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

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

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

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

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

BHARAT HEAVY ELECTRICALS LIMITED,

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

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

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

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

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

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

PUNJAB TECHNICAL UNIVERSITY,

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

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

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

INVITATION OF TENDER BIDS WATER TANKS

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

TENDER DOCUMENT FOR SUPPLY OF MILK, BREAD, BUTTER & EGGS FOR ESIC MODEL HOSPITAL BAPUNAGAR, AHMEDABAD

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

us kuy QfVZykbt+lZ fyfevsm (Hkkjr ljdkj dk midze)

TENDER FOR SUPPLY OF HAND BOOK

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

NOTICE INVITING e-tender

Himalayan Forest Research Institute

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

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

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

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

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

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

The last date for submission of the bids is at

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

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

THANE MUNICIPAL CORPORATION, THANE. RAJIV GANDHI MEDICAL COLLEGE & CHHATRAPATI SHIVAJI MAHARAJ HOSPITAL, KALWA. E-TENDERING

BALMER LAWRIE & CO. LTD.

COMMERCIAL TERMS AND CONDITIONS

PEC University of Technology, Chandigarh

BID DOCUMENT SECTION I

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

TENDER NOTICE NO: 11 of of LTPS

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

NOTICE. Invitation of Applications for Empanelment for various Services (For Ser. No. 3 to 6)

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

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

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

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

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

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

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

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

LOK SABHA SECRETARIAT General Procurement Branch

TENDER DOCUMENT FOR PROVIDING AND FIXING OF MODULAR WORKSTATION FURNITURE

TENDER CALL NOTICE NO.

LAKWA THERMAL POWER STATION

NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 dated NIT/DGM(P-V)/DRAWING/ CHANDIGARH/ 2144/3125/R1 NOTICE INVITING TENDER

BALMER LAWRIE & CO. LTD.

Air Conditioner Maintenance Committee

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

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

NORTHERN INDIA INSTITUTE OF FASHION TECHNOLOGY, MOHALI TENDER FORM INSTRUCTIONS TO TENDERERS

INVITATION FOR TENDERS FOR SUPPLY OF Item No. 5: Optical Microscope with Camera and Image Analysis Software

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE

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

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

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

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

Supply and Installation of A3 Size Scanner

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

JAWAHAR NAVODAYA VIDYALAYA, VADNAGAR DIST : MEHSANA(GUJ) Common Terms & Conditions for TENDER 18-19

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

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

No. DMHS/VBCH/P&T/Erythropoietin/ /251/4202. Limited Tender Inquiry

To be published on in Sambad Pratidin

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

NOTICE INVITING TENDER

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

No. AERC 649/2017/1 Dated: 4 th October, 2017 NOTICE INVITING TENDER FOR PRINTING A COMPENDIUM OF AERC REGULATIONS (NIT NO.

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

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

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

INDIAN INSTITUTE OF TECHNOLOGY INDORE

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

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

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

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

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

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

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

Transcription:

BANK OF BARODA Regional Office 129-D, Civil Lines Bareilly TENDER DOCUMENT FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION LAST DATE OF SUBMISSION : 08.01.2014

TECHNICAL BID (PART I) Re: TENDER FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION, BAREILLY Bank of Baroda invites tender from manufacturers / authorized dealers for the aforesaid work.tender form has to be downloaded from the Bank s website www.bankofbaroda.com (tender section). Application form available on website alone needs to be used. Tender forms will be available on the bank s website from 19.12.2013 Tender shall be submitted in two envelopes consisting of following: 1. Cover 1: Part I Technical Bid including Pre-qualification documents & Earnest Money deposit. 2. Cover 2: Part II Price Bid. Cover 1 - Part I: Technical Bid shall contain following documents. 1. Earnest Money Deposit (EMD) amounting to Rs.2,500/- (Rupees Two Thousand Five hundred only) in the form of Demand Draft/Bankers Cheque in favour of Bank of Baroda, payable at Bareily. 2. Technical bid accepting terms and conditions of the tender. 3. Pre qualification documents. I). Specified in Annexure I, II, III & IV. II). Proforma showing detail for having executed minimum. a. One Similar completed works each costing not less than Rs. 2.80 Lacs OR b. Two Similar completed works each costing not less than Rs. 1.75 Lacs OR c. Three Similar completed works costing not less than Rs.1.50 lacs during last seven years. (Proforma to be submitted is enclosed) Cover 2 - Part II : Price Bid, shall contain following documents: BOQ with rates without any condition. Conditional offers will be summarily rejected. Part I & Part II of the tender duly filled in and signed should be submitted in two separate sealed covers. The bidder should clearly write

