REQUEST FOR PROPOSAL (RFP) for EMPANELMENT OF … RFP for Empanel… · Replacement of old...
Transcript of REQUEST FOR PROPOSAL (RFP) for EMPANELMENT OF … RFP for Empanel… · Replacement of old...
Ref No:-RO:MEE:RCC:178:2018-19 Dated 14 Sep 2018
REQUEST FOR PROPOSAL (RFP) for
EMPANELMENT OF BATTERY VENDOR FOR SUPPLY, INSTALLATION
AND MAINTENANCE OF BATTERIES FOR BRANCHES/ATMSs/OFFICES
OF UNION BANK OF INDIA (MEERUT REGION)
Union Bank of India, Regional Office, Meerut
Ist Floor, Opp. Government Inter College Begum Bridge Road,
Meerut, Uttar Pradesh 250 001
NOTE: This document contains 34 pages including this cover page.
Page 2
Bid Details – Empanelment of battery vendor for supply, installation and maintenance of batteries for branches/ATMs/offices of union bank of India (Meerut region)
RFP Commencement Date 15-09-2018
Pre Bid Meeting 21-09-2018 at 11:00 AM
Last Date and Time for Receipt of Bidding
Document
05-10-2018 upto 03:00 PM
Date and Time for Technical Bid Opening 05-10-2018 at 03:30 PM
Place of opening of Bids Union Bank of India,
Regional Office, Meerut
1ts Floor, Opp. Government inter-college
Begum bridge road, Meerut, UP-250001
Address of Communication As above
Earnest Money Deposit (EMD) Rs. 50,000/- per bid, in the form of a
demand draft/pay order issued by a
scheduled commercial bank favouring Union
Bank of India, payable at Meerut
Bank Guarantee The successful Vendor shall provide a Bank
Guarantee of Rs. 2,00,000/- (Rupees Two
Lacs Only) initially for a period of eighteen
months.
Cost of RFP (Non Refundable) Rs.2000/- in the form of Demand Draft/Pay
Order in favour of Union Bank of India
payable at Meerut
Contact to Bidders Interested bidders may seek clarification on
below mentioned email address with
following details
Name of company, contact person, Mailing
address with pin code, Telephone No., Email
address, Mobile No. etc.
Page 3
1. Introduction
1.1. Union Bank of India, a leading Public Sector Bank having Regional Office at Ist
floor, opposite Govt Inter college, Begum Pul road invites sealed quotation (Technical
bids + Commercial Bids) for empanelment of Reputed Manufacturer/Authorized dealers
for procurement and installation of branded Batteries (SMF only) of different
capacities for our branches, offices and ATMs under Meerut Region on as and when
required basis from the vendors having not less than 5 years of Experience in the
product offered and fulfill all Mandatory conditions/requirements as per this tender
document.
1.2. Responsibility of Procurement and Installation of batteries does not pertains to
only Meerut district and will be for branches, offices and ATMs of Union Bank of India
spread over Districts Saharanpur, Muzzaffarnagar, Meerut, Gaziabad, Bijnor, Bagpat,
Shamli, Hapur, JP Nagar, Bulandshahar.
1.3. Please note:- Meerut Region will consists of all the branches, ATMs and Admin
offices of Union Bank of India spread over Districts Saharanpur, Muzaffarnagar,
Meerut, Ghaziabad, Bijnor, Baghpat, Shamli, Hapur, JP Nagar and Bulandshahar and
herein after will be referred as Meerut Region.
1.4. RFP Forms can be downloaded from bank’s website and can be submitted along with the
Techno-commercial Offer (two separate sealed envelopes for Technical Bid and
Commercial Bid each) on payment of Rs 2000/- per system/ per bid (Non-Refundable)
by way of Demand Draft/ Pay Order favoring Union Bank of India payable at Meerut.
1.5. In case of any unexpected interruption due to events beyond control of the
procurement committee, the process interrupted will be continued on the subsequent
working day at the scheduled time.
2. Scope of the Work
2.1. The Bank intends to empanel reputed Manufacturer/Authorized dealers for
procurement and installation of branded Batteries (SMF only) of different capacities
for our branches, offices and ATMs under Meerut Region for duration of 3 years. After
empanelment of vendors, Commercial bidding will be done and vendors quoting L1
and L2 (If willing to work on L1 rate) rates shall be awarded rate contract for one year
for work as and when required basis. Requirement of batteries is power backup for
UPS for providing uninterrupted power supplies to our branches, offices and ATMs.
The Batteries shall be Supplied, Installed, & Maintained by the vendors.
Page 4
2.2. The selected Vendor for the system will have to Supply, install and carry out
maintenance of batteries within prescribed SLA.
2.3. The selected vendor will be providing service and onsite support and maintenance
during warranty period as per Bank’s requirement to the branches and ATM without
any extra cost to the Bank.
2.4. The selected vendor shall be liable to purchase old batteries as per availability
basis. It is not manatory that Buy back includes purchase of new batteries too. Bank
reserves all rights to place separate orders for buy back or new purchase of batteries.
2.5. Replacement of old batteries with new batteries during warranty period. (As offered
by the bidder).
2.6. Selected vendor has to maintain the batteries in working conditions all the time. Any
defect reported by the branch should be attended within 6 hours of reporting of
defect. Email and telephone will be considered valid mode of communication for
reporting the defect.
3. Order Splitting
3.1. Bank will shortlist 2 vendors for supply of UPS batteries and order will be placed in
proportions of 60:40 between L1 & L2. 3.2. In case L2 vendor is not willing to match L1 price, Bank will call L3, L4 vendors etc. In
the event of L2, L3, L4 etc. are not matching the L1 price the entire quantity will be awarded to L1.
3.3. The Bank reserves the right to split the quantities amongst L1 and L2 vendors in
proportions of 60:40 provided L2 vendor is willing to match all the prices/rates (item wise) and other terms & condition of the RFP.
4. TENDER NOTICE
4.1. Sealed item rate tenders are invited by Union Bank of India, Regional Office, Begum
bridge road, Opposite Government Inter college, Meerut 250 001. (U.P.).
4.2. Each work-order to be completed within 3 days from date of placing of work order
placed by M/s Union Bank of India. Work-order would mean each order placed by a
Branch/Office/Regional Office of the Bank for one or more branches/Offices for
installation of UPS or Batteries.
Page 5
4.3. The Firms are required to submit complete tender document in two bid system (techno-
commercial offer), price the schedule of quantities and sign each page of
quotation/tender documents before submission.
