SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21

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

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

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

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

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

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

Notice inviting e-bids for Printing and Supply of IEC Material

BHARAT HEAVY ELECTRICALS LIMITED,

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

Himalayan Forest Research Institute

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR

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

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

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

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

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

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

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Tender. for. Indian Institute of Technology Jodhpur

UV-Visible Spectrophotometer

GOVERNMENT OF KARNATAKA

BID DOCUMENT SECTION I

TENDER DOCUMENT FOR PURCHASE OF: AMC FOR DATA RECOVERY CENTER D.G SET Tender Number: /13/ESTATE, Dated:

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

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

BALMER LAWRIE & CO. LTD.

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

BALMER LAWRIE & CO. LTD.

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

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

MAHARASHTRA RAJYA SAHAKARI DUDH MAHASANGH MARYADIT, MUMBAI MAHANAND DAIRY, GOREGAON (EAST), MUMBAI

NORTH EASTERN ELECTRICITY SUPPLY COMPANY OF ORISSA LIMITED OFFICE OF THE CHIEF EXECUTIVE OFFICER

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Air Conditioner Maintenance Committee

Supply and Installation of A3 Size Scanner

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

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

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

THE MAHARASHTRA STATE CO-OP. BANK LTD., MUMBAI (Incorporating the Vidarbha Co-op. Bank Ltd.) Scheduled Bank

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

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

Webel WEST BENGAL ELECTRONICS INDUSTRY DEVELOPMENT CORPORATION LIMITED. TENDER DOCUMENT

AGREEMENT FOR SUPPLY OF LT ENERGY

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

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

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

Tender. for. Indian Institute of Technology Jodhpur

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

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

Bharat Sanchar Nigam Limited (A Govt. of India Enterprise) Southern Telecom Region (An ISO 9001:2000 Organization) BID DOCUMENT

TENDER DOCUMENT FOR. Annual Contract for English and Hindi Typing at NABARD Regional Office, Dehradun

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

GOVT OF ASSAM OFFICE OF THE JOINT DIRECTOR OF HEALTH SERVICES cum MEMBER SECRETARY, DISTRICT HEALTH SOCIETY, KAMRUP AMINGAON, GUWAHATI-31

TENDER FOR SUPPLY OF PRE-PRINTED THERMAL PAPER ROLL USED FOR BRTS IBUS ETM MACHINE WITH BRANDING RIGHTS

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

E. S. I. C. HOSPITAL, SECTOR 9-A, GURGAON (HARYANA) Tender No. 13(2)U/16/55/Emp.Chemist/RC/M.Store/2010

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

ADMIN/PHOTOCOY&BINDING/816 / July 2016 SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICE AT ICSI HQ NEW DELHI

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

REMOTE SENSING APPLICATIONS CENTRE, U.P.

TENDER DOCUMENT FOR PURCHASE OF: SUPPLY AND INSTALLATION OF UPS Tender Number: /63/ELECTRICAL, Dated:

PEC University of Technology, Chandigarh

MECON LIMITED A Government of India Enterprise

COMMERCIAL TERMS AND CONDITIONS

SHIVSHAHI PUNARVASAN PRAKALP LTD. CIN: 70200MH1998SGC No.SPPL/MD/RFP/CF/ 468 /2016, Date: 13/04/2016

Sub: Invitation to Tender Enquiry for supply of Towel

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Embassy of India Abidjan (Cote d'ivoire)

No.CSB/CSR&TI/Maint-38-20/ Date : To CSB & CSR&TI Web Site & e-procurement Portal.

IDBI Tower, WTC Complex, Cuffe Parade, Mumbai TENDER NOTICE. Supply & installation of MS Slotted Angle Racks

INSTRUCTION FOR BIDDERS FOR

GOVERNMENT OF RAJASTHAN ELECTION DEPARTMENT. No. F. 1(3)III/C/Elec./2009/ 6775 Jaipur, dated

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

SUPPLY OF MEDICINAL GASES FOR THE YEAR

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

URANIUM ORE PROCESSING PROJECT AT TUMMALAPALLE, ANDHRAPRADESH TENDER DOCUMENT FOR NIT. NO: UCIL/TMPL /STORE/18-19/01 NAME OF THE WORK

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

TENDER FOR SUPPLY OF HAND BOOK

The last date for submission of the bids is at

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

NATIONAL LAW UNIVERSITY AND JUDICIAL ACADEMY, ASSAM Established by the Assam act XXV of 2009

CEYLON PETROLEUM STORAGE TERMINALS LIMITED

Life Insurance Corporation of India Divisional Office, Jeevan Prakash Circuit house Road,Jodhpur PIN Ph

Bank Note Paper Mill India Private Limited, Mysore. Invites sealed quotations for Sale of Plastic Scrap & Empty Bobbins at BNPM, Mysore.

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

Office of the Principal Accountant General (Audit), Telangana, Hyderabad. Prl.AG(Audit)TS/Estate/ Date:

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

ESI CORPORATION MODEL HOSPITAL

Transcription:

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. HEAD OFFICE-GROUND FLOOR RAHEJA CHAMBERS, FREE PRESS JOURNAL MARG, NARIMAN POINT, MUMBAI-21 TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 1 No 10 KVA UPS & 2 Nos of 15 KVA UPS SYSTEM AT AIR-INDIA BUILDING AND ATLANTA BUILDING NARIMAN POINT, MUMBAI TENDER ID-HOM201903307 PART A: TECHNICAL BID TENDER SUBMITTED BY: NAME : ADDRESS : GSTIN NO. : DATE : Signature of Contractor with Seal