On Cover 1 - the words Technical Bid & Earnest Money Deposit - Cover 1 - TENDER FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION On Cover - 2 - the words - Price Bid - Cover 2 - TENDER FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILY REGION Price Bid should contain BOQ with rates without any condition. The Earnest Money Deposit (EMD) amounting to Rs.2,500/- should be provided through Demand Draft/Bankers Cheque in favour of Bank of Baroda payable at Bareilly. The tender not accompanied with earnest money will be summarily rejected and their tender will not be opened. Authorized Dealers who intend to supply above mentioned units need to obtain certificate from the Manufacturer proving genuineness of the product and also support letter from the manufacturer to qualify for this job. Two items (i) Technical Bid Cover-1 & Earnest Money Deposit (EMD) and (ii) Price Bid - Cover-2 should be placed in another single cover and super scribed TENDER FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT DIFFERENT BRANCHES OF BAREILLY REGION submitted at the tender box kept at Ground Floor, at following address:- Asstt. General Manager Bank of Baroda 129-D, Civil Lines, Bareilly. Bareilly-243 001. e-mail: rm.bareilly@bankofbaroda.com Validity of offer shall be 180 days from the date of opening of Price Bid. The Bank does not bind itself to accept the lowest or any tender and reserves the right to accept or reject any or all tenders either in whole or in part, without assigning any reasons whatsoever No conditions will be entertained. Conditional offers shall be rejected. Disputes, if any, will be subject to Bareily jurisdiction only. In case of any clarification you may please contact following officials:- Asstt. General Manager Bank of Baroda 129-D, Civil Lines, Bareilly. Bareilly-243 001. e-mail: it.bareilly@bankofbaroda.com All the pages of tender documents are to be stamped and signed by the tenderer. Last date of receipt of tenders in the prescribed form id 08.01.2014 up to 3:00PM Tender cover - I will be opened on 08.01.2014 at 3:30 PM Date of opening of Price Bid Part-II shall be advised separately to the technically qualified Contractors.

Annexure I PREQUALIFICATION OF CONTRACTORS Basic Information SI Description Page no of Details to be provided NO. the attached by bidder documents 1 a) Name of the applicant /organization b) Address of the Registered Office c) Address of office at Mumbai (With PhoneNos.Fax Nos. & E-mail ID & Contact Person) 2 Year of establishment 3 Type of the organization (Whether sole proprietorship, Partnership, Private Ltd. or Ltd.Co. etc.) (Enclose certified copies of documentsas evidence) 4 Name & Qualification of the Proprietor / Partners/ Directors of the Organization / Firm (Enclosecertified copies of document as evidence) 5 Whether / registered with Government / Semi Government / Municipal Authorities of any otherpublic, Organization and if so, in which class and since when? (Enclose certified copies of document as evidence) 6 a) No. of years of experience in the field and details of work in any other field. b) Whether ISO certified, furnish the details

