REQUEST FOR PROPOSAL (RFP) for Supply of Fire ...

60
REQUEST FOR PROPOSAL (RFP) for Supply of Fire Extinguishers at various Branches of India Post Payments Bank Limited Date: 21 st November, 2020 India Post Payments Bank

Transcript of REQUEST FOR PROPOSAL (RFP) for Supply of Fire ...

REQUEST FOR PROPOSAL (RFP)

for

Supply of Fire Extinguishers

at various Branches of

India Post Payments Bank Limited

Date: 21st November, 2020

India Post Payments Bank

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 2 of 60

Invitation for Request for Proposal (RFP)

India Post Payments Bank (IPPB) invites proposals from reputed manufacturers (OEM) /

Registered OEM dealers / distributers for Supply of Fire Extinguishers at various branches of IPPB

across India as per the details given in this RFP document.

This RFP may be downloaded by the bidders free of cost from the e-procure website

(www.eprocure.gov.in) or from IPPB website (www.ippbonline.com).

RFP Summary Sheet

Name of the company India Post Payments Bank Limited

Procurement Reference Number IPPB/PROC/FIREEXT/2020/02

Tender Cost Rs 5,000/- (Rs Five Thousand Only) (Non

Refundable)

Earnest Money Deposit (EMD) Rs. 75,000/- (Rupees Seventy Five Thousand

only) (Refundable)

Bank Account Details for NEFT/ RTGS of

EMD to IPPB Account:

Account No: 36071473569

IFSC Code: SBIN0000691

Bank: State Bank of India, New Delhi Main

Branch, Parliament Street, New Delhi.

Date of issue of the RFP Date: 21/11/2020 Time: 06:00 PM

Pre-bid meeting date Date: 30/11/2020 Time: 12.30 PM

Last date to seek clarification Date: 30/11/2020 Time: 12:30 PM

Date and Time for RFP submission / upload

of bids

Date: 14/12/2020 Time: 03:00 PM

Date and time for opening of Technical

offers

Date: 15/12/2020 Time: 03:00 PM

Date and Time for commercial bid

Opening

To be communicated later

Primary point of contact for RFP process

and technical queries

Name: Rishikesh Sharma

Designation: Manager (Operations)

Email: [email protected]

Contact: 011 – 2348 5756

Place of Pre-bid meeting / Place of Bid

Opening of Bids / Address for

Communication

India Post Payments Bank Ltd.

2nd Floor, Speed Post Centre Building

Bhai Veer Singh Marg, Gole Market

New Delhi – 110001.

The Bank reserves the right to change the schedule mentioned above or elsewhere mentioned

in the document, which will be communicated by placing the same as corrigendum on the

Central Public Procurement Portal (www.eprocure.gov.in) (hereon referred to as “CPP Portal”).

The copy of this document may be downloaded from the CPP Portal or IPPB website. All bids

must be accompanied by Tender Fees of Rs 5,000/- (Rs Five Thousand only) by way of NEFT /

Demand Draft and Earnest Money Deposit (EMD) of Rs. 75,000/- (Rupees Seventy-Five

Thousand Only) by way of NEFT/RTGS/ Bank Guarantee (BG) from Scheduled Commercial

Banks favoring “India Post Payments Bank Limited” payable at New Delhi. The EMD, if

submitted in Bank Guarantee form, should reach to above mentioned address of India Post

Payments Bank Ltd on or before 14/12/2020 03:00PM. This cover containing EMD in BG form

shall be opened along with online Technical Bids.

The Bank reserves the right to reject any or all offers without assigning any reason.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 3 of 60

Tender offers will be opened in the presence of the bidder’s representatives who choose to

attend the opening of the tender on the above-specified date, time and place. The

representative needs to carry an Authorization certificate from their competent personnel to

attend the meeting.

Technical Specifications, Terms and Conditions and various formats and pro forma for

submitting the tender offer are described in the tender document.

Common terms of reference / definition

Across the document the term

1) “Bank”, “Payments Bank”, “IPPB” refers to India Post Payments Bank.

2) “DoP” refers to Department of Post

3) “Bidder”, “Supplier”, “Vendor” refers to the applicants applying for this RFP and are

interested in Supply of Fire extinguishers to the Bank

4) “Document” refers to this RFP document

5) “Tender”, “Tender offer”, “offer”, “bid”, “response” refers to the bid submitted by the

bidder in response to the RFP.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 4 of 60

Contents

1. Introduction .................................................................................................................................... 6

2. Scope of work ................................................................................................................................ 6

3. Technical Specifications ............................................................................................................... 7

General Specification............................................................................................................... 7

Technical Specification & Compliance ................................................................................ 7

4. Offers ready stock / Subject to prior order ............................................................................... 9

5. Guarantee of Quality and Warranty of goods supplied ..................................................... 10

6. Details of various charges .......................................................................................................... 10

7. Price ................................................................................................................................................ 10

8. Payment ........................................................................................................................................ 11