NOTICE INVITING TENDERS TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 1 No 10 KVA UPS & 2 Nos of 15 KVA UPS SYSTEM AT AIR-INDIA BUILDING AND ATLANTA BUILDING NARIMAN POINT, MUMBAI SBIIMS of behalf of SBI invites E-bidding & E-reverse auction for captioned work from the Empanelled Original Equipment Manufacturers (OEMs) of UPS system in SBIMS, HO, Mumbai. The details of tender are as under: 1. Name of Work and location of work supply, installation, testing and commissioning of 10 KVA & 2 nos of 15 KVA UPS system at Air-India building and Atlanta building Nariman point, Mumbai 2 Estimated cost Rs.3.25 lakhs plus GST 3 Eligibility of criteria Empanelled Original Equipment Manufacturers (Documents to be enclosed) (OEMs) of UPS system in SBI, LHO Mumbai 4. Cost of Tender processing fee Rs 1,000.00 (Rupees One thousand only) This Non-Refundable amount to be paid only through SB Collect Payment Portal available in SBI s online Banking site i.e. https://www.onlinesbi.com After successful payment, submit a print of the receipt carrying a Reference no. along with the tender application. For further details, refer annexure-a enclosed. 5. Earnest Money Deposit (EMD) Rs. 3,250/- (Rupees Three Thousand Only) in the Form of Demand Draft/Banker s Cheque issued by any Nationalized /Scheduled Bank Drawn in favour of SBI Infra Management Solutions Pvt. Ltd. Payable at Mumbai, which is to be submitted along with the Technical Bid in a separate envelope super scribing EMD. Without EMD Tender will be rejected. 6 Tender document available for download EMD shall be converted into Retention Money for successful Contractor, whose tender is accepted. 25.03.2019 to 05.04.2019 7 Bid Document AvailabilityRFP may be downloaded from Bank s website including

changes/amendments, if anyhttps://bank.sbi under procurement news Section. to be issued 8 Last date, time and place forthe signed and stamped bids in sealed envelope submission of Bid (Cover - I, Technical bid) should reach to us on or before Dt.05.04.2019 up to 03:00 PM The Managing Director & CEO, SBI Infra Management Solutions Pvt. Ltd. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21. Tenders received without any one or more document mentioned above shall be rejected. 9 Date, Time and Place of05.04.2019 up to 03:30 PM opening of Sealed Technical Bid SBI Infra Management Solutions Pvt. Ltd. Head Office- Ground Floor Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21. Authorized representatives of vendors may be present during opening of the Technical Bids. However, Technical Bids would be opened even in the absence of any or all of the vendor representatives 10 Date, Time for OnlineThe date and Time of online indicative price to be Indicative Price intimated through mail to successful bidders after technical evaluation At: - https://tenderwizard.com/sbietender 11 Last date & time for E reversethe date and Time of E-reverse auction to be intimated auction through mail to successful bidders after technical evaluation At: - https://tenderwizard.com/sbietender 12 Validity for Offer 3 (Three) Months from The Date of Opening of Price- Bid 13 Commencement of Work 7 th Day from the date of receiving of Work Order 14 Defects Liability Period 12 Months (Twelve months) 15 Time for completion of work 30 days from the date of PO 16 Initial Security Deposit (ISD) 2% of awarded value of work including EMD 17 Additional Security Deposit (ASD) In case L-1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated project cost), the bank may ask such bidder to deposit additional security deposit (ASD) equivalent to difference of estimated cost vis-à-vis L-1 quoted amount for due fulfillment of contract. Such ASD could be in the form of FDR / Bank s guarantee in the Bank s name as per format approved by

the Bank. On successful completion of work ASD will be returned to the contractor. In case contractor fails to complete the work in time or as per tender specification or leave the job incomplete, the bank will be at liberty to recover the dues from ASD or to forfeit such ASD as the case may be within its sole discretion. 18 Terms of payment i) No advance is payable. ii) On successful completion of the work, 95% of the bill amount will be paid Balance 5% of cost shall be treated as Retention Money 5 % (Including EMD+ISD) which will be released after the defect liability period of one year from the time of commissioning the system. Retention money shall be released on producing an acceptable Bank Guarantee for an equal sum valid until the expiry of defect liability period. 19 Liquidated Damages for0.5 % Per week subject to total amount of 5% of Delay Contract Value. 20 Contact Person, Phone NoContact Shri S.Krishnan. 022-22880291/280 (or E-mail and Mail Id for anyid sbiims.ho@gmail.com) clarifications The Contractor should submit the sealed tender consists of the following (Envelope) A) Tender processing fee B) Earnest Money Deposit C) The signed copy of General Condition of contract and Tender specification, BOQ etc. Contractors to sign in all the pages of the tender and shall be duly stamped D) Copy of Dealer/ Distributor certificate from OEM. E) Proof for installation/ work done 20. Tenders can be downloaded from the bank s website www.sbi.co.in (link) <Procurement News>. It shall be responsibility of the contractor to arrange and ensure that all pages of technical and financial bid are properly bound separately. Tenders in loose pages may be disqualified. 21. The contractor shall sign and stamp each page of the tender document thereby ensuring the number and sequence of all pages. 22. No conditions other than mentioned in the tender will be considered, and if given they will have to be withdrawn before opening of the price-bid.

23. The SBIIMS Pvt. Ltd. reserve their rights to accept or reject any or all the tenders, either in whole or in part without assigning any reason(s) for doing so and no claim / correspondence shall be entertained in this regard. 24. Tenders received without EMD and Cost of Tender Documents shall be summarily rejected and such tenders shall not be allowed to participate in the online price bidding process. 28. In case the date of opening of tenders is declared as a holiday, the tenders will be opened on the next working day at the same time. 25. SBIIMS Pvt. Ltd. has the right to accept / reject any / all tenders without assigning any reasons and no correspondence shall be entertained in this regard. Yours Faithfully, AVP (ELECTRICAL) SBIIMS

Annexure-A The steps involved in making the payment through SB Collect are as under :- 1. The Vendor needs to use SBI internet banking site https://www.onlinesbi.com/. 2. Select "SB Collect" from Top Menu, that will lead to the next page: 3. Proceed will lead to the next page: 4. Select "All India" in "State of Corporate / Institution & Select "Commercial Services" in "Type of Corporate / Institution". 5. Go will lead to the next page: 6. Select "SBI Infra Management Solutions" in Commercial Services Name and Submit 7. Select Tender Application Fee in Payment Category and enter the Tender ID exactly as we preloaded with characters in Uppercase only in place of Circle Codes. 8. The next Page will be ready with few of the Preloaded Tender Details: 9. The Vendor will have to fill up the fields properly and upon making the payment a receipt will be generated with a Reference No. NOTE: Any type of vendor, whether dealing with SBI or other bank can use this SB Collect facility. Even a contractor not dealing with any bank can use this portal and generate challan and deposit by cash in any SBI branch. The bank charges for cash deposit will be also borne by the vendor himself.