7 Yearly turnover of the organization during last 3years (year wise) and furnish audited balance sheet and Profit & Loss A/c (Audited) for the last-3- years. (Copy to be attached) Note: Average annual Turn Over of the financial years 2010-2011, 2011-2012/ 2012-2013 should not be less than 1.2 lacs) (b) Committed turnover in 2010-2011 2011-2012 2012-2013 Average Turn Over 8 PAN No. (copy to be submitted) 9 Details of registration for sales tax (copy to be 10 Detailed description and value of works done 11 Furnish the names of -3- responsible persons along with their designation, address, Tel.No. etc. for whose organization, you have completed 12 Whether any Civil Suit / litigation arisen in 1. contracts executed / being executed during the 2. last 10 years. If yes, please furnish the name of 3. the project, employer, Nature of work, Contract 13 Information relating to whether any litigation is pending before any Arbitrator for adjudication of any litigation or else any litigation was disposed

Annexure II Work executed as Prime Contractor on works of a similar nature (of value not less than Rs.1.5 lac) over the last seven years Project Name of Description of work Contact No. Value of Stipulated Actual date name address of work (inlacs) Date of period of of Remarks Page No of Client issue of completion completion explaining the Work reason for documents Order delay submitted Notes : 1. Information has to be filled up specifically in this format. Please do not write remark As indicated in Brochure 2. Date shall be reckoned from the date of advertisement of the notice in news papers. 3. For certificates, the issuing authority shall not be less than an Executive In charge.

Annexure III Work in Hand as Prime Contractor on works of a similar nature (of value not less than Rs. 1.5 lac) over the last seven years: Project Name of Descri Contact Value of Stipulated Actual name address of ption No. work (in Date of period of date Remarks Page No of Client of lacs) issue of completion of explaining the work Work completion reason for documents Order delay submitted Note :Information has to be filled up specifically in this format. Please do not write remark As indicated in Brochure

GENERAL INSTRUCTIONS TO CONTRACTORS AND SPECIAL CONDITIONS:- 1. Sealed Tenders should be addressed to Assistant General Manager, Regional office, Bareilly and super scribed TENDER FOR SUPPLY AND INSTALLATION UPS BATTERIES so as to reach not later than 3:00PM on 08.01.2014 2. No tender will be received after 3:00PM on 08.01.2014 under any circumstances whatsoever will not be entertained. 3. (a). The Part-I of Tender will be opened at 3:30 PM on 08.01.2014 at the office of Assistant General Manager Regional office, Bareilly or any other office designated for this purpose by him in presence of tenderers or their representatives, should they choose to be present. 3 (b). Tenders shall remain open to acceptance by the Bank s Representative for a period of six months from the date of opening part-ii of the tender which period may be extended by mutual agreement and the tenderer shall not cancel or withdraw the tender during this period. 3 (c) The tenderer must use only the forms displayed on the bank s website to fill in the rates. (Any addition/ alteration in the text of the tender form made by the tenderer shall not be valid.) 4 (a) The tender form must be filled in English and all entries must be made by hand and written in ink. The rate and amount should be in figures and words. If any of the documents is missing or unsigned, the tender may be considered invalid by the Bank Representative in its discretion. 4 (b)rates should be quoted both in figures and in words in columns specified. All erasures and alterations made while filling the tender must be attested by initials of the tenderer. Overwriting of figures is not permitted and failure to comply with either of these conditions will render the tender void at the Bank s option. No advice of any change in rate or conditions after the opening of the tender will be entertained 4 (c) Each of the Tender documents should be signed by the person or persons submitting the tender in token of his/their having acquainted himself/themselves with the General Conditions of Contract, General Specifications, and Special Conditions etc., as laid down,any tender with any of the documents not so signed will be rejected. 4 (d)any tender with any of the documents not so signed will be rejected or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Otherwise the tender may be rejected by the Bank 5 Bank of Baroda does not bind itself to accept the lowest or any tender and reserves to itself the right to accept or reject any or all the tenders, either in whole or in part without assigning any reasons for doing so.