9. Claims............................................................................................................................................. 11

10. Bidder Eligibility Criteria ............................................................................................................... 11

11. Bid Submission Process ................................................................................................................ 13

Language of the Bid ............................................................................................................... 13

Signature ................................................................................................................................... 13

RFP Submission .......................................................................................................................... 14

Documents to be submitted ................................................................................................. 15

11.4.1 Technical Bid ............................................................................................................................ 15

11.4.2 Commercial Bid ....................................................................................................................... 16

12. Bid Evaluation ............................................................................................................................... 16

Opening of RFP ........................................................................................................................ 16

Shortlisting of Bidders ............................................................................................................... 16

Commercial Bid Evaluation ................................................................................................... 17

13. Terms and Conditions ................................................................................................................. 17

Period of validity of bids ......................................................................................................... 17

Modifications and withdrawal of bids ................................................................................. 17

Clarification of bids ................................................................................................................. 17

Erasures or alterations ............................................................................................................. 17

Revised bids .............................................................................................................................. 18

Non-transferable offer ............................................................................................................ 18

Confidentiality .......................................................................................................................... 18

Cost and Currency .................................................................................................................. 18

Compliance to Terms and Conditions ................................................................................ 18

Applicable law and jurisdiction of court ............................................................................. 18

Penalty ....................................................................................................................................... 19

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 5 of 60

Earnest Money Deposit:.......................................................................................................... 19

Security Deposit / Performance Security ............................................................................ 19

Termination for Default ........................................................................................................... 20

14. Additional Terms and Conditions ............................................................................................. 20

15. Annexure ....................................................................................................................................... 29

Annexure – I - Conformity Letter ........................................................................................... 29

Annexure II – Eligibility Criteria Compliance ....................................................................... 30

Annexure III – Bidder Details .................................................................................................. 32

Annexure IV – Bidder Response Cover Letter .................................................................... 35

Annexure V – Manufacturer Authorization Form ............................................................... 36

Annexure VI – Comments on Terms and Conditions, Services and Facilities .............. 37

Annexure VII – Query Format ................................................................................................ 38

Annexure VIII – Past Experience ............................................................................................ 39

Annexure IX – Self-Declaration .............................................................................................. 40

Annexure X – Power of Attorney for signing of application ............................................ 41

Annexure XI – Bank Guarantee format for Earnest Money Deposit .............................. 43

Annexure XII – Bank Guarantee for Performance Guarantee ....................................... 45

Annexure XIII – Details of Product Offered ......................................................................... 47

Annexure XIV – Commercial Bid format ............................................................................. 50

Annexure XV – Details of Various Charges ......................................................................... 50

Annexure XVI – Branch Addresses ........................................................................................ 52

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 6 of 60

1. Introduction

India Post Payments Bank Limited (“IPPB”) is a company incorporated and registered

under Companies Act, 2013 and a payments banking company registered under

section 22 (1) of the Banking Regulation Act, 1949 duly licensed by Reserve Bank of

India. IPPB is engaged in conducting banking and payments business providing

services to retail and corporate customers. IPPB has its Registered Corporate Office at

Speed Post Centre, Bhai Veer Singh Marg, New Delhi – 110 001.

The bank has pan-India presence with around 650 regional branches housed in various

Post offices across India. The branches are mainly situated at the district place. The

bank is looking for reputed Fire extinguisher manufacturers (OEM) or their authorized

distributors/ dealers for supply of 679 No. of Fire extinguishers across its various

branches across India. The list of branches, detailed specifications and requirement

are mentioned in this tender document. Bid submission, queries and all other terms and

conditions are detailed in the following sections of this document. All communication

with regard to this proposal needs to be made in writing to the concerned officials.

2. Scope of work

Successful bidder would be required to Supply the Fire extinguishers complying to the

specifications as detailed in the subsequent section. They also have to submit the list of

various charges as asked under Annexure XV – Details of Various Charges .

The tentative locations of installation of Fire extinguishers are as follows –

Sr Zone Circle Name No of Locations Total Fire extinguisher required

1 East Assam 24 49

2 East Bihar 28 57

3 East Jharkhand 19 38

4 East North East 28 56

6 East West Bengal 25 51

7 North Delhi 2 4

8 North Haryana 16 32

9 North Himachal Pradesh 3 6

10 North Jammu & Kashmir 3 7

11 North Punjab 1 2

12 North Uttar Pradesh 50 100

14 South Andhra Pradesh 21 42

15 South Karnataka 15 30

16 South Kerala 10 20

17 South Tamil Nadu 21 42

18 South Telangana 14 28

19 West Chhattisgarh 12 24

20 West Gujarat 21 42

21 West Madhya Pradesh 6 13

22 West Maharashtra 18 36

TOTAL 337 679

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 7 of 60

These locations are spread across various states mostly in district headquarters. The

complete address of each branch and the requirement for each location is provided in

Annexure XVI – Branch Addresses

Escalation Matrix for Service Support: Bidder / OEM must provide Escalation Matrix of

Telephone Numbers for Service Support.