Procedure for payment of Tender Fee through SB Collect payment portal: The portal link is available in SBI online banking site https://www.onlinesbi.com/. Select "SB Collect" from Top Menu, that will lead to the next page:

Proceed will lead to the next page: Select "All India" in "State of Corporate / Institution " & Select "Commercial Services" in "Type of Corporate / Institution". Go will lead to the next page:

Select "SBI Infra Management Solutions" in Commercial Services Name and Submit Select Tender Application Fee in Payment Category and enter the Tender ID exactly as we preloaded with characters in Uppercase only in place of Circle Codes. The next Page will be ready with few of the Preloaded Tender Details:

The Vendor will have to fill up the fields properly and upon making the payment a receipt will be generated with a Reference No. Submit the printout of the Receipt, along with the Tender Application.

SAMPLE BUSINESS RULE DOCUMENT BUSINESS RULE DOCUMENT OF ONLINE E-TENDERING AND E-REVERSE AUCTION FOR TENDER FOR REPLACEMENT OF SEALED MAINTENANCE FREE (SMF) BATTERIES UNDER BUY BACK FOR UPS SYSTEMS INSTALLED AT SBI GITC, BELAPUR. (A) Business rules for E- tendering: Only Original Equipment manufacturer (OEM) or authorized dealer/distributers of approved makes of SMF Batteries shall be eligible to participate in the tender. Dealer/distributers must enclose Manufacturer Authorization letter must be enclosed in technical bid. SBIIMS. have engaged the services of M/s. Antares Systems Limited as Service Provider who will provide all necessary training and assistance before commencement of on line bidding on Internet. Business rules like event date, closing and opening time etc. through service provider for compliance. will also be communicated Technically qualified bidders have to send by email (at email IDramanujan.nc@antaressystems.com), the compliance form, in the prescribed format (provided by the Service Provider), before start of E-tendering without which the vendor will not be eligible to participate in the bidding process. E-tendering and e reverse auction will be conducted on the schedule date & time. If any change it will be informed to technically qualified bidders At the end of E-tendering/reverse auction event, the lowest bidder value will be known on the network. The lowest bidder shall be responsible to submit price confirmation along with item wise break up of rates evaluated as per rules laid down on pages of the tender in the prescribed format through email to SBIIMS through service provider within 24 hours of E-Reverse Auction without fail. In case of failure to do so, the SBIIMS reserve its rights to treat such bids unresponsive and to cancel their tender besides taking others action against the bidder as deemed fit including forfeiting their EMD. In case SBIIMS decides not to go for E-reverse auction for this tender enquiry for the reason whatsoever, the price bids and price impacts, already submitted and available with SBIIMS in the form of Indicative Price Bid shall be opened as per SBIIMS standard practice to determine the successful bidder. The e-tendering followed by reverse auction will be treated as closed only when the bidding process gets closed in all respects for the items listed in the tender. The SBIIMS or its Service Provider may decide within its sole discretion, to go for E-reverse Auction, for various Sites either simultaneously or independently.

(B) Terms & conditions of E-tendering: SBIIMS. shall finalize the Tender through e-tendering mode for which M/s. Antares Systems Limited has been engaged as an authorized Service Provider. Please go through the guidelines given below and submit your acceptance to the same along with your Commercial Bid: 1. E-tendering shall be conducted by SBIIMS. through M/s. Antares Systems Limited on pre-specified date. While the vendors shall be quoting from their own offices/ place of their choice, Internet connectivity and other relevant /necessary requirements shall have to be ensured by vendors themselves. 2. In the event of failure of Internet connectivity due to any reason whatsoever, it is the sole responsibility of the bidders to ensure submission of their bid online by the stipulated time and date. 3. In order to ward-off such contingent situation, bidders are requested to make all the necessary arrangements/ alternatives such as back up power supply whatever required so that they are able to circumvent such situation and still be able to participate in the E-tendering/reverse auction successfully. 4. Failure of power at the premises of vendors during the E- tendering/reverse auction cannot be the cause for not participating in the E- tendering/reverse auction. Under no circumstances, whatsoever, the time for E-tendering/reverse auction shall not be extended and the SBIIMS or its Service Provider shall not responsible for such eventualities. 5. M/s. Antares Systems Limited shall arrange to train your nominated person(s), without any cost to you. They shall also explain to you or your authorized representative, all the Rules related to the E-tendering. You are required to give your compliance on it before start of bid process. 6. BIDDING CURRENCY AND UNIT OF MEASUREMENT: Bidding will be conducted in Indian currency & Unit of Measurement will be displayed in the Price Bid during Online E-tendering process. 7. BID PRICE: The Bidder has to quote Per Unit Rate strictly in accordance with the Tender Document provided by SBIIMS. 8. VALIDITY OF BIDS:

The Rates quotes shall be firm for a period specified in the tender document and shall not be subjected to any change whatsoever. 9. At the end of the E-tendering/reverse auction, bidder should provide the price confirmation letter and a detail break up for his lowest offer within 24 hour of closing of E-tendering/reverse auction as per the Annexure III & IV on page 10 and 11 of the document respectively. In case failure to do so, the SBIIMS reserve its rights to treat such bids unresponsive and to cancel their tender besides taking others action against the bidder as deemed fit including forfeiting their EMD. 10. Procedure of E-tendering: Online e-tendering is open to the technically qualified bidders. Interested bidders shall ensure submission of their Technical Bid along with other supporting qualification documents, Drafts of EMD and Tender Processing Fee etc. as specified in the Tender by the stipulated date and time. The bidders qualifying in the Technical Bid shall only be allowed to participate in the online Indicative bidding process and E-reverse Auction. The access to the Service Provider s portal https://tenderwizard.com/ for quoting/uploading online Indicative Price Bid shall be available to the qualified bidders during the period specified in the NIT. The perspective bidders are advised not to wait till the last minute to upload their indicative price bid to avoid complications related with internet connectivity, network problems, system crash down, power failure, etc. Failure in uploading Indicative Price Bid by the bidders till stipulated time and date for any reason, whatsoever, will disqualify them from participating in the Reverse Auction Tendering Process and no claim/correspondence shall be entertained by the SBIIMS in this regard. 11. If no bid is received within the specified date & time, the SBIIMS may within its sole discretion, decide to: Extend the date of E-tendering or To scrap the e-tendering process and proceed with the conventional mode of tendering based on the Indicative Price Bids received or To proceed with fresh tendering by any mode of tendering. 12. LOG IN NAME & PASSWORD:

