SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMSPL), · Annexure-IV (Service centers list with...

24
NIT NO. 2018-19/ELE/29 DATE. 30.11.2018 SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMSPL), (WHOLLY OWNED SUBSIDIARY OF SBI) AMARAVATI CIRCLE OFFICE ON BEHALF OF SBI INVITES ANNUAL RATE CONTRACT FOR SUPPLY & INSTALLATION OF BATTERIES THROUGH E-REVERSE AUCTION FOR BRANCHES, OFFICES AND ATMs IN ANDHRA PRADESH Approved Manufacturers / Authorized dealers of reputed brands only eligible to apply. Last date for submission of Tender: 3.00 P.M. (IST) on 17.12.2018 Opening of Tender: 4.00 P.M. (IST) on 17.12.2018 Pre Bid Meeting : 3:00 PM (IST) on 13.12.2018 Please see all the corrigenda, which will constitute the part of tender document and all vendors have to attach the same with this tender. The Vice President, SBI Infra Management Solutions Pvt. Ltd. Amaravati Circle Office 2 nd Floor, SBI Amaravati LHO Building, Gunfoundry, Abids, Hyderabad – 500 001 Ph : 040-23387364, 365 Signature of bidder Page 1 of 24

Transcript of SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMSPL), · Annexure-IV (Service centers list with...

NIT NO. 2018-19/ELE/29

DATE. 30.11.2018

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMSPL), (WHOLLY OWNED SUBSIDIARY OF SBI)

AMARAVATI CIRCLE OFFICE

ON BEHALF OF SBI

INVITES

ANNUAL RATE CONTRACTFOR

SUPPLY & INSTALLATION OF BATTERIES THROUGH E-REVERSE AUCTION FOR BRANCHES, OFFICES AND ATMs IN ANDHRA PRADESH

Approved Manufacturers / Authorized dealers of reputed brands only eligible to apply.

Last date for submission of Tender: 3.00 P.M. (IST) on 17.12.2018

Opening of Tender: 4.00 P.M. (IST) on 17.12.2018

Pre Bid Meeting : 3:00 PM (IST) on 13.12.2018

Please see all the corrigenda, which will constitute the part of tender document and all vendors have to attach the same with this tender.

The Vice President,SBI Infra Management Solutions Pvt. Ltd.

Amaravati Circle Office2nd Floor, SBI Amaravati LHO Building,

Gunfoundry, Abids,Hyderabad – 500 001

Ph : 040-23387364, 365

Signature of bidder Page 1 of 24

NOTICE INVITING TENDER (NIT)

The SBIIMS invites sealed Annual Rate contract tenders on behalf of State Bank of India, Local Head Office Amaravati Circle for SUPPLY & INSTALLATION OF BATTERIES THROUGH E-REVERSE AUCTION FOR BRANCHES,OFFICES AND ATM's IN ANDHRA PRADESH from Approved Manufacturers/Authorized dealers of reputed brands only. The Details of tender are as under:

1 Name of the work ANNUAL RATE CONTRACT TENDERS FOR SUPPLY & INSTALLATION OF BATTERIES THROUGH E-REVERSE AUCTION FOR BRANCHES, OFFICES AND ATMs IN ANDHRA PRADESH

2 Cost of Tender Documents Rs.1500/- to be credited in the SBIIMS Account No. 35980903891, SBI, Madame Cama Road Branch, IFSC: SBIN0008586.(Proof for crediting the amount such as counter foil, UTR no. should be enclosed)

3 Date and Time where tender forms are available (From___to ___)

FROM 30.11.2018 to 17.12.2018 ati. https://etender.sbi/ ii. http://www.sbi.co.in under “Procurement News“

4 Time and last date of submission of online e Tender

Up to 3.00 PM on 17.12.2018

5 Place, Time& Address for submission of e tender/contact person /telephone no/email address.

Up to 3.00 PM on 17.12.2018

A) Tender documents(Technical bid) at https://etender.sbi/

B) EMD&Tender Document Cost physically at the AddressSBI Infra Management Solutions Pvt. Ltd.,Amaravati Circle Office,2nd Floor, SBI Amaravati LHO Building,Gun foundry, Abids,Hyderabad – 500 001.Ph: 040-23387364, 365e- mail id : [email protected]

6 Date, Time and Place of opening of Tenders.(e-Reverse Auction time shall be intimated after Technical Bid Evaluation)

On 17.12.2018 at 4:00PM

SBI Infra Management Solutions Pvt. Ltd.,Amaravati Circle Office,2nd Floor, SBI Amaravati LHO Building,Gunfoundry, Abids,Hyderabad – 500 001.Ph: 040-23387364, 365email id : [email protected]

7 Quantum of Earnest Money Deposit (EMD) `______ drawn in favour of _____Payable at ____

Rs.1,00,000.00/- (DD-Drawn in favour of Assistant General Manager (Premises & Estate), State Bank Of India, Amaravati LHO payable at Hyderabad)

8 Quantum of Security Deposit ______ (percentage) drawn in favour of _____Payable at ____. Amount of bank guarantee.

Rs.2, 00, 000/- (including EMD) to be deposited by the successful bidders after e-Tender. The same will be converted to BG at a letter date.

Signature of bidder Page 2 of 24

9. Approved Makes SMF Type : Exide / Panasonic, CSB, Numeric / Amararaja, Rocket / New Max, U-plus, AMCO best, HBL.

Tubular Type : Exide, Southern Batteries, Kirloskar, AMCO-Insta power.

10 Pre Bid meeting

13.12.2018 at 03:00PM

(All issues relating to technical and commercial shall be escalated in the Pre-bid meeting; no further clarifications will be entertained thereafter).

