF WORK:- 2.1) The objective of this tender notice is to enter into rate contract with L1 bidder for 1 year for supply and installation of SMF batteries (strictly as per technical specification mentioned in Annexure-I) based on requirement and buyback of old batteries at branches/offices spread across Bahraich and Shravasti districts. 2.2) No Single bulk order will be placed. Order will be placed as per requirement from time to time. 2.3) The scope of work include the delivery, installation and commissioning of batteries at the site and connection with the existing UPS. 2.4) The removed batteries as per the buy-back terms of the tender shall be removed from the premises within two days from the commissioning of the new batteries. 2.5) The bidder shall supply and commission the batteries at the site maximum within three working days excluding the day of the purchase order. Otherwise, the penalty of Rs. 200.00 for each exceeding day will be deducted from the invoice payment. 3. ELIGIBLE BIDDERS A bidder should be required to satisfy the following requirements for being eligible for participation in the bidding process: Eligibility Criteria 3.1 The bidder should have their own office/support centre in Bahraich/Gonda/Lucknow/ Kanpur. Documents to be submitted Details of own office/support centre as per Annexure VI 3

3.2 The bidder should have acquired registration of Goods and Services Tax(GST) Copy of GST certificate 3.3 The bidder should have supplied, installed and maintained Order of batteries costing to Rs. 15 lakhs or above in any scheduled commercial bank in India or any Govt Organisation during last 2 Financial Years (2015-16 and 2016-17) 3.4 The Bidder should not be a defaulter for any State government or central government organization or any scheduled commercial bank operating in India, during last 3 years. 3.5 The bidder should be an OEM or authorized channel partner/dealer/supplier of OEM of the proposed batteries. Details of Purchase Orders as per Annexure-IV alongwith copies of Purchase Orders(POs) and satisfaction certificates as per ANNEXURE-V from the concerned Organisations whose PO has been attached in Annexure IV Annexure IX to be submitted. Manufacturer Authorisation form signed by the authorized signatory of OEM as per Annexure VII Vendor must comply with the above mentioned criteria. Non-compliance of any of the criteria can entail rejection of the offer. The Bank reserve the right to verify/evaluate the claims made by the vendor independently. Any mis-representation will entail rejection of the offer. 4. BIDDING DOCUMENTS The Bidder is expected to examine all instructions, forms, terms and conditions and technical specifications in the Bidding Documents. Failure to furnish all information required by the Bidding Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at the Bidder s risk and may result in the rejection of its bid. Not more than one independent and complete bid shall be permitted from a single bidder. 5. COST OF BIDDING The Bidder shall bear all the costs associated with the preparation and submission of its bid and Allahabad Bank, Zonal Office Bahraich (hereinafter referred to as the Purchaser) will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process. 6. AMENDMENT OF BIDDING DOCUMENTS 6.1) At any time prior to the deadline for submission of bids, the bank 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. Amendments, if any will be notified through Bank s web site in the form of corrigendum, shall form an integral part of the tender document and shall be binding on all bidders. 6.2) 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. 4