A bidder, allowed to participate in the online indicative bidding process and e- reverse auction shall be assigned a Unique User Name & Password by M/s. Antares Systems Limited through e-mail. The Bidders are requested to change the Password after the receipt of initial Password from M/s. Antares Systems Limited. All bids made from the Login ID given to the bidder will be deemed to have been made by the bidder. 13. BIDS PLACED BY BIDDER: Bids will be taken as an offer to execute the work as specified. Bids once made, cannot be cancelled / withdrawn and the Bidder shall be bound to execute the work at the quoted bid price. In case the L-1 Bidder backs out or fail to complete the work within the stipulated time for any reason whatsoever, the SBIIMS shall at liberty to cancel their tender at any stage of work and shall forfeit their EMD besides taking further necessary action as deemed fit including (i) Recovery of Liquidated damages for the delay beyond stipulated date from the Vendor s dues (ii) To de-panel such Vendors from the approved list/panel for the project (iii) To debar them from participating in future tenders of SBIIMS./SBI across India. 14. PROCESS TO DECIDE THE WINNER I.E. L-1 BIDDER: i) The SBIIMS may, within the sole discretion choose to conduct E- reverse auction either item-wise or on cumulative total tender amount ( i.e Algebraic sum of the amount of each individual items evaluated in the indicative price bid. At the end of the E-tendering, SBIIMS. will decide upon the winner. SBIIMS s decision on award of Contract shall be final and binding to all the Bidders. ii) Special attention is invited to all the bidders to quote balanced and workable item-wise rates for all the tenders items as also to understand the rules and procedure applicable for evaluating item-wise proportionate final item-wise rates based on the final bid offered by them in the e-reverse auction. The SBIIMS shall not be responsible in respect of unworkability/ unreasonable/ erratic (itemwise) final rates of the successful bidder evaluated as a result of E-reverse auction process may be due erratic quote in the indicative bid etc. for the reason whatsoever and the bidder shall be bound to execute the jobs on such final rates. iii) iv) In case E-reverse auction is carried out item-wise the bidder whose cumulative total tender amount (evaluated on the basis final item-wise rates at the end of E-reverse auction) stands lowest (i.e L1) shall be the winner subject to approval of their tender by the competitive authority. In case it is decided to go for E-reverse auction on the total tender amount (sum of all items), the following example will clarify the process to be followed by the SBIIMS. in the proposed reverse auction to decide the winner i.e. L-1:

Illustrative Example: The per unit Indicative on line Price Bids shall be submitted by the various bidders in the following format: S.No. Item description Quantity Per lift Rate Per liftamount (In Rupees) (in Rupees) *** *** (1) (2) (3) (4) (5) (6) 1 Supply and Installation of SMF Batteries 2 Buy Back Price of Old SMF batteries 2 Nos 5000.00 10,000.00 2 Nos (-)500.00 (-) 1000.00 Total Tender amount (sum of Items 1 to 2) denoted by (A) Rs. 9,000 (say) *** The prices and amount mentioned in the above table are only meant for Illustration and the same has no relevance to the actual Item-wise Indicative Price Bid required to be quoted by the bidders. v) The SBIIMS shall decide, within its sole discretion, the Start Bid Price based on the lowest online Indicative Bid Price received against (A) in the table above which may be equal to or less than the factor A and the Decremental value by which bidders shall be permitted to reduce and revise their bid, if they desire to do so. vi) At the end of the reverse auction process, suppose the winner (L-1 bidder) offer their final quote against A (i.e. Algebraic sum under Column no. 6 in the above table) as Rs. 8,100.00 (denoted by B hereinafter), the K-Factor shall be determined as under: K=(B A) i.e. (8,100 9,000) = 0.9000 The Final Items-wise rates of the L-1 bidder shall be evaluated by multiplying their Item-wise quoted rates in the Indicative Price Bid by the Factor K calculated as above (i.e. proportionately reducing Indicative quote for all the tender items). Accordingly, in the above illustration, the final prices of the winner shall be evaluated as under: S.No. Item description Quantity Per Lift Rate Per liftfactor K Final Per quoted in Unit Rate Indicative Price Bid (in (In

Rupees)*** Rupees) (1) (2) (3) (4) (5) (6) (7) = (5)x(6) 1 Supply and Installation of Lifts 2 Buy Back Price of Old Lifts 2 Nos 10,000.00 0.9000 9,000.00 2 Nos (-) 1000.00 0.9000 (-)900.00 Total 8100.00 Similarly, the L-2, L-3 and so on bidders shall be evaluated and declared. In case of doubt, if any, in the above process, the bidder may seek requisite clarifications during the pre-bid meeting after submitting their queries in writing within the stipulated date and time. 15. As mentioned in Clause A-8, under Business Rules for E-tendering & reverse Auction the lowest bidder shall be bound to send price confirmation (in the prescribed format typed on the Letter Head of the Bidder duly scanned) through email (followed by original hard copy) on case-to-case basis to SBIIMS through Service Provider within 24 hours of E-Reverse Auction without fail. In case of failure to do so SBIIMS shall be free to initiate action as proposed in this tender. 16. The SBIIMS may choose to conduct E-reverse auction item wise within its sole discretion to which vendor will not object. However, L1- bidder shall be decided on the lowest amount finally offered by the bidder after adjusting/ deducting Buyback price. 17. SBIIMS shall be at liberty to cancel the E-tendering/reverse auction process at any time, before ordering, without assigning any reason and no claim for compensation on this account shall be entertained in this regard. 18. SBIIMS shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause. 19. Other terms and conditions shall be as per your techno-commercial offers and other correspondences till date. 20. Bidders are required to submit their acceptance to the terms / conditions / modalities in respect of Technical bid, Indicative Price Bid and E-reverse Auction Process mentioned above before participating in the e-tendering. 21. The successful bidders shall, within 7 days from the date of receipt of Letter of work Order from the SBIIMS., liable/have to enter into agreement in the prescribed format to conclude the contractual formalities. Unless such an agreement is entered, the bidder shall not be allowed to undertake the work. Any delay in execution of agreement on the part of Vendor, beyond above mentioned period of 14 days, without any valid reasons and acceptable to SBIIMS, will