11 (Penalty clause) Liquidated Damages

As per Terms & Conditions or @ 0.5% of the value of work per week of delay subject to a maximum penalty of 5% of the value of work would be strictly imposed.

12 Validity period of the tender. 90 days from last date for receipt of tender

13 Eligible Taxes A ) Income Tax will be deducted at source as per Govt. Guidelines.B) Reimbursement of GST will be made only on submission of proper GST invoice as per applicable GST provisions/Rules. The contractor should comply with the following;

➢ Contractor should have GST Registration Number. ➢ Invoice should specifically/separately disclose the amount of GST levied at applicable rate as per GST provisions/Rules.➢ In case of Correction in the bills after scrutiny, contractor should submit fresh bills for payment.➢ Contractor should timely file his GST return in accordance with GST provisions to enable the bank to claim the credit of GST paid to the contractor.➢ The GST Number of State Bank Of India are

For Andhra Pradesh state-37AAACS8577K1ZOFor Telangana State -36AAACS8577K1ZQFor Puducherry U.T - 34AAACS8577K1ZU

14 Electronic Payment Electronic payment shall be preferred. All the contractors must furnish details such as

1) Name of their bank2) Name of their branch 3) Account number 4) Name of the account holder as in the bank

account 5) IFSC No of the branch 6) PAN number.

15 Agency for arranging e-tender/online bidding / e-Auction.

e-Procurement technologies Limited, Ahmedabad.Email id:- [email protected], [email protected], [email protected],[email protected]:-079-61200579/580/566/596/576/ 569/567,9374519754Alternate Contact No.:- Mr. Yashrajsinh Rathod:- 079/68136815, [email protected].

Signature of bidder Page 3 of 24

16 For further clarifications, if any(All technical matters contact)

1.Sri. A.DEVARAJAN, 2.RAJASEKHAR A AVP(Electrical) AM(Electrical) +91-9676950049 9674710679

17 Any additional Information The quoted rate should be inclusive of materials, labour, wages, fixtures, transportation, installation, all taxes (excluding GST), wastage’s, Octroi, machinery, temporary works such as scaffolding, cleaning, overheads, profit, statutory expenses, incidental charges and all related expenses to complete the work

18 Period of Contract One year (from the date of acceptance of the offer) May be extendable maximum up to 4 months on mutual consent subject to same terms & conditions .

19 Warranty Two years( for SMF) & Three years(for Tubular) from the Date of Installation (including Defect Liability Period).

20 Terms of Payment 1. No Advance payment.

2. 100% will be released on delivery and successful installation.

3. In case Site is Not Ready (SNR) 75% will be released after 15 days from the date of delivery to the respective branches/ offices/ ATM's. Remaining 25% on successful installation at the branch or after 30 days from the date of delivery whichever is earlier.

21 Mode of Tendering Two bid system as follows:

A) Technical bid in offline & online(through SBI e-tender platform).

B) Price bid by only online(e-Reverse Auction) through SBI e-tender platform.

NOTE:

Firm should visit the website till last date of submission for changes/ corrigenda if any. Tender documents found partly or fully modified / altered/ corrected etc shall stand summarily

rejected The SBIIMS reserves the right to cancel or postpone the tender at any stage without assigning any

reason. Price Bid submitted along with Technical Bid may be considered as Indicative Price only (not the

Final rate) of respective contractors. After evaluation of Technical bid, e-Reverse Auction time & date will be published in SBI e-Tender

Platform website for qualified contractors. For procedure of Tender(e-Reverse Auction) see the “Instructions for e-Tendering” pdf document

attached along with the Tender Document.

Bank reserves the right to reject the offer without assigning any reason what so ever.

Signature of bidder Page 4 of 24

ANNUAL RATE CONTRACT FOR SUPPLY & INSTALLATION OF BATTERIES AT ALL BRANCHES/OFFICES/ATM's IN ANDHRA PRADESH

CHECKLIST & MANDATORY DOCUMENTS

Credit proof of Tender document cost must be uploaded and physically original copy to be send at the address given in notice within due date of tender.

D.D/B.C of EMD must be uploaded and physically original copy needs to be submitted at given address within due date of tender.

Manufacturer authorized Dealership certificate/letter for dealership proof should be uploaded.

Self Declaration copy duly signed by the respective bidder to be uploaded.

Entire tender document signed & stamped by respective contractor.

GST Registration certificate.

Firm Registration / License certificate with registered address pertaining valid address proof.

Purchase/work order(minimum 3 Nos.) copies issued by any Govt. / Semi Govt. / PSU Organisations within last 5 years.

Battery specifications(to be supplied by bidder) or leaflet catalogues of all type of batteries separately(individually) self attested by bidder.

Annexure-I,II,III duly filled up & signed by respective bidder.

Annexure-IV (Service centers list with full address in Andhra Pradesh/near by AO's) & Annexure-V duly filled up & signed by the bidder for tentative indicative Prices.

P&L Statements/Audited turnover statements of last three years for proof of average turnover.

All the mandatory checklist documents should sent through courier/regitered post to the SBIIMSPL, Amaravati Circle Office and also scan copies should be uploaded in https://etender.sbi/

Signature of bidder Page 5 of 24

ANNUAL RATE CONTRACT FOR SUPPLY & INSTALLATION OF BATTERIES FOR BRANCHES,OFFICES AND ATM's IN

ANDHRA PRADESH

1.0 OBJECTIVE:

State Bank of India, Amaravati Local Head Office (hereinafter referred to as SBI / the Bank) is having its Local Head Office at Hyderabad and other offices (Branches, RBO's, ZO's, AO's & ATM's etc.) at various places across the state of Andhra Pradesh. In order to meet the requirements of batteries for UPS’s installed in various branches / admin. offices/ ATM’S in AP, the Bank proposes to invite tenders from the Approved Manufacturers / Authorized Dealers (hereinafter referred to as “Bidder”) to undertake supply various sizes of batteries as per details listed out in this document.