7. BIDDING PROCESS (DOCUMENT COMPRISING THE BID AND SEALING/MARKING THERE OF):- 7.1) The bid prepared by the bidder shall comprise of:- A). Technical bid and B). Financial bid 7.2) The Wax/Tape sealed bids should be submitted in the manner described as under. 7.3) The first sealed cover duly super scribed Technical bid for Tender Notice Ref No: - ZO/BAH/DIT/2017-18/N/54 dated 12.12.2017 should contain all the Annexures (I,II, IV to IX) and documents pertaining to Technical Bid. 7.4) The second sealed cover duly super scribed Financial Bid for Tender Notice Ref No: - ZO/BAH/DIT/2017-18/N/54 dated 12.12.2017 should contain only duly filled Price Schedule in Annexure III. 7.5) Both the covers super-scribed as above, must be placed in a third cover, duly wax/tape sealed and superscribed Tender Notice Ref No:- ZO/BAH/DIT/2017-18/N/54 dated 12.12.2017 for Supply and Installation of SMF Batteries on Buy-Back and DO NOT OPEN BEFORE (due date & time). Each of the three covers should contain the name and full address of the bidder. 7.6) The bidder is expected to examine all instructions, forms, terms & conditions and specifications in the Tender Document and amendments/ clarifications, if any, and submit the bid accordingly. 7.7) The bidder shall furnish a clause-by-clause compliance of all the terms & conditions of the tender demonstrating substantial responsiveness in the form of signing & stamping all the pages of the original bid document, Addendum/Corrigendum, if any and supporting documents by the authorized person. 7.8) No tender received after 17:00 Hrs on 30.12.2017 shall be accepted under any circumstance. Only in case the last date of submission of bids is declared as Bank holiday in Uttar Pradesh, the bids will be accepted up to the next working day till the same time at the same venue. Allahabad Bank is not responsible for non receipt of quotation within the specified date and time due to any reason including postal delays or Holidays. 7.9) Tender document, as downloaded, must be submitted without making any additions, alternations. Tender document modified in any manner is liable to be rejected. 7.10) The purchaser reserves the right to accept/reject any/all/parts of the bids without assigning any reason. 7.11) All the additional pages shall be numbered consecutively after the Bid document printed page numbers and all pages shall be signed and stamped by the bidder or person(s) duly authorized to bind the bidder to the contract. 7.12) The bid shall contain no interlineations, erasures or overwriting. 7.13) Telex, Cable, Facsimile or E-mail Bids will be rejected. 8. BID PRICES: - 8.1) The prices should be quoted in figures as well as in words (only in Indian Rupees) in the annexed Price Schedule only. The total price, Buy-Back value, unit price and all other components need to be quoted individually for 75 Ah battery and 100 Ah battery. 5

8.2) Rates only for requisite brand should be quoted against item. 8.3) A bid submitted with an adjustable or variable price will not be accepted. 8.4) Use of correcting fluid in the price schedule is strictly prohibited. 8.5) Any correction/overwriting in the Make/brand/Specification of battery in the Price Schedule by any bidder shall not be accepted and the same shall not be considered for evaluation/comparison. The price approved by the Allahabad Bank, Zonal Office Bahraich for procurement will be inclusive of all levies and taxes i.e. GST & Excise Duty, packing, forwarding, freight, and installation charges etc., if any for delivery up to the Consignee. Increase in GST rates decided time to time by Government shall be paid to the supplier on production of document whereas decrease in GST rates decided, time to time by Government shall be adjusted in favour of purchaser. 9. MODIFICATION AND WITHDRAWAL OF BIDS: - 9.1) The bidder may modify or withdraw its bid after submission provided that the written notice of the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids. No bid shall be modified subsequent to the deadline for submission of bids. 10. OPENING OF BIDS: 10.1) A two stage process shall be adopted in the evaluation of the bids. The purchaser shall open Technical bids in the presence of bidders or their authorized representatives who choose to attend on opening date and time. Attendance of all the authorised representatives of the bidders who are present at Bid Opening will be taken in a register against name, name of the company and with full signature. 10.2) The Bidder's names, documents submitted, modifications, bid withdrawals and such other details as the Purchaser, at its discretion, may consider appropriate; will be announced at the opening. 10.3) The date fixed for opening of bids, if subsequently declared as central government holiday in Uttar Pradesh, the revised date of schedule will be notified. However, in absence of such notification, the bids will be opened in the next working day at the same time and venue. 11. TECHNICAL BID EVALUATION: - 11.1) The bids will be evaluated to determine whether they are complete, whether documents have been properly submitted, and whether bids are generally in order. 11.2) A bid shall be considered substantially responsive if it conforms to the terms and conditions of the tender document without any material deviation and all the required annexures and documents as per tender document ref no. ZOBAH/DIT/2017-18/N/54 dated 12.12.2017 have been submitted. Bids will be rejected if any of the required Annexures/Documents has not been submitted or if the bidder has violated any of the terms and conditions. 11.3) The purchaser or his bona fide representatives shall have the right to inspect the offices/showrooms of the bidder, for verification of facts furnished by the bidder in support of his bid documents, and the bidder is bound to answer any query made by the purchaser. 6