The completed set is to be enclosed in a sealed envelope addressed to:
The Regional Head,
Union Bank of India,
Regional Office,
Begum bridge road,
Opposite Government Inter college,
Meerut 250 001 (U.P.)
4.4. The Tenders will be received up to 3.00 PM on 15.09.2018.
4.5. The Tender to be submitted in Two Sealed Envelopes with details as under:
4.5.1. Envelope I: To contain Complete Tender document with all the relevant
information for all the equipments for which Vendor is submitting Bids. (Bio-data,
General conditions, warranty clause, maintenance, detailed terms & conditions
and compliance/technical Bid) EXCEPT, PRICE-BID - duly signed on each page
along-with EMD & cost of the Tender Document.
4.5.2. Envelope II: Should contain Price Bid of as per asked format only. Price Bids
should be sealed in separate envelope and should be super scribed
“Commercial Bid for Rate contract of UPS/Batteries for Branches, offices and
ATMs under Meerut Region”. The price bids should be as per standard format
only and should be duly signed on each page. Bids which are not as per
specified format shall be summarily rejected.
4.5.3. The above two envelopes to be put in one large Envelope III, sealed and
submitted.
Envelope I will be opened as per the scheduled date in presence of Vendors.
Envelope II will be opened on a date (to be intimated later).
4.6. Tenders without Pay Order/ Demand Draft shall be summarily rejected.
4.7. No Tender will be received after the expiry of the time & date notified for receiving
tenders, under any circumstances whatsoever.
4.8. The Tender (Pre-Qualification & Technical bids) will be opened at 15:30 hours on
05.10.2018 at above address in the presence of authorized representative of the bidder.
Page 6
4.9. The Tender shall remain valid for acceptance for a period of 120 days from the notified
last date of Tender submission.
4.10. Bank reserves all the rights to rate & shortlist the vendors based on their quality,
quantity, period in business, infrastructure, supervision, locations, business, after sales,
etc. etc.. The Bank reserves the right to empanel/shortlist top rated/scoring one or
more vendors and have installations done at Banks’ discretion.
4.11. The commercial bid should be indicated both in words and figures. In case of any
discrepancy, the rates indicated in words would prevail. In case vendor has not
indicated the amount in words, the Bank reserves the right to reject the Bid.
4.12. The rates quoted should be for the complete supply & installation and include all
labour, material, overhead, duties, etc. GST will be paid as per govt norms.
4.13. The Tender shall be accompanied by Earnest Money Deposit of Rs.50,000/-
(Rupees fifty Rupees Only) per Bid in the form of Pay Order/Demand Draft in favor of
Union Bank of India, payable at Meerut. Tenders without Earnest Money shall be
summarily rejected.
4.14. The EMD shall not carry any interest and will be refunded to the unsuccessful firms
on completion of the process. Earnest money paid by the successful vendor may be
released by the Bank on submission of Bank guarantee as desired by the bank.
4.15. The Earnest money paid by vendor shall be forfeited by the Bank if vendor fails to
undertake the job.
4.16. BANK GUARANTEE: The successful Vendor shall provide a Bank Guarantee of
Rs.2,00,000/- (Rupees Two Lacs Only) initially for a period of eighteen months. If the
contract with the vendor is renewed after completion of initial contract, Fresh Bank
Guarantee for further contract for duration of Contract period plus Six months is to
be submitted by the vendor to this office. Bank guarantee will be released after six
months of termination of the contract.
4.17. All Tenders in which any of the prescribed conditions are not fulfilled or
incomplete in any respect are liable to be rejected.
4.18. This Tender Notice shall form part of the contract documents.
4.19. The rates will be freezed for contract period, however fresh price quotations may
be called from the empanelled vendors as per bank’s discretion. After satisfactorily
completion of the contract if both parties are willing to continue the contract at the
existing terms and conditions and same rates, Rate contract may be extended to another
Page 7
one year. However extension of contract period will not exceed the maximum of 3 years
from the date of original contract.
4.20. If the central office or any higher office of Union Bank of India conducts Pan
India Rate contract, Regional office Meerut will have the right to cancel this Rate
contract. In such case notice of one month will be served to the firm for termination
of Rate contract and no other claims will be entertained.
4.21. The Bank reserves the right to accept / reject the lower or any or all tender
received without assigning any reasons thereof.
5. ELIGIBILITY CRITERIA FOR SHORT-LISTING:-
5.1. OEMs can quote through their authorized business partners. Bidder need to furnish the authorization letter from Original Equipment Manufacturer for the proposed battery make. However, only OEM or the authorized business partner can submit offers under the RFP and not both. However OEM has to provide confirmation letter that service and support will be taken care by OEM only after expiry of warranty period.
5.2. For better rate comparison and durability of batteries, batteries of Exide and Amaron should only be quoted. Batteries of other make will be considered only if the vendor is ready to provide at least 3 years of Warranty.
5.3. Good after sales service network within Meerut Region:- The Firm should have at least
one of its own offices/service centre in one of the 10 districts of Meerut Region. The
vendor should have at least one of its working offices with landline connection and email
facility in Meerut Region and the office should be manned during working hours. If the
firm does not have any office/Service centre in Meerut Region, It should start one
office/Service centre in Meerut Region before finalization of Contract. The firm should
have sufficient Technicians (at least 5 Technicians) spread over the Region operating
preferably from Ghaziabad, Meerut, Saharanpur, Muzzaffarnagar and Bijnor Distts. In
case the vendor does not have technician in the above mentioned districts, the Vendor
will deploy the Technicians within one month of the signing of contract.
5.4. Good Product quality and Robustness:- All Products should be ISO certified i.e. ISO 9001:2008 14001:2004.
5.5. The vendor should be empanelled in at least 2 public sector banks for more than 3 years and should have at least 2 working contracts in Public sector banks.
5.6. The vendor should have at least 5 years of working experience in the Sales and services of batteries. (Attested copies or original Work orders will be accepted as proof and Attested copies of certificate of incorporation to be submitted)
5.7. The vendor should be in operational profit for the past three years.
Page 8
5.8. Firms should have Income Tax PAN, TIN No (Attested copies of pan card, TIN No and
latest Income tax return to be submitted)
5.9. Firms should have Registration under Shops & Establishments Act under Uttar Pradesh or
Delhi state. (Attested copy of certificate to be submitted)
5.10. Firms shall not be owned or controlled by any director or officer/employee of the
bank or their relatives having the same meaning as assigned under section 6 of the
Companies Act 1956. (A certificate denying the ownership of
Agency/Firm/Manufacturer/ Dealer by any director or officer/employee of the bank or
their relatives having the same meaning as assigned under section 6 of the Companies
Act 1956 issued by the CEO or Director of the Firm to be submitted along with the
tender).