2.0 DEFINITIONS:

“The Bank” or “SBI, Amaravati LHO” means State Bank of India located in India. “The Contract” means the agreement entered into between the Bank and the Vendor, as

recorded in the Contract Form signed by the parties, including all attachments and appendices thereto and all documents incorporated by reference therein;

“Vendor” is the successful Bidder whose technical bid has been accepted and whose price as per the commercial bid is the lowest and to whom notification of award has been given by Bank.

“The Contract Price” means the price payable to the Vendor under the Contract for the full and proper performance of its contractual obligations;

“The Equipment” means all batteries which the Vendor is required to supply to the Bank under the Contract.

“The Services” means those services ancillary to the supply of batteries to various branches/ RBO's/ AO in the state of Andhra Pradesh, such as transportation and insurance, installation,provision of technical assistance, training, maintenance and other such obligations of the Vendor covered under the Contract.

“The Site” means various branches / offices of the State Bank of India, SBI, Amaravati LHO, AO/ RBO/ Branches in Andhra Pradesh where the equipment is to be supplied, installed and commissioned.

In case of a difference of opinion on the part of the Bidder in comprehending and/or interpreting any clause / provision of the Bid Document after submission of the Bid, the interpretation by the Bank shall be binding and final on the Bidder.

3.0 SCOPE OF WORK:

Supply & Installation of Various types of Batteries [SMF(VRLA)/Tubular type] on Rate Contract basis for Branches,Offices and ATM's in Andhra Pradesh under Amaravati Circle on as where as requirement basis for a period of One year. Specifications mentioned are minimum, any how bidders can propose the higher Technical Specifications as per requirement of Bank. No weight-age will be given to higher specifications. 4.0 ELIGIBILITY CRITERIA:

Approved Manufacturers / Dealers of reputed brands having service facilities in the Andhra

Signature of bidder Page 6 of 24

Pradesh state are only eligible to participate in the tender. The dealers/distributors shall submit the valid dealership certificate. List of approved Brands are

SMF Type : Exide / Panasonic / CSB / Numeric / Amararaja / Rocket / New Max / U-plus / AMCO best / HBL.

Tubular Type : Exide / Southern Batteries / Kirloskar / AMCO-Insta power.

Firm should have minimum 5 years experience in supplying Batteries to Govt. / Semi Govt. / PSU’s. Firm Registration certificate & work order/purchase order(minimum 3 Nos.) from any Govt. / Semi Govt. / PSU’s within previous 5 years to be submitted.

Firm should have Service Centers located in Andhra Pradesh state (preferably near to all Modules/AO), feasible to work from any corner of Andhra Pradesh within stipulated time as where as in need. Spread of service centers in Andhra Pradesh will be preferred.

Average annual turnover for last three years should be more than Rs 100 Lakhs.

5.0 LOCATION / SITE:

Work may be held at any of the SBI Branches/offices comes under SBI Amaravati Circle (Andhra Pradesh State). The requirement of SMF/Tubular Type Batteries may be at any of our branches /LHO /RO/AO/ATMs at different locations all over Andhra Pradesh State on piecemeal basis as & when the requirement arises.

Orders will be placed by the respective branches/ administrative offices for individual items to its respective vendor. The items are to be supplied to the branches/offices spread over Andhra Pradesh state whose list will be provided by the Administrative Offices of SBI (i.e. AO at Visakhapatnam, Rajamahendravaram, Vijayawada, Guntur, Tirupati and Kurnool).

6.0 TENDER PROCEDURE:

The tendering process comprise of Two Bid system , i.e., Technical Bid & Price Bid. Technical Bid will be held through online & offline modes, while price bid will be held only through online (e-Reverse Auction) which will be conducted, on our behalf by an approved e-Tendering Service agency e-Procurement Technologies Limited, Ahmedabad.

For Offline Technical Bid submission follow as below

1. The Technical (non-financial) Bid in sealed cover shall be submitted, super scribing “ANNUAL RATE CONTRACT TENDER FOR SUPPLY & INSTALLATION OF BATTERIES – TECHINICAL BID” enclosing all necessary documents strictly provided for the purpose. Any other bids submitted along with the technical bid will not be accepted and the tender will be rejected. Price Bid shall be enclosed in separate cover and send along with Technical Bid.

2. The Technical Bid (As per the Tender conditions EMD, Tender Fees & mandatory documents as per checklist) should reach us at the following address within due date strictly:-

SBI Infra Management Solutions Pvt. Ltd.,Amaravati Circle Office,2nd Floor, SBI Amaravati LHO Building,Gunfoundry, Abids,

Signature of bidder Page 7 of 24

Hyderabad – 500 001.Ph: 040-23387364, 365e- mail id : [email protected]

3. On validating Technical Bid Documents submitted by respective bidders, Only Qualified Contractors will be intimated for e-Reverse Auction (Price Bid).

Note: While submitting Technical bid physically,Bill of Quantities(attached with tender document) should not be filled. Use only online e-Procurement Price bid option to submit Prices (i.e. Indicative Prices).

For Technical Bid online submission, Price Bid submission & further reference regarding participating in e-Tender see “Instructions to Bidders” given above. Price Bid submitted along with Technical Bid shall be considered as Indicative Prices of respective contractors.

7.0 EVALUATION PROCESS:

The Technical Bid will be evaluated first. Only the Price Bid (Indicative Prices) of the eligible vendors who were qualified in the Technical Bid will be opened. Bank reserves its right to accept or reject any bid without assigning any reason there at.