entitle the SBIIMS. to cancel the work order and forfeit EMD of the defaulting Vendor and to award the work to next lowest bidder within its sole discretion. 22. The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly by communicating with other suppliers / bidders. 23. The Bidder shall not divulge either his Bids or any other exclusive details of SBIIMS to any other party. 24. SBIIMS decision on award of Contract shall be final and binding on all the Bidders. 25. SBIIMS along with M/s. Antares Systems Limited. can decide to extend, reschedule or cancel any E-tendering. 26. SBIIMS or its authorised service provider is not responsible for any damages, including damages that result from, but are not limited to negligence. M/s. Antares Systems Limited. will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc. N.B. -All the Bidders are required to submit the Process Compliance Statement (Annexure II) duly signed to M/s. Antares Systems Limited., Bangalore. - All the bidders are requested to ensure that they have a valid digital signature certificate well in advance to participate in the online event.

LETTER OF UNDERTAKING To, The MD & CEO, SBI Infra Management Solutions Pvt. Ltd, Head Office, Ground Floor, Raheja Chamber, Free press Journal Marg, Nariman Point, Mumbai 400 021. Dear Sir, Having examined the drawings, specification, design and schedule of quantities relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of the works specified in the said memorandum and having acquired the requisite information relating thereto as affecting the tender, I/We hereby offer to execute the works specified in the said memorandum at the rates mentioned in the attached Schedule of Quantities and in accordance in all respects with the specifications, design, drawings and instructions in writing referred to in conditions of tender, the Articles of Agreement, Special Conditions, Schedule of Quantities and Conditions of Contract and with such materials as are provided for by, and in all other respects in accordance with such conditions so far as they may be applicable. MEMORANDUM (a) Description of work supply, installation, testing and commissioning of 10 KVA & 2 nos of 15 KVA UPS system at Air- India building and Atlanta building Nariman point, Mumbai (b) Earnest Money Rs. 3,250/- (Three Thousand two hundred fifty only) by means of Demand Draft / Pay Order (Valid for a period of 180 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawn in favour of SBI Infra Management Solutions Pvt. Ltd. and payable in Mumbai. (c) Time allowed for 30 Days, completion of the Works from Seven day after the date of written Order or date of handing over of the site (Whichever is later) to commence the work 1) Should this tender be accepted, I/we hereby agree to abide by and fulfill the terms and provisions of the said conditions of contract annexed hereto so far as may be applicable or in default thereof to forfeit and pay to SBIIM, the amount mentioned in the said contract.

Signature of Contractor with Seal 2) I / We have deposited a sum of Rs.4,000/- ( Four Thousand only) of the total tender amount as Earnest Money with the SBI Infra Management Solutions Pvt. Ltd. on behalf of SBI which amount is not to bear any interest. Should I / We fail to execute the Contract when called upon to do so I / We do hereby agree that this sum shall be forfeited by me/us to SBI Infra Management Solutions Pvt. Ltd. on behalf of SBI, 3) I/ We have read and understood various clauses of this tender and hereby submit our specific undertaking and concurrence in terms clause 6.2 of Instruction to tenderer to deposit Additional Security Deposit(ASD) of required amount as provided for in this tender and within the stipulated period, in case, my/our tender is found too low (i.e beyond 10% of the estimated cost), as a performance guarantee for due fulfillment of our contractual obligation for the project. Further, under any circumstances, whatsoever, if I/We fail to comply the same including compliance of any such other conditions of tender within the stipulated time. I /We hereby, authorized SBIIMS to cancel my/our tender, to forfeit my EMD/ISD/ASD and to take further necessary action as deemed fit including debarring our firm from participating in SBIIMS future tenders/depaneling etc. 4) I/ We understand that as per terms of this tender, the SBIIMS may consider accepting our tender in part or whole or may entrust the various work proposed in phases. We, therefore, undertake that we shall not raise any claim/ compensation in the eventuality of Bank/SBIIMS deciding to drop any of the work from the scope of work of this tender at any stage during the contract period. Further, we also undertake to execute the work entrusted to us in phases on our approved rates and within stipulated time limit without any extra claim for price escalation as also provided for in the clause 11.1.6 Instructions to Tenderers of this tender. 5) I/ We, hereby, also undertake that, we will not raise any claim for any escalation in the prices of any of the material during the currency of contract/execution/completion period including authorized extended contract period, if any. 6) Our Bankers are : i) ii) The names of partners of our firm are: i) Signature of Contractor with Seal

ii) Name of the partner of the firm Authorised to sign Or (Name of person having Power of Attorney to sign the Contract. (Certified true copy of the Power of Attorney should be attached) Yours faithfully, Signature of Contractors. Signature and addresses of Witnesses i) ii) Signature of Contractor with Seal