11.4) The Technical Bid must NOT contain any price information. 12. FINANCIAL BID OPENING/FINANCIAL EVALUATIONS AND COMPARISON OF BIDS: 12.1) The purchaser shall shortlist only those bidders who are eligible and have submitted technically successful bid for opening of financial bid. The Financial Bids of technically unsuccessful bidders would not be considered for Financial Evaluation and comparison of bids. 12.2) Prices quoted in the Price Schedule only will be considered for evaluation. 12.3) Arithmetical errors shall be rectified on the following basis:- A. If there is discrepancy between the unit price and final price, the unit price shall prevail and the final price corrected accordingly. B. If there is a discrepancy between words and figures in the amount of the unit price or final price, the amount in words shall prevail. C. If the bidder does not accept the correction of the errors, his bid shall be rejected. The evaluation and comparison of responsive bids shall be done on the basis of final price (as indicated in row g of the Price Schedule) inclusive of levies & taxes i.e., GST, Excise Duty, packing, forwarding, freight, Delivery, installation charges etc. if any, and deducting buy-back value. D. The evaluation for arriving at L1 bidder shall be done, taking the net unit price of batteries (Unit price minus buyback price) Point No. G as per the price schedule (Annexure III). L1 will be evaluated in each category i.e. 75 Ah battery and 100 Ah battery. 13. CLARIFICATIONS ON BIDS : To assist in the scrutiny, evaluation and comparison of offers, the Purchaser may, at its discretion, ask some or all vendors for clarification of their offer. The request for clarification and the response shall be in writing and no change in the price or substance of the bid shall be sought, offered or permitted. If deemed necessary the vendor is required to give presentation on the systems offered. 14. CONTACTING THE PURCHASER: - No bidder shall try to influence the Purchaser on any matter relating to its bid. Any effort by a bidder to influence the Purchaser in the Purchaser's bid evaluation, bid comparison or contract award decision shall result in the rejection of the bid of that bidder. 15. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS:- The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids, at any time prior to award of contract without assigning any reason whatsoever and without thereby incurring any liability to the affected bidder or bidders on the grounds for the Purchaser s action. 7

16. NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER: 16.1 The Purchaser shall be under no obligation to accept the lowest or any other offer received in response to this tender notice and shall be entitled to reject any or all offers, including those received late or incomplete offers, without assigning any reason whatsoever. 16.2 Purchaser will not be obliged to meet and have discussions with any vendor and/or to listen to any representations. 17. PLACEMENT OF ORDER: - 17.1) The successful bidder will have to submit a Performance Bank Guarantee(PBG) in the form of Bank Guarantee of Rs. 20000/- for a period of 3 years + 60 days from the date of signing of Rate Contract. 17.2) The Purchaser shall consider placement of orders for commercial supplies on the bidders whose offer has been found technically and financially acceptable. The tender will be awarded to the bidder on the basis of lowest quoted rates (L1 Bidder). 17.3) The purchaser shall place Purchase Order to the bidder for the quantities as and when required at the branches/offices. 18. DISQUALIFICATION OF BIDDER: - 18.1) Purchaser reserves the right to disqualify the supplier for a suitable period who habitually failed to supply the material in time. Further, the suppliers whose material does not perform satisfactorily in accordance with the specifications may also be disqualified for a suitable period as decided by the purchaser. 18.2) Successful bidder will be disqualified by the purchaser, if he fails to submit the required Performance Bank Guarantee. 18.2) Purchaser reserves the right to blacklist a bidder for a suitable period in case he fails to honour his bid without sufficient grounds. 19. PATENT RIGHTS: - 19.1)The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the goods or any part thereof. 19.2)In the event of any claim asserted by the third party of infringement of copyright, patent, trademark or industrial design rights arising from the use of the Goods or any part thereof in India, the Selected Vendor shall act expeditiously to extinguish such claims. If the Selected Vendor fails to comply and the Purchaser is required to pay compensation to a third party resulting from such infringement, the Selected Vendor shall be responsible for the compensation including all expenses, court costs and lawyer fees. The Purchaser will give notice to the Selected Vendor of such claims, if it is made, without delay. 8