After Evaluation of Technical Bid, the Qualified Contractors will be intimated to participate in e-Reverse Auction

• The lowest Quoted Price of respective item will be considered as L1(Conditions prevailed), and further from lowest to higher as L2, L3..so on.

• Only one vendor may be qualified for each Item under rate contract. • A list of suppliers/dealers/company will be formulated for the Rate Contract of Batteries naming

one supplier for each item.

• Agencies quoted for same brand & model will be matched to the L1 rate of that same brand & model.

8.0 VALIDITY OF TENDER:

The rate quoted shall be valid for 90 days from the date of receipt of Tender from the bidder. The rates quoted by the bidder should remain firm for One year Contract Period, starting from the date of award of contract / issue of work order.

9.0 SECURITY DEPOSIT :

An Amount of Rs.2, 00, 000/- (including EMD) is to be deposited by the successful bidders after e-Tender. The same will be converted to BG at a later date.

10.0 EARNEST MONEY DEPOSIT (EMD):

The EMD shall be submitted in the form of DD / Banker’s Cheque for an amount of Rs.1,00, 000/-(Rupees One lakh only) drawn in favor of the Assistant General Manager (Premises & Estate), State Bank Of India, Amaravati LHO payable at Hyderabad.

Signature of bidder Page 8 of 24

EMD of unsuccessful tenderer will be returned and no interest will be paid. Tenders without EMD will be rejected. EMD will be retained as security deposit and will be returned to the successful tenderer after the contract validity period without any interest.

11.0 FORFEITURE OF EMD:

The EMD will be forfeited under the following conditions:

(a) If the tenderer withdraws or amend, impairs or derogates from the tender in any respect within the period of validity of the tender.

(b) If the bidder withdraws the bid before the expiry of the validity period of 90 days of the bid or within the time frame of extension given by SBI in special case communicated before the expiry of the bid.

(c) If the bidder fails to comply with any of the provisions of the terms and conditions of the bid document.

(d) If the selected bidder fails to execute agreement in prescribed format and Furnish the bank guarantee within the prescribed time.

12.0 PRICES:

The rates quoted should be firm for the entire Rate Contract Period. The rates quoted should be excluding GST & inclusive of Transportation, Labour charges, wastage’s, temporary civil works and all works related to complete installation, commissioning & testing of Unit .

The rate shall be quoted as per prescribed Schedule of Quantities only, also separately for different rating of Batteries for supply and installations. The Total amount for evaluation of L1 will be considered including sub items such as Buy-back of Old Batteries Etc.

13.0 BREAKUP OF PRICES:

Please note that you have to quote for the individual items mentioned in the tender. The L1 vendor, immediately on completion of the Tender activity, has to submit confirmation in their Letter Head for the unit-wise price of all the items listed in the tender to the Bank.

14.0 PERIOD OF CONTRACT:

The offer shall be valid for 12 months from the date of acceptance of the offer. After 12 months as per the requirement of the Bank, the rate contract may be extended for another period up to maximum of 04 months after obtaining approval from the Bank’s management. This will be binding on the mutual consent.

15.0 TAXES AND DUTIES:

GST and/or any other applicable taxes and duties will be paid extra. Hence Taxes should not include in the rates quoted. Wherever the laws and regulations require deduction of such taxes at the source of payment, the Bank shall effect such deductions from the payment due to the Vendor. The remittance of amounts so deducted and issuance of certificate for such deductions shall be made by the Bank as per the laws and regulations in force .

Signature of bidder Page 9 of 24

16.0 PAYMENT TERMS:

Payment will be made at respective Branches /LHO /RO(from where Purchase Order issued) after successful installation and commissioning of Batteries at Branches /LHO /RO respectively by NEFT.

Payment terms:

i) No advance is payable.

ii) Payment shall be made in Indian Rupees.

iii) 100% will be released on delivery and successful installation.

iv) a) In case Site is Not Ready (SNR) 75% will be released after 15 days from the date of delivery to the respective branches/ offices.

and

b) Remaining 25% on successful installation at the branch or after 30 days from the date of delivery whichever is earlier.

v) Payments will not be released for any part-shipment or short-shipments.

17.0 NOTICES AND STATUTORY REGULATIONS:

The contractor shall give all notices and pay all fees and shall comply all Acts and Regulations for the successful completion of the contract works. The whole of the work is to be complied with as per the requirements and byelaws of the relevant statutory authorities including contract labor (Regulation and Abolition) Act 1970.

18.0 UNSATISFACTORY PERFORMANCE:

If the work is found unsatisfactory or if the firm dishonors the contract, the job will be entrusted to any other firm /party at the risk/expense of the contractor. The work will be considered as unsatisfactory,

If SBI concerned official found your job inappropriate or inadequate.

More than 3 Penalty impositions in a quarter during contract period.

Using materials other than same brand of system or approved materials by SBI official.

19.0 TERMINATION:

On expiry of period (One year) given in the Terms & Conditions, Rate contract of Batteries will terminate. Further, the contract can be terminated at any time during the period due to bad/ delayed performance established on the part of the contractor or any such material complaints.

If the information provided by the firm is found to be false at any point of time, SBI reserves the right to reject such tender at any stage or to cancel the contract, if awarded, and forfeit the earnest money.

The empaneled firm is not permitted to enter into any sub-contract with any firm. If any such contracts come to the notice of SBI, the contract will be terminated & security deposit will be forfeited.

The Bank may, at any time, terminate the Contract by giving written notice to the Vendor if the

Signature of bidder Page 10 of 24

Vendor becomes Bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Vendor, provided that such termination will not prejudice or affect any right of action or remedy, which has accrued or will accrue thereafter to the Bank.