5.11. Firms should submit an undertaking (on their letter head) that they have not been
black listed by any of the Govt. Authority or PSUs/PSBs duly signed by authorized
signatory with company seal. If at any later stage it comes to the notice of Bank that the
firm is blacklisted by any of the Govt. Authority or PSUs/PSBs, the contract with the firm
will be terminated and the Bank Guarantee of the same will be invoked.
5.12. Firms should have registration no for payment of Goods and service tax (GST).
5.13. Vendors applying for empanelment of Firms shall submit Feedback Performa as per
Annexure V, duly signed by IT department head or equivalent from at least two PSU
banks/government organizations. Bank reserves all rights to reject the bid, if two
feedback forms are not submitted along with the bid or adverse feedback is received.
5.14. CRITERIA FOR PREQUALIFICATION
Firms will self access themselves as per Annexure IV of this document. Supporting documents in respect for each point of Pre qualification table should be submitted along with Tender document. PSAs/Firms, which score more than 80 points, will only be considered for Technical evaluation. Criteria mentioned above are just minimum requirement. The Bank at its discretion may upgrade or downgrade the criteria if the number of bidders qualifying Technical bids is more or less respectively. No complaint on this account will be entertained under any circumstances.
6. EARNEST MONEY DEPOSIT
Earnest Money Deposit of Rs. 50,000/- (Rupees fifty thousand only) per bid, in the form
of a demand draft/pay order issued by a scheduled commercial bank favouring Union
Bank of India, payable at Meerut must be submitted along with the Offer. Offers not
accompanied with Earnest Money Deposit and tender cost will not be accepted. Bank
Guarantee in lieu of Earnest Money Deposit will not be accepted. No interest will be
Page 9
payable on the Earnest Money Deposit. The Earnest Money Deposit will be refunded to
the unsuccessful Vendors. The Earnest money paid by the successful Vendors will be
released only after finalization of Rate contract and submission of Bank guarantee as per
para 6. This EMD amount will be forfeited if the vendor:-
6.1. Withdraws its bid during bid validity period.
6.2. Refuses to honor commercial bid. Bank reserves the right to place order onto vendor
based on prices quoted by them.
6.3. Refuses to accept purchase order or having accepted the purchase order, fails to carry
out his obligations mentioned therein.
6.4. Refuses to submit bank guarantee on finalization of rate contract.
7. PERFORMANCE BANK GUARANTEE
7.1. Before entering into an agreement the selected vendors should submit a Bank
Guarantee of Rs. 2,00,000/- (Rupees Two lacs only) to Meerut regional office valid for a
period of eighteen months from the date of Rate contract, issued by a scheduled
commercial bank other than Union Bank of India favoring Union Bank of India, payable at
Meerut. The selected vendor has to submit a fresh Bank Guarantee to the bank, if the
contract is revised for further duration. In any case the duration of Bank Guarantee will
be duration of contract plus six months. Purchaser will have the right to make good the
loss arising due to Vendor by invoking the bank Guarantee given by the bidder.
7.2. In case any Regional office of the bank sub divides into two Regions the firms may enter
into contract with new Regional office of the bank after submission of separate bank
guarantees in the existing terms and conditions. In such case if one Vendor does not
submit bank guarantee for a period of subsequent duration within the time given by
bank their share of contract will be justifiably divided among other vendors.
8. TERMS OF IMPLEMENTATION
8.1. The vendor shall complete the installation/work within 3 days from the date of the
Purchase order at the branches/offices after receipt of order letter either by
mail/Email; else the terms of Liquidated Damages (LD) will be applicable.
8.2. The vendor shall provide service support as and when required during the warranty
period, if required by the Bank. Any defect reported should be attended within 24 Hours
from the lodging of Complaint and is to be rectified within a maximum period of 3 days
from the date of lodging of complaint. In case the complaint is not being rectified within
Page 10
3 days, substitute will be installed by the vendor (free of cost) for smooth functioning of
branch.
8.3. In case the vendor does not comply to para 8.1 and para 8.2, penalty as per para 10 i.e.
Point No. 10.1, 10.2 and 10.3 shall be levied on the vendor. Bank reserves all rights to
get the imposed penalty by deducting from bills or by adjusting it from the Bank
Guarantee.
9. Payment Terms
The terms of payments for UPS batteries will be as follows:
9.1 Work order means any work order placed by Regional office or branch/office
under Meerut Region and issued by competent authority.
9.2 Payment will be released by the respective branch after successful installation of
the batteries and handover of the warranty card of the batteries within 15 days from
the date of Installation.
9.3 No Advance payment will be paid against any purchase order.
9.4 Bidder has to show the bifurcation/details of GST (CGST/SGST/IGST) in every
invoice.
9.5 In case of batteries purchased/ replaced for Offsite ATMs (ATMs which are far
from the branch premises), the payment will be released by the linked branch
against delivery challans duly signed by the bank officials and handover of the
warranty cards for batteries.
10. PENALTY FOR LACK OF SERVICE SUPPORT:
10.1. Bank expects proper service support during warranty and post warranty period. The
complaint should be attended within 24 hours of raising the complaint. In case the
complaint is not attended within prescribed time, a penalty of minimum Rs. 500.00 per
day subject to maximum penalty of 10% of the work order.
10.2. Any complaint raised during Warranty period should be rectified within, 72 hours, or
the vendor shall be responsible to provide standby batteries for uninterrupted services
of the branch. In case the services of our branch/office/ATM got hampered due to non
rectification of defects within given time frame, a penalty of Rupees 3000.00 per day
will be charged for next 4 days. In case the vendor is not able to rectify the defect
within 7 days, Vendor shall be de-empanelled from Meerut Region and the complete
work will be assigned to the other vendor/s.
Page 11
10.3. Bank guarantee of the de empanelled vendor shall be released only after submission
of loss amount to the bank due to faulty services and penalty imposed by the bank.
10.4. Email will be considered as valid means to report installation/ complaint.
11. SUBMISSION OF BIDS
For the purpose of the present job, a two-stage bidding process will be followed. The
response to the present tender will be submitted in two parts as follows:-
11.1. Technical Bid:- Technical bid containing all specifications, all asked annexures and
only required documents in support of annexures should be submitted in a sealed
envelope. Technical bid should not contain any price information and should be sealed in
a closed envelope and should be super scribed with ‘Technical Bid for Batteries- Meerut
Region’.