20. INSPECTION: - 20.1) The purchaser or his representative shall have the right to inspect the goods for their conformity to the specifications, before or after the supply of goods to the Consignee. 20.2) Should any inspected goods fail to conform to the specifications, the purchaser may reject them and the Contractor shall either replace the rejected goods or make all alterations necessary to meet specification requirements, free of cost to the purchaser. 20.3) Nothing in Clause as above shall in any way release the bidder from warranty or other obligations under this contract. 21. PACKING, FORWARDING AND DISPATCH OF GOODS:- 21.1) The contractor shall ensure that the goods are securely and adequately packed to ensure safe arrival at the destination withstanding all hazards including any rough handling, during transit. 21.2) The contractor shall be fully responsible for the safe arrival of the goods at destination and till the time goods are received by the consignee, in good working condition. 21.3) Intimation of dispatch of goods should be sent to the consignee well within time. Such intimation should also be sent to the consignee, paying authority, and to the purchaser. 21.4) The goods shall be supplied in original packing from the manufacturer clearly indicating item details & specifications. 21.5) Delivery of the goods shall be made by the Contractor within stipulated time as mentioned in Tender Notice. 21.6) Batteries will be delivered at the site upto the floor where this will be installed and no separate transport/carriage/labour charges shall be paid for the delivery of goods. 21.7) The vendor will observer all necessary precaution at his cost to safeguard the workers during execution of work. Bank will not responsible for any mishappening during execution of work 21.8) The Purchaser reserves the right to cancel/change the Purchase Order, before delivery of items, at any time, as per requirement. 22. WARRANTY:- 22.1) The supplier shall warrant that the items to be supplied shall be new and free from all defects and faults in materials used, workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standards for materials of the type ordered and shall perform in full conformity with the technical specifications. The supplier shall be responsible for any defect that may develop under the conditions provided by the contract and under proper use, arising from faulty material, design or workmanship. 22.2) If it becomes necessary for the Supplier to replace any defective/substandard good under this clause, the same shall be replaced at the supplier s risk and expenses. In case, the same is not replaced by the supplier within two weeks, the Purchaser may proceed to get replaced from other sources, at the 9

supplier s risk and expenses, but without prejudice to any other rights which the purchaser may have against the supplier in respect of such defects. 22.3) Warranty period of the batteries should be Minimum2 Years from the date of installation. 22.4) In case of Battery failure during warranty period, the supplier has to attend the site within 2 hours and has to replace the faulty battery at their own cost within 4 hours. The supplier has to replace the entire set of batteries within a week, in case of more than two occasion of failure during warranty period. 23. PAYMENT TERMS: - 23.1) 100% Cost of the goods supplied against a purchase order will be paid on receipt and commissioning of the material in good condition by the consignee, at site. For claiming the payment following documents must be produced. A. Original Invoice with Bank Details. (must contain GSTN of Supplier and Purchaser). B. Delivery Challan C. Certificates of receipt of goods in physically good condition from the consignee. D. Installation report. E. Any other document, if required. 23.2) Bills for the supply of total quantity of a purchase order of complete supply will be settled once, on submission of the documents as mentioned above. 23.3) No payment will be made for goods rejected due to defect or substandard supply. 24. PRICES: - 24.1) Prices charged by the supplier for goods delivered and services performed under the contract shall not be higher than the prices quoted by the Supplier in his Bid. 24.2) In the case of revision of Statutory Levies/Taxes during the finalization period of tender, the Purchaser reserves the right to ask for reduction in the prices if there is reduction in any duties or taxes. 24.3) Prices once fixed will remain valid during the scheduled delivery period. Increase/ decrease of other levies/taxes, except GST will not affect the price during this period. 24.4) Increase in GST rates decided time to time by Government shall be paid to the supplier on production of document whereas decrease in GST rates decided, time to time by Government shall be adjusted in favour of purchaser. 24.5) Any increase in taxes and other statutory duties/levies after the expiry of the delivery date shall be to the supplier s account. However benefit of any decrease in these taxes/duties shall be passed on to the Purchaser by the supplier. 25) SUBCONTRACTS: 25.1) No subcontracts are permitted. 26). DELAYS IN THE SUPPLIER S PERFORMANCE: - 26.1) Delivery of the Goods and performance of the services shall be made by the Supplier in accordance with the time schedule as specified by the purchaser. In case the supply is not completed in the stipulated 10