20.0 GENERAL CONDITIONS:

1. The vendor should supply Battery as per Bank's requirement. However, Bank reserves its right to make any changes in the list of locations /number of Batteries units depending on the requirement from time to time.

2. The successful vendor should be prepared to supply additional quantities of the Battery units at the agreed rates to the Bank as and when orders are placed during the validity period of the tender. The quoted prices will be advised to all our offices in Andhra Pradesh (Amaravati Circle).

3. All pages of the tender document shall be signed by authorized signatory and stamped. Any corrections shall be duly signed and stamped. Bids received after the due date and time will not be considered.

4. In the absence of a formal contract, the Bid document, together with the Bank’s notification of award and the vendor’s acceptance thereof, would constitute a binding contract between the Bank and the successful Bidder.

5. The Purchase Orders will be issued by the respective Admin Office/ Branches of the Bank during validity period of the rate contract.

6. The Bank reserves the right either to invoke the Performance Bank Guarantee or to cancel the purchase order or both if the Bidder fails to meet the terms of this contract entered into with them.

7. Please quote separately the model number of each battery unit and submit the catalogue for the same.

8.Tenders quoting for low versed specifications than the specified shall be rejected. No deviation in technical specifications is accepted.

9. Wherever movement of Batteries are involved, the compliance and completion of statutory formalities including matters relating to transport, GST, or other access or tax and delivery of Batteries at the bank specified premises is the sole responsibility of the vendor at its cost. In case any document is to be signed for the purpose, the same may be obtained by the vendors representative from the specified office/branch of the bank and the same will be signed and returned by the bank after due verification.

10. If any vendor offers any component /part /equipment of higher version than that specified, it will be considered as equivalent and no weight-age or extra cost benefit will be given.

11. Failure to enclose any/all of the necessary documents and to submit the tender in the required format etc. will disqualify the tender.

12. Bank reserves the right to ask the vendors to divert the ordered equipment for a particular site to a different location/city/site, if the situation so warrants.

Signature of bidder Page 11 of 24

13. If found defective, the batteries will be rejected and should be replaced with new one.

14. The leaflets, catalogue, etc. should be sent invariably so that a proper evaluation of the equipment offered is possible. 21.0 SPECIAL CONDITIONS :

i. Delivery and installation, unless specified, shall be within 1 week from the date of confirmed purchase order.

ii. If necessary, the successful tenderer should enter into formal agreement with Bank on stamp paper (at successful tenderer cost) as per the standard format.

iii. Preventive maintenance for the guarantee period of One year should be provided compulsorily and at free of cost,if any.

iv. Order can be placed for any specific brand & model suitable for type of application, user preference if any etc.

v. The successful bidder will be abide by all the Terms & Conditions of the Tender Document.

vi. The services of the successful bidders will be reviewed by committee during contract period and SBI reserve right to add or delete bidders in rate contract based on performance if necessary without intimation.

vii. All goods and related services to be supplied under the Contract shall have their origin in eligible source countries, as per the prevailing Import Trade Control Regulations in India.

viii. The Vendor shall indemnify the Bank against all third party claims(including infringement of trademark, trade names, copyright, patent, intellectual property rights, industrial design rights, etc.).The Bank will give notice to the Vendor of such claim,if it is made, without delay.

ix. The rate should be inclusive of all duties, levies, transport, transit insurance, loading-unloading etc. and excluding GST. No increase in the above is acceptable to the Bank. The rates shall be firm throughout the contract period. No variation in the quoted rates subsequently will be allowed and no additional claims other than quoted rates will be entertained. The rates should be inclusive of the delivery and installation charges of batteries of mentioned specifications at our sites.

x. If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the product is found to be unsatisfactory, the Bank shall have the right to continue the use of such product until rectification of defects, errors or omissions by partial or complete replacement is made without interfering with the Bank’s operation.

22.0 PENALTY:

Timely delivery is essence of the contract and hence if any consignment be delayed,

Signature of bidder Page 12 of 24

liquidated damages at the rate 0.5% of the price of the delayed consignment, for each week or part whereof shall be levied and recovered subject to maximum of 5% of total purchase order value.

After material procurement, If Installation is not done within 7 days from the date of written intimation to the party, penalty will be charged to the party @ 2% per week of purchase order value up to Maximum 10%.

23.0 GUARANTEE:

The tenderer has to declare that the goods sold to the buyer under this contract shall be of the best quality and workmanship and shall be strictly in accordance with the specifications. Tenderer should indicate the period for which the said goods/articles would continue to confirm to the specifications.

24.0 WARRANTY / DEFECT LIABILITY PERIOD:

Batteries should carry a minimum warranty as specified period

SMF(VRLA) Type : 24 Months from the date of installation or 30 months from the date of delivery whichever is earlier.

Tubular Type : 36 Months from the date of installation or 42 months from the date of delivery whichever is earlier.

On site warranty should include free replacement of Batteries during the warranty period. During the warranty period, the complaint is to be attended to within 2 days otherwise your name will be removed from our mailing list after forfeiting EMD remitted to us. In addition penalty as decided by the committee will be deducted from your company’s other bills. If any Battery gives continuous trouble, during the warranty period, you have to replace the Battery with a new one without any additional cost to the purchaser.

25.0 JURISDICTION:

All disputes or differences arising under, out of or in connection with the contract, SBI's decision shall be final & binding or if concluded, shall be subject to the exclusive jurisdiction at the place from which the acceptance of Tender is issued. The Contract shall be interpreted in accordance with the laws of the Union of India and shall be subject to the exclusive jurisdiction of courts at Hyderabad.