11.2. The Technical Bid Offer (TO) should be complete in all respects and contains all
information asked for in this document. It should not contain any price information.
The Technical Bid Offer should comprise of the following:
11.2.1. Letter of Undertaking/Covering letter on the prescribed format
Annexure I 11.2.2. DD/Pay Order for Rs.2000.00/-i.e., Cost of RFP Forms. 11.2.3. Earnest Money Deposit of Rs. 2,00,000/- 11.2.4. And all other supporting documents in respect of Prequalification
criteria Annexure IV 11.2.5. Annexure II to Annexure V with all supporting documents. 11.2.6. Acceptance of Terms and Conditions as per Annexure-I. 11.2.7. Contact details of OEM and dealer as per Annexure -III 11.2.8. Dealership letter on letter head 11.2.9. Product Brochures, leaflets, manuals etc. (To be filed separately.) 11.2.10. An undertaking (on their letter head) that they have not been black
listed by any of the Govt. Authority or PSUs.
11.3. Commercial Bid:-Price Bid should be submitted in a separate sealed envelope as per
standard format only. Format for submission of price bids should be as per Annexure VII
only. The envelope containing commercial information will be opened after evaluation
of technical bids only and thus should be in a separate envelope. The envelope should be
super scribed with ‘commercial bid for batteries- Meerut Region’. Commercial bids will
be opened only for bidders, who qualify all criteria as per this tender document and will
be empanelled in Meerut Region for supply and installation of Batteries. Separate
intimation will be sent to empanelled vendors through email id only. Bidders are
Page 12
required to write email id along with phone number on top of commercial bid too. Price
bids should be submitted as follows:-
11.3.1. The prices quoted should be only in Indian rupees.
11.3.2. The commercial offer for battery shall be on a fixed price basis.
11.3.3. The prices should be exclusive of GST only. All other charges towards
freight, forwarding, delivery, installation, transit insurance charges should be
inclusive in price quoted.
11.3.4. The price must include buyback price of SMF and Tubular battery
11.3.5. The vendors should quote prices strictly as per the price composition
stated above failing which the offers are likely to be rejected.
11.4. Both envelop of Technical bid and commercial bid should be kept in a Sealed cover
duly super scribed "Techno-commercial offer for batteries- under Meerut Region”.
Following information should be super scribed on top of main envelope.
Name of Firm/company
Name of contact person
Telephone numbers
Valid Email id
Details of DD for Tender money
Details of DD for EMD
11.5. Tenders which are not in sealed covers will not be accepted.
11.6. The bid shall contain no erasures or over writing except as necessary to correct
errors made by the bidder, in which case such corrections shall be authorized by the
person or persons signing the bid. The bidder should quote the price for each item
required by Bank. In case of any overwriting in Commercial bid, Union Bank of India has
all the rights to reject the Bid. Complete bid along with all the required proofs should be
handed over in sealed cover, as mentioned to :-
The Regional Head
Union Bank of India, Regional Office,
Opposite GIC, Near Begum Bridge,
Meerut- 250 001
12. EVALUATION PROCESS
Offers (Tenders) will be evaluated in the following stages:
12.1. Stage I
Page 13
Opening of all received applications by Tender opening committee as per date mentioned in this document in front of Bidders/Representatives of bidders.
12.2. Stage II
Incomplete Offers, i.e., offers not accompanied with EMD and Tender cost shall be rejected.
12.3. Stage III
Offers will be evaluated against the stipulated minimum eligibility criteria as per this tender document and will be based purely on valid proof documents submitted by the bidders. Offers not complying with the eligibility criteria will be rejected. 12.4. Stage IV
Short-listing of firms based on proof documents submitted and satisfactory feedback from reference sites.
12.5. Stage V Issue of Empanelment letters to all successful firms up to this stage. 12.6. Stage VI Issue of invitation letters for opening of price bids. The price bids will be opened in presence of bidders/ authorized representatives. 12.7. Stage VII
Splitting of tender among L1 and L2 vendor in a ration of 60:40, if L2 vendor is willing to
accept L1 rates. In case L2 vendor is not willing to accept the offer, the offer shall be
given subsequently to other vendors willing to work at same rate, terms and conditions
(As per the point 3 of Tender Splitting).
13. EVALUATION CRITERIA
13.1. TECHNICAL BIDS (OFFERS):-
13.1.1. The Technical offer (TO) should be complete in all respects and contain
all information asked for in this document. It should not contain any price
information. However TO should confirm that all required rates have been
quoted in Commercial Offer (CO), without showing the actual amounts in the TO.
Page 14
13.1.2. The TO must be submitted in an organized, numbered and structured
manner (spiral binding will be appreciated). No brochures/leaflets etc. should be
submitted in loose form. All the documents/certificates should be arranged as
per List of Enclosures.
13.1.3. Bank reserves the right to reject an offer under any of the following
circumstances:
13.1.3.1. Document/RFP cost Rs 2000/- per system is not submitted.
13.1.3.2. Bid security (EMD) as applicable is not submitted.
13.1.3.3. Offer is incomplete and/or not accompanied by all stipulated
documents.
13.1.3.4. Offer is not in conformity with the terms and conditions stipulated in
this document.
13.1.3.5. Specifications stipulated in RFP are not met with. However, deviations
resulting in higher/superior configuration will be accepted.
13.1.3.6. Commercial Offer is not submitted separately along with Technical
Offer.
13.1.3.7. Commercial Offer format differs from actual Commercial Offer format.
13.1.3.8. Or violates any terms and conditions in the RFP document.
13.1.3.9. Or If found that the information provided in the offer is bogus/False.
13.1.3.10. Acceptance of Terms and Conditions as per Annexure-I is not
submitted
13.1.3.11. Declaration that the Firm is not blacklisted by any Govt. Authority
or PSUs/PSBs duly signed by authorized signatory with company seal is not
submitted.
13.1.4. The bid shall be typed or written in indelible ink and shall be signed by
the Bidder or a person duly authorized to bind the bidder to the contract. The
authorization shall be indicated by written power of attorney to participate in
the tender. Bids signed by representatives who don’t have written power of
attorney to participate in the tender shall be rejected. All pages of the bid
including un-amended printed literature shall be initialed by the person or
persons signing the Bid.
13.1.5. Attested Photocopies of relevant documents / certificates as proof in
support of various information submitted in aforesaid annexure and other claims
made by the vendor. (To be filed separately in a separate file.) .