delivery period, as indicated in the Tender Notice, purchaser reserves the right to invoke performance guarantee, impose penalty, short close/cancel this purchase order and/or recover liquidated damage charges. The cancellation/short closing of the order shall be at the risk and responsibility of the supplier and purchaser reserves the right to purchase balance unsupplied item at the risk and cost of the defaulting suppliers. 26.2) Delay by the Supplier in the performance of its delivery shall render the Supplier liable to any or all of the following sanctions, viz., to invoke performance guarantee, impose penalty, and/or termination of the contract for default. 26.3) If at any time during the performance of the contract, the supplier encounters condition impending timely delivery of the goods and performance of service, the Supplier shall promptly notify to the Purchaser in writing the fact of the delay, it s likely duration and its cause(s). As soon as practicable after receipt of the supplier s notice, the Purchaser shall evaluate the situation and may at its discretion extend the period for performance of the contract. 27. FORCE MAJEURE: - If, at any time, during the continuance of this contract, the performance in whole or in part by bidder notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or termination for default if and to the extent that the 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. 28. TERMINATION FOR DEFAULT: - 28.1) The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default, sent to the supplier, terminate this contract in whole or in part A. if the supplier fails to deliver any or all of the goods within the time period(s) specified in the contract, or any extension thereof granted by the purchaser; B. If the suppliers violates the undertaking of Authenticity given as per Annexure VIII. C. if the supplier fails/delays to perform any other obligation(s) under the Contract; and D. if the supplier, in either of the above circumstances, does not remedy his failure within a period of 5 days (or such longer period as the purchaser may authorize in writing) after receipt of the default notice from the purchaser. 11

29. TERMINATION FOR INSOLVENCY:- The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, without compensation to the supplier, if the supplier becomes bankrupt or otherwise insolvent as declared by the competent court provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the purchaser. 30. GOVERNING LAW AND DISPUTES 30.1)All disputes and differences of any kind whatever arising out of or in connection with this agreement shall be referred to arbitration. The arbitrator may be appointed by both the parties or in case of disagreement the Bank shall appoint an arbitrator and the decision of the arbitrator shall be final. Such arbitration is to be governed by the provision of the Indian Arbitration Act. 12

ANNEXURE-I BATTERY TECHNICAL SPECIFICATIONS NOTICE INVITING TENDER S.NO DESCRIPTION REQUIRED SPECIFICATION OF ITEMS 1. Make of Quanta/ Exide/ battery Panasonic/Rocket 2. Rating of battery 3. Rating of battery OFFERED SPECIFICATION OF ITEMS (Only 1 make to be mentioned by the bidder) 12V, 75 Ah (To be filled by the bidder) 12V, 100 Ah (To be filled by the bidder) COMPLIED (YES/NO) Date: Seal and Signature of authorized signatory 13

ANNEXURE II NOTICE INVITING TENDER BID FORM To, The Assistant General Manager Allahabad Bank, Zonal Office 114, Raipur Raja, Bahraich, U.P Dear Sir, Having examined the NIT (Ref. No ZO/BAH/DIT/2017-18/N/54 ) including all Annexures, the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver the Goods and services including installation and commissioning in conformity with the said NIT in accordance with the Schedule of Prices indicated in the Commercial Offer and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. We agree to abide by this bid for the period of 1 year after the date fixed for Technical bid opening by the Bank through the NIT or any of the addenda and it shall remain binding upon us and may be accepted at any time before the expiration of that period. We undertake that, in competing for (and, if the award is made to us, in executing) the above contact, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act 1988. We agree that the Bank will have Single Point of Contact with us, at the address stated below, for the entire goods and services to be delivered by us in case our bid is accepted. Address of Bidder for Single Point of Contact:.. We understand that the bank is not bound to accept the lowest or any bid the bank may receive. Place: Date: Seal and Signature (Authorized Signatory) Note: The Bidder shall necessarily provide a copy of Power of Attorney authorizing the signatory for signing the Bid on behalf of the Bidder in its Technical Bid. 14

ANNEXURE III PRICE SCHEDULE NOTICE INVITING TENDER A. ITEMS 75 Ah battery 100 Ah battery B. Make / Brand C. Unit Price of battery (in Rs.) D. E. F. G. GST & other taxes, if any Unit Price inclusive of all taxes (in Rs.) Buy Back value of Single Battery (in Rs.) Net Unit Price after deducting of buy-back value (in Rs.) Net Unit Price of 75 Ah battery after deducting of buy-back value (in words).. Net Unit Price of 100 Ah battery after deducting of buy-back value (in words) Note: - 1. All rates must be quoted in full INR (i.e. without decimal places). 2. Final Price must be quoted both in figure and words. ( ) Signature 15