26.0 RISK PURCHASE CLAUSE:

In the event of failure of supply of the item/equipment within the stipulated delivery schedule, the purchaser has right to purchase the item/equipment from other source and at the total risk of the supplier under risk purchase clause.

27.0 FORCE MAJEURE :

The Supplier shall not be liable for forfeiture of their performance security, liquidated damages or termination for default, if and to the extent that, their delay in performance or other failure to perform their obligations under the Contract is the result of an event of Force majeure.

Signature of bidder Page 13 of 24

• For purposes of this Clause, "Force majeure" means an event beyond the control of the Supplier and not involving the Supplier's fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

• If a Force majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force majeure event.

28.0 SAFETY MEASURES:

All safety measures are the responsibility of successful bidder, to whom purchase order awarded . All personnel of the contractor working within the site shall be provided with safety helmets.. Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sites of work shall be so stacked or placed as to cause danger or inconvenience to any person or the public.

29.0 VENDORS OBLIGATIONS:

The Vendor is responsible for and obliged to conduct all contracted activities in accordance with the contract using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the Contract.

The vendor will be responsible for arranging and procuring all relevant permissions / Road Permits etc. for transportation of the equipment to the location where installation is to be done. The Bank would only provide necessary letters for enabling procurement of the same.

The Vendor is obliged to work closely with the Bank’s staff, act within its own authority and abide by directives issued by the Bank and implementation activities.

The Vendor will abide by the job safety measures prevalent in India and will free the Bank from all demands or responsibilities arising from accidents or loss of life, the cause of which is the Vendor’s negligence. The Vendor will pay all indemnities arising from such incidents and will not hold the Bank responsible or obligated.

The Vendor is responsible for managing the activities of its personnel or sub-contracted personnel and will hold itself responsible for any misdemeanors.

The Vendor will treat as confidential all data and information about the Bank, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the Bank.

30.0 DELIVERY OF MATERIAL:

Delivery of the equipment shall be made by the Vendor in accordance with the system approved / ordered within one week. The details of the documents to be furnished by the Vendor are specified hereunder:-

Signature of bidder Page 14 of 24

2 copies of Vendor’s Invoice showing Contract number, Products description, quantity, unit price and Total amount.

Delivery Note or acknowledgment of receipt of Products from the Consignee or in case of products from abroad original and two copies of the negotiable clean Airway Bill.

2 copies of packing list identifying contents of each package.

Insurance Certificate.(if any)

Manufacturer’s / Vendor’s warranty certificate.

Test Certificate from approved testing agency if any.

The above documents shall be received by the Bank before arrival of Products (except where it is handed over to the Consignee with all documents) and if not received the Vendor will be responsible for any consequent expenses.

VICE PRESIDENT,SBIIMSPL,

AMARAVATI.

READ & ACCEPTED

DATE: APPLICANT SIGNATURE:

PLACE : STAMP:

Signature of bidder Page 15 of 24

TECHNICAL SPECIFICATIONS CONFINING ANNUAL RATE CONTRACT OF BATTERIES

The scope of this section covers the Technical specifications of supply & installation of Batteries.

S. No

CHARACTERISTICS DESCRIPTION

SMF(VRLA) TYPE TUBULAR TYPE

1 Nominal Voltage 12 V 12 V (2V Nominal Voltage per cell)

2 Rated Capacity AH 26,28,42,55,65,75,100,120,150 (C20 Hour Rate)

100,120,130,150 (C10 Hour Rate)

3 Dimensions Free from Orientation constraint Standard sizes

4 Electrolyte Lead acid in Paste form. Lead acid plates with sulfuric acid and distilled water topping

5 Reliability 1000-1400 cycles at 80% DOD Most reliable with 1100-1800 cycles at 80% DOD

6 Type and Material of separator

High quality absorbent materials. Micro porous synthetic separators or equivalent

7 Body / Material of Container ABS plastic or equivalent material having high mechanical strength

FRP or Talc filled polypropylene or Hard rubber or equivalent material having high mechanical strength

8 Applicable Standard JIS specification No. C8707 TEC specifications GR/TX/BAT-02/03/Dec.2013 or equivalent specifications

IS:1146 Plastic/rubber container, IS:3116 sealing compound for lead acid batteries, IS:6071 synthetic separators for lead acid batteries.IS:266 Sulfuric acid, IS:1069 Water for storage batteries, IS:1651 Stationery cells & batteries

9 Material of positive/negative Plates

Flat pasted plates of corrosion resistant lead calcium alloy.

Negative:Flat pasted plates of corrosion resistant lead calcium alloy.Positive: first class material(tube) consists of suitable bar with spines of an alloy of Pb and Antimony.

10 Type of terminals Brass terminal with Lead/Tin coated Copper/Brass terminal with Lead/Tin coated

11 Type of vent and safety Sealed & equipped with special valve to release the gases in case of excessive pressure under abnormal conditions. The valve will not allow any access to the gases under normal conditions.

Sealed with non woven polyester tubes and proper vent/topping for regular gas/fume emission to be made.

12 Expected average life of the battery

normal life of the battery is expected to be min 10 years.

normal life of the battery is expected to be min 15 years.

13 Discharge / charging rate Max 20 hrs time for charging fully. Smaller charging time(min of 5-10 hrs), Higher charging current capacity.