13.1.6. If required, normalization of TCO would be undertaken on the basis of
technical evaluation, before opening the Commercial Offers.
Page 15
13.1.7. If number of vendors qualifying Technical criteria is less than 3, Bank
reserves all rights to dilute the terms and conditions as per decision of the
committee.
13.1.8. Bank reserves all rights to visit local office/support centre in Meerut
Region. If the firm does not have any office/support centre as per Qualification
criteria, the vendor shall be disqualified in Technical evaluation.
13.2. COMMERCIAL BIDS: Commercial bids of only technically qualified short listed
bidders will be opened. Bank’s evaluation of the commercial bids will take into account
the status of compliance of terms and conditions. No submissions for erasures or
alteration will be entertained. However, if a bidder submits two bids the lowest quoted
bid accompanied by document fee and EMD will be considered and the EMD of both bids
will be released after finalization of Rate contract.
13.2.1. The bank is working on usage of batteries for UPS supply to provide
uninterrupted supply to the branches. Old batteries installed in branches will be
replaced with new batteries for branches already equipped with batteries, thus
quoting of buyback rates is mandatory in commercial bids. If buyback rates will
not be quoted by the bidders, the bid shall be summarily rejected.
13.2.2. Providing uninterrupted supply to the Bank is the top most priority to
maintain business and reputation of the bank, thus the bank is more focused on
quality of batteries. Batteries with extended life will be preferred and thus bank
will give priority to bidders who quote more warranty period. Warranty period
will be the most important factor in deciding L1 vendor.
13.2.3. Considering low maintenance of Sealed maintenance free (SMF) batteries,
new procurement will be done for SMF batteries only, however old batteries
installed in branches (all types) can be given under buy back as per rates quoted
by the bidder.
13.2.4. Batteries of Exide and Amaron will be preferred over other batteries,
however if the vendor is ready to offer battery of any other make with at least 3
years of warranty period and can provide good service support in Meerut Region,
the bid will be considered.
13.2.5. Vendor will be liable to accept the order, if bank is willing to sell old
batteries only (as per buy back rates). It is not mandatory that buyback will be
accompanied with purchase of new batteries.
14 DETERMINATION OF L1 BIDDER AND AWARDING OF CONTRACT:
Page 16
Final calculation for award of contract and determination of L1 and L2 will be done based on
three factors
14.1. Rate of new batteries.
14.2. Buy back of Old batteries.
14.3. Warranty period offered.
Formula for calculation of lowest rates is given in Commercial bid.
15 VALIDITY OF RATE CONTRACT
Rate contract for supply and installation of batteries will be for the period of one year from
the date of Rate Contract. However after satisfactorily completion of the Rate contract if
both parties are willing to continue the contract in the existing terms and conditions and
same rates, Rate contract for supply and installation of new equipments may be extended to
another one year. However extension of contract period will not exceed the maximum of 3
years from the date of original contract. Bank reserves all rights to ask for price bids from
all empanelled vendors after completion of contract period.
16 ORDER CANCELLATION
16.1. If the vendor fails to deliver and/or install the equipment within given time frame or
the extended date communicated by the Bank, it will be a breach of contract.
16.2. The Bank reserves all rights to cancel the order in the event of delay in delivery/
installation / commissioning of equipment.
16.3. Purchaser will have the right to cancel the Rate contract issuing one month notice
without giving any reason for such cancellation.
17 PATENTS RIGHTS
17.1. The supplier shall indemnify the purchaser against all third party claims of
infringement of patent, trademark or industrial design rights arising from use of the
Goods, or any part thereof in India.
17.2. The supplier shall, at their own expense, defend and indemnify the Bank against all
third party claims or infringement of intellectual Property Right, including Patent,
trademark, copyright, trade secret or industrial design rights arising from use of the
products or any part thereof in India or abroad.
Page 17
17.3. The supplier shall expeditiously extinguish any such claims and shall have full rights to
defend it there from. If the Bank is required to pay compensation to a third party
resulting from such infringement, the supplier shall be fully responsible for, including
all expenses and court and legal fees.
17.4. The Bank will give notice to the Supplier of any such claim without delay, provide
reasonable assistance to the Supplier in disposing of the claim, and shall at no time
admit to any liability for or express any intent to settle the claim.
17.5. The Supplier shall grant to the bank a fully paid-up, irrevocable, non-exclusive license
throughout the territory of India or abroad to access, replicate and use software (and
other software items) if any, provided by the supplier, including-all inventions,
designs and marks embodied therein in perpetuity.
18 DELAYS IN THE SUPPLIER’S PERFORMANCE:
Delivery of the goods and performance of the Services shall be made by the supplier in
accordance with the time schedule specified by purchaser. Any delay in performing the
obligation by the supplier will result in imposition of liquidated damages and/or termination
of rate contract for default.
19 TERMINATION FOR DEFAULT:
19.1 The Bank, without prejudice to any other remedy for breach of Contract, by written
notice of default sent to the Bidder, may terminate this contract in whole or in part,
if the Bidder fails to perform any obligation(s) under the Contract.
19.2 In the event of the Bank terminating the Contract in whole or in part, the Bank may
procure, upon such terms and in such manner, as it deems appropriate, services
similar to those undelivered, and the Bidder shall be liable to the Bank for any excess
costs for such similar services.
19.3 The Bank may at any time terminate the Contract by giving written notice to the
Bidder, if the Bidder becomes bankrupt or otherwise insolvent. In this event,
termination will be without compensation to the Bidder.
20 LIABILITY:
Vendor’s aggregate liability under the contract shall apply to third party claims for bodily
injury/electric shock (including death) and damage to real property (due to malfunction of
Page 18
equipment) and tangible personal property caused by vendor’s gross negligence/lapse or due
to below standard equipments used by vendor. Vendor shall be liable for any indirect,
consequential, or special damages due to malfunction of the security equipments under the
agreement/purchase order.
21 FORCE MAJEURE:
Notwithstanding the above provisions, the Successful bidder shall not be liable for penalty or
termination for default if and to the extent that it's delay in performance or other failure to
perform its obligations under the contract is the result of an event of Force Majeure. For
purposes of this clause, "Force Majeure" means an event beyond the control of the Bidder
and not involving the Bidder's fault or negligence and not foreseeable. Such events may
include, but are not restricted to, wars or revolutions and epidemics. If a Force Majeure
situation arises, the Bidder shall promptly notify the Bank in writing of such condition and
the cause thereof. Unless otherwise directed by the Bank in writing, the Bidder shall
continue to perform its obligations under the contract as far as is reasonably practical, and
shall seek all reasonable alternative means of performance not prevented by the Force
Majeure event.