ARTICLES OF AGREEMENT (On non-judicial Stamp Paper of Rs. 500/- or as per latest Govt. Rules) ARTICLES OF AGREEMENT made the date of between SBIIMS PVT.LTD., on behalf of SBI, having its office at Mumbai hereinafter called "the Service Provider" of the One Part and WHEREAS the SBIIMS PVT.LTD. is desirous of and has caused specifications describing the work to be done to be prepared by SBIIMS. AND WHEREAS the said Drawings numbered to inclusive, the Specifications and the Schedule of Quantities have been signed by or on behalf of the parties hereto. AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set forth herein and to the Conditions set forth herein in the Special Conditions and in the Schedule of Quantities and Conditions of Contract (all of which are collectively hereinafter referred to as the said conditions ) the works shown upon the said Drawings and / or described in the said Specifications and included in the Schedule of Quantities at the respective rates therein set forth amounting to the sum as therein arrived at our such other sum as shall become payable there under (hereinafter referred to as the said Contract Amount.) NOW IT IS HEREBY AGREED AS FOLLOWS: 1) In consideration of the said Contract Amount to be paid at the times and in the manner set forth in the said Conditions, the Contractor shall upon and subject to the said Conditions execute and complete the work shown upon the said Drawings and described in the said Specifications and the priced Schedule of Quantities. 2) The Employer shall pay to the Contractor the said Contract Amount, or such other sum as shall become payable, at the times and in the manner specified in the said Conditions. 3) The term The Architects in the said Conditions shall mean the SBIIMS, or in the event of their ceasing to be the Architects for the purpose of Signature of Contractor with Seal

this Contract for whatever reason, such other person or persons as shall be nominated for that purpose by the Employer, not being a person to whom the Contractor shall object for reasons considered to be sufficient by the Employer, PROVIDED ALWAYS that no person or persons subsequently appointed to be Architects under this Contract shall be entitled to disregard or overrule any previous decisions or approval or direction given or expressed in writing by the outgoing Architects for the time being. 4) The said Conditions and Appendix thereto shall be read and construed as forming part of this Agreement, and the parties hereto shall respectively abide by submit themselves to the said Conditions and perform the Agreements on their part respectively in the said Conditions contained. 5) The Plans, Agreements and Documents mentioned herein shall form the basis of this Contract. 6) This Contract is neither a fixed lump-sum contract nor a piece work contract but a contract to carry out the work in respect of the entire building complex to be paid for according to actual measured quantities at the rates contained in the Schedule of Quantities and Rates or as provided in the said Conditions. 7) The Contractor shall afford every reasonable facility for the carrying out of all works relating to civil works, installation of lifts, Telephone, electrical installations, fittings air-conditioning and other ancillary works in the manner laid down in the said Conditions, and shall make good any damages done to walls, floors, etc. after the completion of his work. 8) The SBIIMS Pvt. Ltd. reserves to itself the right of altering the drawings and nature of the work by adding to or omitting any items of work or having portions of the same carried out without prejudice to this Contract. 9) Time shall be considered as the essence of this Contract and the Contractor hereby agrees to commence the work soon after the Site is handed over to him or from 14 th day after the date of issue of formal work order as provided for in the said Conditions whichever is later and to complete the entire work within 110 days subject to nevertheless the provisions for extension of time. 10) All payments by the SBI under this Contract will be made only at Mumbai. 11) All disputes arising out of or in any way connected with this Agreement shall be deemed to have arisen at Mumbai and only the Courts in Mumbai shall have jurisdiction to determine the same. Signature of Contractor with Seal

12) That the several parts of this Contract have been read by the Contractor and fully understood by the Contractor. IN WITNESS WHEREOF THE SBIIMS PVT. LTD. and the Contractor have set their respective hands to these presents and two duplicates hereof the day and year first hereinabove written. SIGNATURE CLAUSE SIGNED AND DELIVERED by the By the (Employer) hand of Shri (Name and Designation) (Signature of Employer) In the presence of: 1) Shri / Smt. (Signature of Witness) Address (Witness) SIGNED AND DELIVERED by the by the (Contractor) In the presence of: Shri / Smt. (Signature of Contractors) (Signature of Witness) Address (Witness) Signature of Contractor with Seal

SECTION 1 INSTRUCTIONS TO THE TENDERERS 1.0 Scope of work Sealed Tenders are invited by SBIIMS, for and behalf of SBI / SBIIMSPL for Supply, installation, testing and commissioning of one No of 10 KVA UPS and two nos of 15 KVA UPS system at Air -India building and Atlanta Building, Nariman Point, Mumbai 1.1 Site and its location The proposed work is to be carried out at at Air -India building and Atlanta Building, Nariman Point, Mumbai 10 th floor, Centre- 01, World Trade Centre, Cuffe Parade, Mumbai 2.0 Tender documents 2.1 The work has to be carried out strictly according to the conditions stipulated in the tender consisting of the following documents and the most workmen like manner. Instructions to tenderers General conditions of Contract Special conditions of Contract Additional specifications Drawings Priced bid A 2.2 The above documents shall be taken as complementary and mutually explanatory of one another but in case of ambiguities or discrepancies, shall take precedence in the order given below; a) Price Bid b) Additional Specifications c) Technical specifications d) Drawings e) Special conditions of contract f) General conditions of contract Signature of Contractor with Seal

g) Instructions to Tenderers 2.3 Complete set of tender documents including relative drawings can be downloaded from the website www.sbi.co.in 2.4 The tender documents are not transferable. 3.0 Site Visit 3.1 The tenderer must obtain himself on his own responsibility and his own expenses all information and data that may be required for the purpose of filling this tender document and enter into a contract for the satisfactory performance of the work. The tenderer is requested satisfy himself regarding the availability of water, power, transport and communication facilities, the character quality and quantity of the materials, labour, the law and order situation, climatic conditions local authorities requirement, traffic regulations etc. The tenderer will be fully responsible for considering the financial effect of any or all the factors while submitting his tender. 4.0 Earnest Money 4.1 The tenderers are requested to submit the Earnest Money of Rs. 3,250/-(Rs. Three thousand two hundred fifty only) by means of Demand Draft / Pay Order (Valid for a period of 180 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawn in favour of SBI Infra Management Solutions Pvt. Ltd. and payable in Mumbai. 4.2 EMD in any other form other than as specified above will not be accepted. Tender not accompanied by the EMD in accordance with clause 4.1 above shall be rejected. 4.3 No interest will be paid on the EMD. 4.4 EMD of unsuccessful tenderer will be refunded within 30 days of award of Contract. 4.5 EMD of successful tenderer will be retained as a part of security deposit. 5.0 Initial/ Security Deposit The successful tenderer will have to submit a sum equivalent to 2% of accepted tender value less EMD by means of DD drawn in favour of SBIIMS Pvt. Ltd. within a period of 15 days of acceptance of tender. Signature of Contractor with Seal