Signature of bidder Page 16 of 24

14 Maintenance Maintenance free Maintenance with regular Topping up necessary

15 Operating Temperature(Max)

10°C to 35°C 5°C to 50°C

16 Manufacture constraints Not be older than 03 (Three) months at the time of delivery

Not be older than 06 (six) months at the time of delivery

17 Self discharging rate Max 4% every four weeks Max 4-6% per month

18 Atmosphere effect Not adversely affected due to tropical atmosphere in the region, work satisfactorily under 27°C climatic conditions

Not adversely affected due to tropical atmosphere in the region, works satisfactorily under normal climatic conditions

Batteries meant for Automobiles will not be accepted. Make/Model of battery meant for UPS system will only be accepted. Easy to handle, Free from corrosion & no Installation constraints. At the time of Installation Batteries should be fully charged. Leaflets / catalogue consisting of all parameters (such as charging current, floating current, Boosting currents, Discharge rates...etc.) Should be included while submitting.

Marking : The following information shall be indelibly and durably marked on the batteries while delivered.

1. Manufacturers name.2. Type.3. Voltage rating.4. Capacity.5. Operating specific gravity @ 30°C.6. Weight.7. Date of Manufacturing.

Delivery Constraints:

Safe delivery without any damage due to Transport, Miscarriage, Mishandling ...etc. shall be the responsibility of successful bidder only.

Care shall be taken by the contractor during installation of the work to avoid damage to the building. He shall be responsible for repairing all such damages and restoring the same to the original finish at his cost.

He shall also remove all unwanted and waste materials arising out of the installation from the site of work from time to time.

Inspection and Quality control Tests :

The Bank reserves the right to carry out pre-shipment factory / godown inspection by a team of Bank officials or demand a demonstration of the solution proposed on a representative model in Bidder’s office.

The Bank’s right to inspect, test and where necessary reject the products after the products arrival at the destination shall in no way be limited or waived by reason of the

Signature of bidder Page 17 of 24

products having previously being inspected, tested and passed by the Bank or its representative prior to the products shipment from the place of origin by the Bank or its representative prior to the installation and commissioning.

Nothing stated here in above shall in any way release the Vendor from any warranty or other obligations under this contract.

Any other Technical specifications (not specified) may be ascertained for the equivalent or Higher standard requirement of SBI as per Applications for UPS back-up systems, Fire alarm security systems, Telecommunication systems at offices/Branches/ATMs of SBI in Andhra Pradesh.

Any damage due to Transport, Miscarriage ,Mishandling ...etc. shall be responsible of successful bidder only. Coordination with the other contractors i.e. Electrical/Interior is essential. All tools and tackles required for unloading / handling of equipments and materials at site, their assembly, erection, testing and commissioning shall be the responsibility of the contractor. All components shall conform to relevant Indian Standard Specifications, wherever existing. The entire work of manufacture/fabrication, assembly and installation shall conform to sound engineering practice. The entire installation shall be such as to cause minimum transmission of noise and vibration to the building structure.

READ & ACCEPTED

DATE: APPLICANT SIGNATURE:

PLACE : STAMP:

Signature of bidder Page 18 of 24

ANNEXURE-I

BID FORM(TECHNICAL BID)

No. : Date:

To,The Vice President,SBI Infra Management Solutions Pvt. Ltd.,Amaravati Circle Office,2nd Floor, SBI Amaravati LHO Building,Gunfoundry, Abids,Hyderabad – 500 001.

Dear Sir,

RATE CONTRACT FOR SUPPLY & INSTALLATION OF BATTERIES FOR BRANCHES, ATMs and ADMIN OFFICES IN ANDHRA PRADESH

We have examined the Notice, the receipt of which is hereby duly acknowledged and subsequent modifications / revisions, if any, furnished by the Bank and we offer to supply, install batteries of various sizes for branches, ATMs and Admin Offices across the state of Andhra Pradesh as per the terms and conditions given in the Notice. We shall participate and submit the commercial bid through online auction to be conducted by the Bank’s authorized service provider, on the date advised to us.

2. While submitting this bid, we certify that: The undersigned is authorized to sign on behalf of the VENDOR and the necessary support document delegating this authority is enclosed with this letter.

Indicative prices submitted by us have been arrived at without agreement with any other Bidder of this Notice for the purpose of restricting competition.

The indicative prices submitted by us have not been disclosed and will not be disclosed to any other Bidder responding to this Notice.

We have not induced or attempted to induce any other Bidder to submit or not to submit a bid for restricting competition.

The rate quoted in the indicative price bids for the products are as per the Notice and subsequent pre-bid clarifications/ modifications/ revisions furnished by the Bank, without any exception.

3. If our offer is accepted, we undertake to complete the formalities for the above rate contract within a period of 2 weeks from date of Purchase Order.

4. We also undertake to provide maintenance support till the end of life of the product at a reasonable charge.

5. We agree to abide by the Bid and the rates quoted therein for the orders awarded by the Bank up to the period prescribed in the Bid, which shall remain binding upon us.

6. Until a formal contract is prepared and executed, this Bid, together with your written acceptance

Signature of bidder Page 19 of 24

thereof and your notification of award, shall constitute a binding Contract between us.

7. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”.

8. We also certify that the information/ data/ particulars furnished in our bids are factually correct. We also accept that in the event of any information / data / particulars proving to be incorrect, the Bank will have the right to disqualify us from the bid.

9. We understand that you are not bound to accept the lowest or any Bid you may receive.

10. Details of EMD

a) Name of bankb) Amountc) DD No.d) Date

Dated this ....... day of ............................ 2017

______________________________________________________________

(Signature) (Name) (In the capacity of) Seal

Office Address:-

The above mentioned official is authorized to sign the tender Bid for and on behalf of

DATE: APPLICANT SIGNATURE:

PLACE : STAMP:

Signature of bidder Page 20 of 24

ANNEXURE-II

MANUFACTURERS'/PRODUCERS’ AUTHORIZATION FORM

No. Date: To,The Vice President,SBI Infra Management Solutions Pvt. Ltd.,Amaravati Circle Office,2nd Floor, SBI Amaravati LHO Building,Gunfoundry, Abids,Hyderabad – 500 001.