22 GOVERNING LAW AND DISPUTES:
21.1 The provisions of this tender shall always be subject to government notifications, any
rules/ guidelines that may be in force from time to time.
22.1 All disputes or differences whatsoever arising between the parties out of or in relation
to the construction, meaning and operation or effect of these tender documents or
breach thereof shall be settled amicably. However, if the parties are not able to solve
them amicably, the same shall be settled by arbitration in accordance with the
provisions of Arbitration and Conciliation Act 1996 or any statutory modifications or re-
enactments thereof and the rules made there under and for the time being in force,
shall apply to the arbitration proceedings. The arbitrator shall be appointed with the
mutual consent of both the parties. However there is a provision of appeal if either
party is not satisfied with the arbitration award.
22.2 During the arbitration proceedings the vendor shall continue to work under the contract
unless otherwise directed in writing by the bank or unless the matter is such that the
work cannot possibly be continued until the decision of the arbitrator is obtained.
22.3 The venue of the arbitration shall be Meerut.
Page 19
23 NO COMMITMENT TO ACCEPT LOWEST OR ANY TENDER:
The Bank shall be under no obligation to accept the lowest or any other offer received in
response to this notice and shall be entitled to reject any or all offers without assigning any
reasons whatsoever. The bank will have right to opt for any new technology optimum for the
banks usage.
24 PRE BID MEETING:
Pre bid meeting will be conducted at Regional office Meerut at 11:00 Hrs on 21.09.2018.
Bidders are required to attend the pre bid meeting for clarification of any doubts, if any
about the bidding process. In case of any unexpected interruption due to events beyond
control of the procurement committee, the process interrupted will be continued on the
subsequent working day at the scheduled time.
25 SIGNING OF CONTRACT:
25.1. If Union Bank of India decides, then the successful bidder(s) shall be required to enter
into a contract with the bank within 7 days of the award of the tender or within such
extended period as may be specified by Union Bank of India, Regional Office, Meerut
on the basis of the tender document, the tender of the successful bidder, the letter
of acceptance and such other terms and conditions as may be determined by the Bank
to be necessary for the due performance of the work in accordance with the Bid and
the acceptance thereof, with terms and conditions shall be contained in a
Memorandum of Understanding to be signed at the time of execution of the form of
contract. Bank shall have the option of terminating the contract during the contract
period by giving 1 month notice.
25.2. In the absence of any formal contract, the copy of PO, the RFP document and other
related documents will be treated as contract.
26 SECURITY DEPOSIT:
Bank Guarantee of Rupees 2 Lakhs will be kept with Regional office Meerut for the
duration of contract period plus 6 months, however before release of Bank guarantee,
the vendor has to submit a FD lien marked with Union bank of India for 10 % of amount
of total work orders for a period of 3 years from the installation of last work order. The
FD shall be released on completion of Warranty period.
Regional Head
Page 20
Annexure – I
LETTER OF UNDERTAKING ON COMPANY LETTER HEAD
To
The Regional Head,
Union Bank of India
Regional Office, Opposite GIC,
Begum bridge road, Meerut 250 001
Sub.: Bid for Procurement of Batteries (SMF) for UPS for the branches & Offices under the
jurisdiction of Regional Office Meerut.
1. I / We have read and understood the instructions appended in the tender document
and will abide by all terms and conditions mentioned.
2. I / We agree that the decision of Union Bank of India in selection of Vendors will be final
and binding to me / us.
3. All the information furnished by me hereunder is correct to the best of my knowledge
and belief.
4. I / We agree that I / we have no objection if enquiries are made about the work listed by
me / us in the accompanying sheets.
5. I / We agree that I / We have not applied in the name of sister concern for the subject
empanelment process.
6. We hereby undertake and agree to abide by all the terms and conditions stipulated by
the Bank in this RFP including all addendum, corrigendum etc. (Any deviation may result
in disqualification of bids).
7. Bank may accept or entrust the entire work to one vendor or divide the work to more
than one vendor without assigning any reason or giving any explanation whatsoever.
8. We agree to abide by service level agreement as per tender norms.
9. We hereby undertake that the equipment to be delivered to the Bank will be brand new
including all components is licensed and legally obtained.
10. We understand that the Bank is not bound to accept the offer either in part or in full and
that the Bank has right to reject the offer in full or in part without assigning any reasons
whatsoever.
Page 21
11. We hereby undertake and agree to abide by all the terms and conditions stipulated by
the Bank in this RFP including all addendum, corrigendum etc. (Any deviation may result
in disqualification of bids).
12. I / We declare that our firm M/S …..……………………………………………. have never been
blacklisted/ debarred by any of Government Authority or Public Sector Undertaking
(PSUs).
I / We fully understand that if any false information is detected at a later date, any
future contract made between ourselves and Union Bank of India, on the basis of the
information given by me / us can be treated as invalid by the Bank. I / We will be solely
responsible for the consequences and bank reserves all rights to seize my bank guarantee
worth Rupees 2 Lacs or EMD, whichever is applicable at that point of time.
Place : SIGNATURE
Date : NAME & DESIGNATION
SEAL OF ORGANISATION
Page 22
Annexure II
BIO – DATA OF VENDOR / FIRM
1. a) Name of the Firm :
b) Address :
c) Telephone Nos.
Office :
Residence :
Mobile :
Fax :
E-Mail ID :
2. a) Whether Proprietary/Partnership/ Pvt. Ltd. :
/ Public Ltd. (Certificate of Registration /
Partnership Deed to be enclosed)
b) Name of the Proprietor, Partners, Directors :
i)
ii)
c) Year of establishment :
d) Name and contact details of Authorized signatory (if any)
3. a) Registration with Tax authorities at Head Office Location
I. Income, Service-Tax (PAN, TAN) No. :
II. GST No. : :
III. TIN / VAT No. :
b) Registration with Tax Authorities in U.P. :
I. TIN/ VAT No.
II. GST No.
c) Address, Cel./Tel. Nos. of Service Support Offices/Branches in Meerut Region, and
Nos. of Employees, Name, Qualification, Designation, posted at each locations:
Sl No
Branch Location Under Regional Office Meerut only
Location of your support office/Tech staff
No. of maintenance Engr./ Tech. staff in the region
Telephone No. / Fax Number
Support Centre/Tech. Staff :
Own O
Authorised Service Center
A
Franchise F
1
2.
3.