6 (a) Intending tenderers shall pay as Earnest Money Deposit a sum of Rs.2,500/- (Rupees Two Thousand Five Hundred only) by a demand draft / Banker s Cheque in favour of Bank of Baroda at Bareilly. A tender not accompanied by earnest money deposit will not be considered. The earnest money will be refunded to the tenderer if his tender is not accepted but without any interest 6 (b)under no circumstances earnest money deposit will be accepted in the form of fixed deposit receipt or Bank or Insurance guarantee or Cheque 7 The Earnest Money Deposit of Rs.2,500/- paid by the successful tenderer when he submitted his tender shall be held by the Bank of Baroda as security for the execution and due fulfillment of the contract. No interest shall be paid on the said deposit. 8. On receipt of intimation from the Employer of the acceptance of his/their tender, the successful tenderer shall be bound to implement the contract agreement within Fourteen days thereof, the successful tenderer shall sign the agreement in accordance with the draft agreement and the schedule of conditions but the written acceptance by the Bank of Baroda of a tender will constitute a binding contract between the Bank of Baroda and the person so tendering, whether such formal agreement is subsequently executed or not. The cost of necessary stamp paper for execution of the agreement shall be borne by successful tenderer. 9. The Schedule of Probable Quantities is liable to alterations by omissions, deductions or additions at the discretion of the Bank. Each tender should contain not only the rates but also the value of each item of work entered in a separate column and all the amounts quoted against various items should be totaled in order to show the aggregate value of the entire tender. 10. The rates quoted in the tender shall be firm and shall not be subject to exchange variations, Labour conditions, fluctuations in railway freights or any conditions whatsoever. Tenderers must include in their rates sales tax, excise duty, octroi, sales tax on VAT, Service Tax and any other tax and duty or other levy levied by the central government or any State Government or local authority, if applicable. No claim in respect of sales tax, excise duty, Octroi or other tax duty or levy whether existing or future shall be entertained by the employer. The successful tenderers may also note that the Bank reserves the right to deduct sales Tax on works contract applicable and to be levied under relevant Act, from the bills and amount due to them from Bank and remit the same directly to the Government in case they are not submitting the proof / evidence of having paid the Sales Tax on work executed under this contract. 11. The Contractor should note that unless otherwise stated the tender is strictly on item rate basis and his attention is drawn to the fact that rates for each and every item should be correct, workable and self supporting. The quantities in the Schedule of Quantities approximately indicate the total extent of supply but may vary to any extent and may even be omitted thus altering the aggregate value of the Contract.

12.Time allowed for carrying out the work as mentioned in the Memorandum shall be strictly observed by the tenderer and it shall be reckoned from the tenth day after written order to commence the work is issued. The work shall throughout the stipulated period of the Contract be proceeded with all due diligence and if the Contractor fails to complete all the work within the specified period he shall be liable to pay compensation of the Conditions of Contract/ work contract. The tenderer shall before commencing work prepare a detailed work program which shall be approved by the Employer. Contractors have to pay Liquidated changes against delay of the work @ 1 % per week of delay of the estimated amount shown in the tender or contract amount whichever is higher per week. Maximum liquidated damages will be 10 % of the accepted contract sum. 13. Tenders will be considered only from recognized bonafide contractors in trade concerned. Each tenderer shall submit with his tender a list of large works of a like nature he has executed giving details as to their magnitude and cost of the proportion of work done by the Contractor in it and the time within which the work were completed 14. The Contractor shall not be entitled to any compensation for any loss suffered by him on account of delays in commencing or executing the work, whatever the cause of delays may be, including delays arising out of modification to the work entrusted to him. 15. The successful tenderer is bound to carry out any or all items of work necessary for the completion of the job even though such items are not included in the quantities and rates. Schedule of instructions in respect of such additional items and their quantities will be issued in writing by Bank. 16. The successful tenderer must co-operate with the other contractors appointed by the Employer so that the work shall proceed smoothly with the least possible delay and to the satisfaction of the Bank. 17. The contractor must bear in mind that all the work shall be carried out strictly in accordance with the specifications made by the Bank and also in compliance of the requirements of the local public authorities and no deviation on any account will be permitted 18. The tenderer shall have to use materials of the makes/manufacturers specified in the list of material approved brand and/or manufacture contained in this tender form. 19. All relevant Municipal fees required for subject work shall be borne by the Contractor and fees if any payable for permanent connection shall be initially paid by the Contractor and the Employer will reimburse the amount on production of receipts.electric supply connection fees for the permanent supply will be paid by the Employer to the Electric supply authority.