Dear Sir:

RATE CONTRACT FOR SUPPLY & INSTALLATION OF BATTERIES FOR BRANCHES, ATMs and ADMIN OFFICES IN ANDHRA PRADESH

We who are established and reputable manufacturers / producers of ________________________ having factories / development facilities at (address of factory / facility) do hereby authorize M/s ___________________ (Name and address of Agent) to submit a Bid, and sign the contract with you against the above Bid Invitation.

2. We hereby extend our full guarantee and warranty for the Solution, Products and services offered by the above firm against this Bid Invitation.

3. We also undertake to provide any or all of the following materials, notifications, and information pertaining to the Products manufactured or distributed by the Vendor:

(a)Such Products as the Bank may opt to purchase from the Vendor, provided, that this option shall not relieve the Vendor of any warranty obligations under the Contract; and

(b)in the event of termination of production of such Products:(i) advance notification to the Bank of the pending termination, keeping sufficient time to permit the Bank to procure needed requirements; and

(ii) following such termination, furnishing at no cost to the Bank, the blueprints, design documents, operations manuals, standards, source codes and specifications of the Products, if requested.

4. We duly authorize the said firm to act on our behalf in fulfilling all installations, Technical support and maintenance obligations required by the contract.

Yours faithfully,

(Name of Manufacturers / Producers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to bind the manufacturer. The Bidder in its Bid

should include it.

Signature of bidder Page 21 of 24

ANNEXURE-III

Acceptance of Terms & Conditions:

S No Parameter Your Response

1 Whether agreeable to all the terms and conditions expressed by the Bank?

Yes / No

2 Whether agreeable to the payment norms and warranty norms of the Bank?

Yes / No

3 Whether agreeable to supply and install the Batteries as per the Bank’s standard specification and maintain the units?

Yes / No

4 Whether giving comprehensive warranty for 2 years(for SMF Type) / 3 years(for Tubular Type) from date of installation.

Yes / No

5 Whether agreeable to supply as per specifications of the Bank as mentioned in the ‘Technical Bid’.

Yes / No

6 Whether agreeable to furnish list of all the service network in Andhra Pradesh, with contact numbers/persons for the same

Yes / No

7 Whether agreeable to change of delivery place in case of need at any point of time, before actual delivery

Yes / No

8 Whether agreeable to supply more quantities than indicated in this tender in case of need at any point of time, during period of contract

Yes / No

9 Whether agreeable to provide maintenance and service to Batteries after the warranty period through your authorized dealers.

Yes / No

We have read and understood all the terms and conditions stipulated by the Bank for all categories of equipment and do hereby agree to each and every item indicated therein. We agree to abide by the proposal and the rates quoted therein for the contract awarded by the Bank. Until a formal contract is prepared and executed, this proposal, together with your written acceptance thereof and your notification of award, shall constitute a binding contract between us. We understand that SBIIMSPL / State Bank of India reserves the right to accept or reject any or all bids without assigning any reason whatsoever thereof

VICE PRESIDENT,SBIIMSPL,

AMARAVATI.

READ & ACCEPTED

DATE: APPLICANT SIGNATURE:

PLACE : STAMP:

Signature of bidder Page 22 of 24

ANNEXURE-IV

LIST OF SERVICE CENTERS WITH ADDRESS IN ANDHRA PRADESH

S,No ZONE SERVICE CENTRES NAME

FULL ADDRESS CONTACT NO.

REMARKS if any

1 Visakhapatnam

2 Rajamahendravaram

3 Vijayawada / Amaravati

4 Guntur

5 Tirupati

6 Kurnool

DATE: APPLICANT SIGNATURE:

PLACE : STAMP:

NOTE:

1. Valid address to be given from all zones,In case service center is not present in that zone, give the near by address. Spread of service centers in AP will be preferred.2. Contact numbers should be functional for 24x7.3. Above data submitted by bidder shall be retained for total contract period(1 year), Also purchase orders shall be addressed to near by zone service center.

Signature of bidder Page 23 of 24

ANNEXURE-V

INDICATIVE PRICE BID

Signature of bidder Page 24 of 24

ANNUAL RATE CONTRACTVARIOUS TYPES OF BATTERIES

SCHEDULE OF QUANTITIES

S,No Capacity of Battery Model

A SMF1 12V, 26 AH2 12V, 28 AH3 12V, 42 AH4 12V, 55 AH5 12V, 65 AH6 12V, 75 AH7 12V, 100 AH8 12V, 120 AH9 12V, 150 AH

B Tubular10 12V, 100 AH, C1011 12V, 120 AH, C1012 12V, 130 AH, C1013 12V, 150 AH, C10

Make of Battery

Per Unit Cost of New

Batteries Rs. (A)

Per Unit Buy Back Price of Old Existing Batteries Rs.

(B)

Total Net price Rs.

(C=A-B)

NOTE:

1.Only Valve Regulated Lead Acid(VRLA) type SMF batteries of 20HR rated capacity electrolyte in paste form are acceptable. Any other including Calcium batteries are not acceptable.

2.Tubular Type batteries shall be kind of maintainable but regular topping up necessary.

3. Prices quoted along with Technical bid are considered as “Indicative Prices”. Actual “Contract Prices” shall be evaluated through e-Reverse Auction as per Procedure.

4. The Total amount for evaluation of L1 will be considered including sub items(Buy-back of Old Batteries).

5. Final Price shall include Preventive maintenance cost also for the warranty period as per contract.

6.GST will be paid extra. Other applicable taxes and duties shall be included in the quoted price itself.