Page 23
4.
4. Names of the Bankers with address & telephone numbers :
5. Furnish copies of Audited Balance Sheet & Profit & Loss A/C for the last 3 years i.e. 15-
16, 16-17 and 17-18 (as per point No.13 of Annexure II): Enclosed / Not enclosed
6. Empanelled with Govt. / Public Sector / Banks (Certificates of Registration to be
enclosed as Annexure-V)
Name of the Organization Year since empanelled
7. Give details if involved at present in litigation in similar type of contracts :
Sr.
No. Name of Project
Name of
Employer
Nature
of work
Work
Order
dated
Date of
completion
of work
Value
Rs.
8. Details of civil suit, if any, that arose during execution :
of contract in the past 10 years
9. Specify maximum value of single value project executed :
during the last three years
10. Name & relation, if any, with any staff member of :
Union Bank of India
11. Details of Total Work Executed during the last 5 years -
Type of Battery SMF
Year Order Date
Name of Organization Battery Rating
Location Quantity
Page 24
Type of Battery Tubular
Year Order Date
Name of Organization Battery Rating
Location Quantity
Note: Copies of Work Orders/Client Certificate, TDS certificate, satisfactory Completion
Certificate Clients for work mentioned in above table-11 should be enclosed.
12. Details of work, ON HAND (copies of Performance Certificate, Work Orders/ Client
Certificate, Banks (preferably), Govt., Semi-Govt. Bodies to be enclosed as Annexure-V).
Type of
work
Name of
Client
Contact
Numbers of
Officer with
Designation
for
Feedback
Natur
e of
work
(in
brief)
Location Value Rs.
Duration
of work,
stipulate
d time
Present
stage of
work
Page 25
13. Turnover in last 3 years: Rs.in lacs
Sr.
No. Year Turnover
Income Tax
paid Sales Tax paid VAT paid
Service Tax
paid
1
2
3
Note: Copies of Tax Returns & Assessment Orders for each year to be enclosed.
14. Authorization for sale and undertaking for signing SLA with the Bank from OEM (in case the Bidder is a channel partner / system integrator / franchisee) Name of OEM: Date of letter:
(enclose original copy of authorization letter from OEM of UPS BATTERYs offered)
15. Any other relevant information:
NOTE:
Without copies of documents, certificates of Registration, Performance Certificates,
Work-Orders, Details, Credentials, Supporting Documents, etc., duly stamped and
signed, your application is liable to be rejected without assigning any reason.
Details to be filled up in all columns.
Page 26
Annexure III
Format for Authorization letter for authorized dealer (On letter head of OEM)- Ref: Date:
To
The Regional Head,
Union Bank of India
Regional Office, Second floor,
opposite GIC, Begum bridge road,
Meerut 250 001.
Sub: Authorization to Supply OEM make Battery brand………………. Dear Sir/Madam, We hereby authorize M/s___________________________________ to quote our dealer M/s______________________, our UPS BATTERY rating ………………………………………………………………………(mention all categories applicable to this tender document, SMF) against the above mentioned tender as per mentioned in your tender as per warranty of …. years for SMF batteries. Through the installation would be done by partners, comprehensive warranty of …….. Years for SMF shall be provided by OEM if bidder fails to do so. The vendor owns the responsibility to make batteries operation at site as per bank’s requirement Signature (Authorized Signatory only) Date: Company Seal: Name:________________________________ Designation :__________________________ Mobile:________________________________ Landline:______________________________ Email:________________________________
Page 27
Annexure IV
PRE-QUALIFICATION CRITERIA: SELF-ASSESSED EVALUATION PARAMETERS & WEIGHTAGE MARKS.
Sr.
No. Evaluation Parameter Weightage
Self Rating
Marks
1. AVERAGE Turn Over in last 3 years (submit audited balance sheet of last 3
years)
i. Rs.5 crores and above 10
ii. Above Rs.2.00 crores but less than Rs.5 crores 7
iii. Less than Rs.2.00 crores 2
2. AVERAGE Net Profit in last 3 years (submit audited balance sheet of last 3
years)
i. Rs.0.50 crores and above 10
ii. Above Rs.0.20 crores but less than Rs 0.50 crores 7
iii. Less than Rs.0.20 crores 2
3. Nos. of years in sales and services of Batteries in (Centre/State) (Submit self
verified copy of work orders)
i. 10 years and above 10
ii. More than 5 years but less than 10 years 7
iii. Less than 5 years 2
4. Providing Services to PSU Banks in Uttar Pradesh (Submit self verified copy of
work orders)
i. Total tenure of 7 Years and above 10
ii. Total tenure of More than 3 years but less than 7 years 7
iii. Total tenure of Less than 3 years 2
5. Number of Work orders (more than Rs 40,000.00) from PSU banks in last 3 years
i. Above 50. 30
ii. More than 25 nos. but less than 50 nos. 24
iii. More than 10 nos. but less than 25 nos. 18
iv. Less than 10 12
6. Having sufficient number of technical staff for proper service support in Meerut
Region. (Enclose proof of Technicians and address proof of Support office)
i. More than 10 skilled technicians and support office in Meerut Region 10
ii. 5-10 skilled technicians and support office in Meerut Region 7
iii. Less than 5 skilled technicians and support office in Meerut Region 4
iv. No support office in Meerut Region 2
7. Average Rating awarded by clients as per Annexure V submitted by Clients. 10
8. ISO Certification
i. Yes 10
ii. No 5
TOTAL 100
Signature:
Name:
Date:
Page 28
Seal of Company:
Enclose: Provide authenticated proof along with documents, for all the above parameters. All documents should be duly signed & stamped. NOTE: Criteria mentioned above are just minimum requirement. The Bank at its discretion may upgrade/downgrade the criteria for prequalification. No complaint on this account will be entertained. Vendors scoring 80 marks & above may only be considered for pre-qualification. Vendors themselves have to fill in self-rating marks in the above table & Enclose Proof thereof. For Point No 7, Feedback performa as per Annexure V, signed by Departmental Head of IT department or equivalent from Client is to be submitted from at least 2 PSU Banks/Govt organisations. Average score rated by the Feedback will be considered valid in Prequalification performa. Feedback will be considered only as per performa given in Annexure V and no alterations/ modifications will be accepted in this format. If vendor fails to submit at least 2 Feedback performa’s, the vendor will get only ZERO marks in Point No 7.