6.0 Security Deposit 6.1 Total security deposit shall be 5% of contract value. Out of this 2% of contract value is in the form of Initial Security Deposit (ISD) which includes the EMD. Balance 3% shall be deducted from the running account bill of the work at the rate of 10% of the respective running account bill i.e., deduction from each running bill account will be @10% till Total Security Deposit (TSD) including ISD reaches to 5% of contract value. The 50% of the Total Security Deposit shall be paid to the contract on the basis of architect s certifying the virtual completion. The balance 50% would be paid to the contractors after the defects liability period as specified in the contract. 6.2 Additional Security Deposit In case L-1 bidder quotes abnormally low rates (i.e. 10% or more, below estimated project cost), the bank may ask such bidder to deposit additional security deposit (ASD) equivalent to difference of estimated cost vis-à-vis L- 1 quoted amount for due fulfillment of contract. Such ASD could be in the form of FDR / Bank s guarantee in the Bank s name as per format approved by the Bank. On successful completion of work ASD will be returned to the contractor. In case contractor fails to complete the work in time or as per tender specification or leave the job incomplete, the bank will be at liberty to recover the dues from ASD or to forfeit such ASD as the case may be within its sole discretion. 6.3 No interest shall be paid to the amount retained by the Bank as Security Deposit. 7.0 Signing of contract Documents The successful tenderer shall be bound to implement the contract by signing an agreement and conditions of contract attached herewith within 30 days from the receipt of intimation of acceptance of the tender by the Bank. However, the written acceptance of the tenders by the Bank will constitute a binding agreement between the Bank and successful tenderer whether such formal agreement is subsequently entered into or not. 8.0 Completion Period Time is essence of the contract. The work should be completed in all respect accordance with the terms of contract within a period of 30 days from the date of award of work. 9.0 Validity of tender Tenders shall remain valid and open for acceptance for a period of 90 days from the date of opening price bid. If the tenderer withdraws his/her offer during the value period or makes modifications in his/her original offer which Signature of Contractor with Seal

are not acceptable to Bank without prejudice to any other right or remedy the Bank shall be at liberty forfeit the EMD. 10.0 Liquidated Damages The liquidated damages shall be 0.50% per week subject to a maximum of 5% of contract value. 11.0 Rate and prices: 11.1 In case of item rate tender 11.1.1 The tenderers shall quote their rates for individual items both in words and figure. In case of discrepancy between the rate quoted in words and figures, the unit rate quantity in words will prevail. If no rate is quoted for a particular item the contractor shall not be paid for that item when it is executed. The amount of each item shall be calculated and the requisite total is given. In case of discrepancy between the unit rate and the total amount calculated from multiplication of unit rate and the quantity the unit rate quoted will govern and the amount will be corrected. 11.1.2 The tenderers need not quote their rates for which no quantities have been given. In case the tenderers quote their rates for such items those rates will be ignored and will not be considered during execution. 11.1.3 The tenderers should not change the units as specified in the tender. If any unit is changed the tenders would be evaluated as per the original unit and the contractor would be paid accordingly. The tenderer should not change or modify or delete the description of the item. If any discrepancy is observed he should immediately bring to the knowledge of the Architect/ SBIIMS Pvt. Ltd. 11.1.4 Each page of the BOQ shall be signed by the authorized person and cutting or overwriting shall be duly attested by him. 11.1.5 Each page shall be totaled and the grand total shall be given. 11.1.6 The rate quoted shall be firm and shall include all costs, allowances etc. except G.S.T, which shall be payable / reimbursed at actuals. 11.1.7 The SBIIMS Pvt. Ltd. reserve their rights to accept any tenders, either in whole or in part or may entrust the work in phases or may drop the part scope of work at any stage of the project within its sole discretion without assigning any reason(s) for doing so and no claim / correspondence shall be entertained in this regard. Signature of Contractor with Seal

11.1.8 In case it is decided by the SBIIMS Pvt. Ltd. to drop one or more buildings from the scope of work at any stage of the project, the contractor shall not be entitled to raise any claim / compensation for such deleted scope of work. Also, the SBIIMS Pvt. Ltd. may consider issuing work order for various buildings in phases but within a reasonable time interval and the contractor shall be bound to execute the same within the stipulated time period and as per rates quoted by them in this tender without any claim for price escalation. SIGNATURE OF THE CONTRACTOR WITH SEAL

LETTER OF DECLARATION To, The MD & CEO, Head Office, SBI Infra Management Solutions Pvt. Ltd., Ground Floor, Raheja Chambers, Free Press Marg, Nariman Point, Mumbai- 400 021. Dear Sir, TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 1 No 10 KVA UPS & 2 Nos of 15 KVA UPS SYSTEM AT AIR-INDIA BUILDING AND ATLANTA BUILDING NARIMAN POINT, MUMBAI Having examined the terms & conditions, drawings, specifications, design relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of the works specified in the said memorandum and having acquired the requisite information relating thereto and affecting the quotation, I/We hereby offer to execute the works specified in the said memorandum within the time specified in the said memorandum on the item rate basis mentioned in the attached schedule and in accordance in all respect with the specifications, design, drawings and instructions in writing referred to in conditions of Tender, the articles of agreement, conditions of contract and with such conditions so far as they may be applicable. MEMORANDUM (a ) Description of work supply, installation, testing and commissioning of 10 KVA & 2 nos of 15 KVA UPS system at Air-India building and Atlanta building Nariman point, Mumbai (b ) Earnest Money (c) Time allowed for completion of work from the date of issue of work order. Rs. 3,250/- ( Two ThousandTwo hundred fifty only) by means of Demand Draft / Pay Order (Valid for a period of 180 Days from the last date of submission of the tender) from any scheduled Nationalized Bank drawnin favour of SBI Infra Management Solutions Pvt. Ltd. and payable in Mumbai. 30 days from the date of commencement as per tender. Should this tender be accepted, I/we hereby agree to abide by and fulfill the terms and provisions of the said conditions of Contract annexed hereto so far as they Signature of Contractor with Seal