20. The contractor shall strictly comply with the provision of safety code annexed hereto. 21. I.S. Code numbers wherever mentioned in the tender shall be the latest version of I.S codes as on the date of opening of Tenders. 22. The security deposit of the successful tenderer will be forfeited if he fails to comply with any of the conditions of the Contract. 23. CONTRACTOR TO INFORM HIMSELF FULLY: If the contractor shall have any doubt as to the meaning of any portion of the general conditions, or the special conditions or the scope of the work or the specifications and drawings or any other matter concerning the contract he shall in good time, before submitting his tender, put forth the particulars thereof and submit them to the Bank, Mumbai in writing in order that such doubts may be clarified authoritatively in writing before tendering. Once a tender is submitted the matter will be decided according to tender conditions in the absence of such authentic pre-clarification. I/We hereby declare that I/We have read and understood the above instructions for the guidance of tenderers. Witness Signature Signature Addresses Date Contractor s Address.. Date.

APPENDIX HEREINBEFORE REFERRED TO Ref.: to Clauses in conditions herein before referred to SI No Description Bank s Condition 1 Date of commencement of work 3 days from issue of work order 2 Rate of Liquidated Damages As per terms and condition of agreement and work order 3 Payment Terms 100% after the SUPPLY and INSTALLATION of batteries and submission of bill. EMD amount will also be released at that time 4 Completion Period 10 days

TECHNICAL SPECIFICATION ITEM: SEALED MAINTENANCE FREE BATTERIES FOR APC UPS VOLTAGE: 12V, 26 AH/65 AH/100 AH/120 AH, Approved Make Rocket / Panasonic / Exide / Hitachi / CSB / Amar Raja(Johnson Control) / Su-Kam. OTHER NECESSARY SPECIFICATIONS: Sealed Construction to prevent electrolyte leakage Absorptive Glass Mat System (AGM System) to absorb electrolyte for longer life Gas Recombination gas leakage to be controlled and recombination rate should be greater than 99% Low Pressure Venting System Note: Bank may directly instruct the quality control team of the companies to visit the site to examine the genuineness of all materials supplied by the Manufacturers / authorized dealer. Technical Terms and Conditions: 1. The bidder should provide 2 years warranty for the Batteries 2. The warranty period shall commence from the date of successful completion of installation of batteries at site.

Part II: Price Bid TENDER FOR SUPPLY AND INSTALLATION OF UPS BATTERIES AT REGIONAL OFFICE, BAREILLY Sl No. Item Description Rate Amount (`) Per unit (`) 1 Supply and installation of 26 Ah (Rocket / Panasonic / Exide / Hitachi / CSB / Amar Raja(JohnsonControl) / Su-Kam.) SMF batteries with 2 years warranty as given in the Annexure V Supply and installation of 65 Ah (Rocket / Panasonic / Exide / Hitachi / CSB / Amar 2 Raja(Johnson Control) / Su-Kam.) SMF batteries with 2 years warranty as given in the Annexure V Supply and installation of 100 Ah (Rocket / Panasonic / Exide / Hitachi / CSB / Amar 3 Raja(Johnson Control) / Su-Kam.) SMF batteries with 2 years warranty as given in the Annexure V Supply and installation of 120 Ah (Rocket / Panasonic / Exide / Hitachi / CSB / Amar 4 Raja(Johnson Control) / Su-Kam.) SMF batteries with 2 years warranty as given in the Annexure V 5 Buy back of existing 26AH/65 AH/100 AH/120 AH * The quoted rates are inclusive of all taxes, duties, octroi etc. as may be applicable. Stamp & Signature of Tenderer