Page 29
Annexure V
CLIENTS CERTIFICATE REGARDING PERFORMANCE OF CONTRACTOR (ONLY FROM PSU BANKS OR GOVERNMENT ORGANISATIONS)
Name and full Address of Client:- Name of Firm with name of work for which empanelment is sought: - Supply of Batteries only.
1. Name of Work with brief particulars in branches/Region/Zones.
2. Empanelled since (total number of years)
3. Period of Empanelment/Actual Period of Services Rendered.
4. Approximate Value of work order placed with the firm (Attach copy of work orders.
2015-16:- 2016-17:- 2017-18:-
5. Average time for completion of Job from the date of placement of work order.
6. Delay in completion of work if any (average)
7. Details of compensation levied for delay (indicate amount) if any
8. Name and Address of Authority under whom work executed.
9. Violation of Govt Laws if any
10.
Whether the staff deployed by the contractor are competent to complete the work.
11.
Were the Batteries installed by the vendor branded and durable. Any problems faced by the Client, please specify.
12.
Comments on capabilities of the Firm
a) Availability of skilled Technicians Outstanding/Very good/Good/ Satisfactory/ Poor
b) Support facilities in case of defects raised
Outstanding/Very good/Good/ Satisfactory/ Poor
c) Average response time Outstanding/Very good/Good/ Satisfactory/ Poor
d) General Behavior Outstanding/Very good/Good/ Satisfactory/ Poor
e) Quality of Work Outstanding/Very good/Good/ Satisfactory/ Poor
f) Financial Soundness Outstanding/Very good/Good/ Satisfactory/ Poor
Page 30
16.
Overall Rating of Firm on a score of 10**
Marks awarded by Reporting Officer are:- …………………………
** Rate the firm on a total score of 10 on different parameters including quality of work, response time, quality of material used etc. Note : All the columns should be filled up properly.
Signature of Reporting Officer* with Office Seal Details of Officer Name: Designation: Mobile No: Email Id:
*Reporting Officer should be Departmental Head looking after IT Department or equivalent.
Page 31
Annexure VI
FORMAT OF BANK GUARANTEE
To
The Regional Head,
Union Bank of India
Regional Office, Second floor,
opposite GIC, Begum bridge road,
Meerut 250 001.
Dear Sir,
1. In response to your invitation to respond to your RFP for Supply of _____ M/s
__________________ having their registered office at _____________ (hereinafter
called the ‘Vendor’) wish to respond to the said Request for Proposal (RFP) for self
and other associated vendors and submit the proposal for the supply, installation, of
hardware as per terms and conditions listed in the RFP document.
2. Whereas the ‘Vendor’ has submitted the proposal in response to RFP, we, the
____________ Bank having our head office ________________ hereby irrevocably
guarantee an amount of Rs.__________ (Rupees only) as
required to be submitted by the ‘Vendor’ as a condition for participation in the said
process of RFP.
3. The earnest money deposit for which this guarantee is given is liable to be enforced/
invoked:
4. If the Vendor does not fulfill requirements mentioned in RFP.
5. If the Vendor does not respond, as per the contract in accordance with the Terms and
Conditions of the RFP or the terms and conditions mutually agreed subsequently.
6. If the batteries (whichever is applicable) provided by the vendor is found to be sub
standard product or does not conform to specifications as mentioned in Technical bid
submitted by the vendor during empanelment process.
7. If the vendor doesn’t perform AMC task/defect rectification as mentioned in Union
bank of India Regional Office Meerut RFP RO:MEE: RCC:178: EMP: 2:2018-19 dt
01/09/2018
8. We undertake to pay immediately on demand to Union Bank of India, the said amount
of Rupees Two Lacs/Rupees One Lacs only (write whichever is applicable only)
without any reservation, protest, demur, or recourse. The said guarantee is liable to
be invoked/ enforced on the happening of the contingencies as mentioned above and
also in the RFP document and we shall pay the amount on any Demand made by Union
Bank of India which shall be conclusive and binding on us irrespective of any dispute
or difference raised by the vendor.
9. Notwithstanding anything contained herein:
10. Our liability under this Bank guarantee shall not exceed
Rs………………………………………………………………..
Page 32
11. This Bank guarantee will be valid up to 6 Years; and we are liable to pay the
guarantee amount or any part thereof under this Bank guarantee only upon service of
a written claim or demand by you on or before ________________.
12. In witness whereof the Bank, through the authorized officer has sets its hand and
stamp on this _______________ day of __________________ at _________________.
Date:
Signature of authorized signatory With Seal
Page 33
Annexure –VII Commercial Bid
Battery Make …………………
Sr.No Particulars of batteries
Brand & Make
12 V SMF Batteries only
65 AH 100 AH 120 AH
(a) (b) (c) (d) (e)
01 Model No
02. Rate offered
03. Warranty offered
04. Life Value = Rate offered*
4/Warranty offered
05$$ Consolidated Rate (addition of Life value for all three kind of
batteries) (for Row 4, addition of value at column c, d and e)
Bank will give priority to vendor giving more period of Warranty and thus considering the
average life of SMF battery to be 4 years, Life value shall be calculated by multiplying Rate
offered with 4 and dividing it by Warranty period offered. Life value shall be the main factor
for considering L1.
Buy back table
Sl No Battery
Specifications
Rate
offered
SMF
Batteries
Rate
offered
Tabular
Batteries
Sum
(C + D)
Weightage
Factor **
Final price
for
Calculation
(E * F)
(A) (B) (C) (D) (E) (F) (G)
01. 12 V, 65 AH 0.8
02. 12 V, 75 AH 0.5
03. 12 V, 100 AH 1.5
04. 12 V, 120 AH 1.5
05. 12 V, 130 AH 0.5
Page 34
06. 12 V, 150 AH 1.0
07## Final Buy Back for Calculation as per Formula (Add column
G, Sl No 1 to 6)
** Weightage factor is included as per availability of old batteries in Bank. Availability of
Batteries for disposal are more for higher weightage factor in above table and vice versa.
Buy back rates quoted should be genuine and proportional as per other models.
Final Price for L1 calculation = Consolidated Rate (Value at 05$$) - Final Buy Back for
Calculation as per Formula (value at 07##)
Note:
1. Rates quoted above should include all charges including installation, supply, labour,
freight other taxes etc.
2. Rates quoted above shall be exclusive of GST. GST as per govt norms shall be paid
extra. If any vendor wants to quote price inclusive of GST charges, it should be
mentioned in the relevant column.
3. L1 comparison shall be done based on calculation given below and shall have
weightages of price offered, Warranty Period and buy back prices. No complaint in
this regard shall be entertained under any circumstances.