Typical technical specifications for on-line UPS system of 10 KVA 1. Technology UPS system with pulse width modulation (PWM) technology in true on-line configuration, with double conversion using IGBTs in the inverter and converter. 2. Inversion technique Adaptive pulse width modulation or sine weighted pulse width modulation with high switching frequency (> 12 KHZ for IGBTs) 3. Input voltage range Three phases :415 V +15 %, - 15 % There should be input to output galvanically isolation through an in-built isolation transformer 4. Input frequency 45 Hz to 55 Hz and it should be compatible with DG set 5. Nominal DC voltage 72 V to 408 V DC 6. Output Voltage 220 / 230 V. A.C. ± 1% 3 phase input & 1 phase output. 7. Output Frequency 50 Hz+/- 4 % synchronous to mains 50 Hz +/- 1 % Free running 8. power factor The UPS should be provided with auto input p.f. correction system to obtain p.f. 0.95 to unity when the connected load p.f. varies from 0.6 to unity. 9. Total harmonic < 5 % for non-linear load distortion (o/p voltage) Less than 2 % for linear load 10. harmonic distortion 10 % at 100 % load (input current) 11. Waveform Output Sine wave 12. Overload capacity 110 % for 10 min. During the test or in 150 % for 1 min actual condition, the load should not get transferred to mains through static switch 13. Trancient response and voltage recovery time for step load For 100 % step load i.e. from full load to no load and no load to full load Dip < 3 %, peak < 3% with recovery time within

3 cycles to normal output voltage 14. Efficiency Overall(AC to AC) 85%, Inverter Efficiency:>90% Efficiency: Penalty: It is the ratio of the Output power in KW of UPS to the input power to the isolation transformaer & UPS with battery disconnected, or battery charging power added to the Output Penalty for lower efficiency: if the overall efficiency is found to be less than the Bank s specified value, the UPS is to be rejected and replacement passing the test to be obtained. No further tolerance is permissible. 15. Rated KVA The UPS should be capable to deliver rated KVA at 0.8 i.e 5 KVA UPS should be capable to deliver 4 KW at 0.8 p.f 16. Operating temperature Should be confined for delivering rated KVA at ambient temperature from 0 to 50-degree celcius. It should be capable to deliver approx. 80 % of rated output at 50-degree celcius ambient temperature. 17. Relative humidity Up to 90 % non- condensing at 35-degree celcius. 18. Noise level At 1 meter from the UPS <60 decibels (on demand proto-type test certificate be submitted) 19. Charger Built in IGBT based solid state float-cum-boost charger with automatic boost/ tricle charge mode with current limiting features. The charger characteristics will be such as to match the float/ boost charging of the batteries offered with each UPS. The charger should be designed for minimum 15 % of the total battery current. 20. Crest factor 3 21. Interface facility The UPS system should have necessary hardware & software a) USB port to work on existing operating system. b) Remote manageability through SNMP facility. There should be a facility to monitor & broadcast to all work stations, whenever

necessary, condition such as: - i) Power failure: UPS working on batteries preferably to indicate a) Present load in percentage b) Time up to which batteries can support with present load (dynamic battery backup time) c) Warning well in advance of shut down of system. ii) The software should be capable of automatically closing the files (auto file closure features) so that the data / programme files on the computers are not lost/ corrupted. 22 Remote indication unit In system / system administrator room with indications like Mains on, inverter ON/ OFF / faulty/ trip, Battery low & static bypass ON. 25 meters of inter connecting cable to be included in the price quoted. 23. Protection A. Isolation separate / in- built isolation transformer shall be provided for fully isolation from mains and surge / spike suppressors to be incorporated. B. Current limiting protection (fuse less electronic). Built in overload / short circuit protection with snubber circuits for current limit. C. Soft start on inverter and charger arrangement. D. Over voltage / under voltage protection. (high speed) for device such as IGBTs. E. Short circuit protection through HRC fuses. F. short circuit / overload protection through MCB / MCCB. G. All other protection systems required for safety of UPS system, such as over temperature protection etc. H. Protection against earth leakage current by suitable protective devices like negative sequence current sensors / RCCBs. 24. (i). Static auto by-pass Switch thyristor based Bi directional with change over time less than 10 milli sec. in free running mode and

Manual by-pass switch (ii). instantaneous in synchronous mode from inverter to by-pass and vice-versa. Should be provided. 25. Indications LED/LCB display to be provided mains on, battery on charge, battery low, inverter on, % load, on by-pass, over temperature etc. 26. Alarm i. low battery alarm to be provided ii. Mains failure / load on battery alarm to be provided. Both should be audio iii. visual. Over temperature alarm in two stages 1 st stage: warning, intermittent audio alarm 2 nd stage: tripping, continuous audio visual & resetable. 26. Metering Digital panel meter or LCD display system to indicate the following i. A.C. voltage input/output (each phase in case of 3 phase) ii. A.C. current - input/output (each phase in case of 3 phase) iii. % load iv. D.C. battery voltage v. D.C. CHARGING / DISCHARGING current vi. Frequency - input/output NOTE: Tubular batteries have longer life at higher ambient temperature but they require more space. Wherever maintenance facilities / well ventilated battery room are not available at the centre/ branch, SMF batteries may be considered. TESTING: i. The supplier shall have facilities to carry out all the tests at factory will have to be satisfactorily carried out before acceptance. A list of tests prescribed is enclosed in annexure E. ii. iii. Place: Date: If the UPS does not conform to specifications either during factory test or at site, the Bank reserves the right to reject the same. The successful tenderer shall then have to remove at no extra cost to the Bank the same at his cost from site and supply a new piece conforming to the specifications. the Bank reserves the right to carry out the testing the UPS systems at site (max. says up to 10 %) after installation at the cost of UPS vendor, who will be required to arrange for all the requisite variacs, matters, loads etc. and carry out the tests through vendor s personnel in the presence of Bank s officials. Applicants Signature