ANNEXURE-IV DETAILS OF PURCHASE ORDERS REF No. Name of the Bidder: Name and the Full Address of The Purchaser Order No. and Date Quantity of Ordered Items Value of Order Date of Completion of delivery As per order Actual Attach copy of Purchase Orders, Delivery and installation proof of the above mentioned items. Date: Seal and Signature of authorized Signatory 16

Ref no: Annexure V SATISFACTION CERTIFICATE NOTICE INVITING TENDER (To be strictly submitted on the letter head of the Concerned Organization) To, The Assistant General Manager Allahabad Bank, Zonal Office 114, Raipur Raja, Bahraich, U.P Sir, Date: M/s has supplied and installed following items to our organisation: S.No Order no and date Make,Model and Rating Quantity 1 2 3 4 5 The supply, Installation and maintenance support from the vendor M/s was satisfactory. Place: Date: Seal & Signature (For Bank) 17

Annexure VI Details of Offices and Support Centre (To be strictly submitted on the letter head of the bidder) Ref No: Date: To, The Assistant General Manager Allahabad Bank, Zonal Office 114, Raipur Raja, Bahraich, U.P Sir, We have permanent office and Service Support Centre at the following location/s in BAHRAICH /GONDA/ LUCKNOW/ KANPUR Sr. No. Complete address of location Contact Person and Contact number Email address We confirm that we will provide 365x24x7 onsite service support as per NIT ref no. ZO/BAH/DIT/2017-18/N/54 from our above mentioned Service Support Centres to branches/offices in your zone. Date: Seal & Signature of Authorized signatory: 18

Annexure VII- MANUFACTURER S AUTHORIZATION FORM Ref No: Date: To, The Assistant General Manager Allahabad Bank, Zonal Office 114, Raipur Raja, Bahraich, U.P Dear Sir, Sub: NIT Ref no. ZO/BAH/DIT/2017-18/N/54 We an established and reputable manufacturers/oem of having factories/development centres at and do hereby authorize M/s (Name of bidder) to bid, negotiate and conclude the Purchase Order with you against the above NIT. We hereby extend our full guarantee and warranty as per NIT supply against this invitation for bid by the above firm. for the goods offered for Yours Faithfully. (NAME) For and on behalf of M/s... (Name of Manufacturer) Note : This Letter of authority should be on the letter-head of the manufacturing concern who is authorizing the bidder to bid for their product and should be signed by a person competent to bind the manufacturer. 19

Annexure- VIII Undertaking of Authenticity for Materials NOTICE INVITING TENDER Sub: Supply of Batteries Ref: 1. Your Notice Inviting Tender(NIT) Ref. No ZO/BAH/DIT/2017-18/N/54 Dated 12.12.2017 2. Our Quotation no...dated.. With reference to the Batteries which will be suppied to branches /offices in your zone as per above quotation. We hereby undertake that all the components/parts/assembly etc used in the items under the above shall be original new components parts/assembly etc only from respective OEMs of the products and that no refurbished / duplicate / second hand components / parts / assembly etc. are being used or shall be used. Should you require, we hereby undertake to produce the certificate from our OEM supplier in support of above undertaking at the time of delivery/installation. It will be our responsibility to produce such letters from our OEM supplier's at the time of delivery or within a reasonable time. In case of default and if we are unable to comply with the above at the time of delivery or during installation, for the Items etc already billed, we agree to take back the items without demur, if already supplied and return the money if any paid to us by you in this regard. We M/s (Bidder name)... also take full responsibility of both parts and service SLA as per the content. Seal and Signature of Authorized Signatory Name: Designation: 20

ANNEXURE-IX NOTICE INVITING TENDER SELF DECLARATION BLACKLISTING To, The Assistant General Manager Allahabad Bank, Zonal Office 114, Raipur Raja, Bahraich, U.P Dear Sir, Sub: Self Declaration Blacklisting Ref: Bid Document No. Dated: We hereby certify that, we have not been blacklisted/debarred by any Government Dept./ PSU / Banks for non-implementation / non delivery of the order / not providing support or any other reason currently. Signature of Authorized Official Name and Designation with Office Seal Place: Date: 21