Dedicated / Toll Free Telephone No. for Service Support: Bidder / OEM must have

dedicated / toll free telephone no. for Service support.

Availability of Service Centres: Bidder / OEM to have a functional service centres at

majority of the states of the consignees.

3. Technical Specifications

General Specification

Two (2) Kg Fire Extinguishers for CLASS A, B, C and ELECTRICAL FIRES – Mono Ammonium

Phosphate (MAP 90) based

ABC (DCP) MAP-90 Stored Pressure Multipurpose (Including Electrically started Fire) Fire

Extinguisher 2Kg Capacity complete with Jet Spray Nozzle and wall mounted brackets

filled with ISI marked mono ammonium Phosphate powder approved and as per BIS

standard and CE certification. Extinguisher shall be as per IS 15683:2018, ISO 9001 & CE

certified. Extinguisher should have crack proof EPDM rubber hose pipe & should have

a metallic pin as a seal to protect any unintended usage / accidental discharge &

should not have to be refilled for 3 years (until actual use). Fire Extinguisher should have

magnetic pressure gauge to show the readiness of the extinguisher. The extinguisher

shall have 24 hours leakage test report and a certificate with the extinguisher serial

number mentioned on it.

S. No. Type of Fire Ext Quantity (No.)

1 2 Kg Dry Powder, Stored Pressure, ABC Type including

Electrically started fire. 679

Technical Specification & Compliance

Sr Specification Compliance

(YES / NO)

Document attached

as proof of compliance

1. The current and valid BIS certification IS 15683 :

2018 and all its amendments needs to be

submitted along with the offer.

2. Two (2) Kg Fire Extinguishers applicable for

CLASS A, B, C and ELECTRICAL FIRES

3. Dry Chemical powder used as extinguishing

agent should be Mono Ammonium Phosphate

(MAP) with more than 90% concentration

conforming to IS 14609:1999 and its

amendments thereof.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 8 of 60

Sr Specification Compliance

(YES / NO)

Document attached

as proof of compliance

4. Vessel used in the manufacturing should be

constructed using Deep Drawn Technology to

keep seamless area not less than 70% of the

cylinder.

5. Each vessel needs to be checked for tensile

strength upto 35 kgf/cm² and Manufacturer

has to submit Hydrostatic pressure testing

certificate for the same.

6. The extinguisher should be pressurized using

high grade Dry Nitrogen (N2) as per IS 1747

standard. OEM declaration & Certificate

should be submitted.

7. In-house Helium Leak Detection Testing is must

to ensure maintenance of Stored Pressure in

the cylinder over a period of 5 years and

provide certificate for the same.

8. There should be a Tamper - proof plastic safety

seal (User friendly) & a metal pin.

9. The extinguisher should have a grip integrated

with a cap over the valve housing. The grip &

the cap should be constructed of “Glass filled

Nylon”.

10. Fire Rating as IS: 15683, for class A: 3A and class

B: 34 B needs to be provided for the

extinguisher. Any higher rating if provided will

be acceptable by the bank

11. The firm should submit the product

performance test report from NABL

accredited Lab.

12. The extinguisher must have a magnetic

Pressure Gauge to enable the checking of

pressure gauge’s correct working without

dismantling or opening the cylinder.

13. UGTS (unique Gauge Test System) Pressure

Gauge with inbuilt NRV (Non return Valve) and

Safety release provision CE mark

14. Gross Weight must not exceed 3.8 Kg & Empty

Weight shall upto 1.8 Kg.

15. Maximum Height of the can must be 344 MM

& Diameter upto 108 MM

16. Discharge time should not less than 08

Seconds

17. The extinguisher must have controllable

discharge mechanism to provide flexibility of

releasing extinguishing agent on targeted fire

location.

18. If Hose is provided than it should be High

Quality EPDM (Ethylene Propylene Diene

Monomer) flame retardant rubber hose

19. Minimum effective range should be 2 meters.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 9 of 60

Sr Specification Compliance

(YES / NO)

Document attached

as proof of compliance

20. Can Construction: Deep drawn &MIG CO₂

welded. Welding Procedure approved by TPI

with 6 G certification

21. Internal Coating of Can: Epoxy Powder

coating.

22. External Coating of Can: Epoxy Polyester

Powder coating.

23. Sheet metal thickness should not less than:

1.60MM.

24. 03 Years Warranty and a sample of the

warranty card with terms and conditions to be

submitted. Bidder may offer more warranty for

their product.

25. Availability of spare parts of supplied goods in

India for next 10 Years.

26. Serial no. and date of manufacturing should

be embossed on the body of the fire

extinguisher.

27. Valve Construction: Forging and Machining.

28. BIS and CE Certification under PED (Pressure

Equipment Directive)

29. Wall Mounting hook / Mounting Bracket to be

provided

a) These are the minimum specifications which the bidder should comply to. The

bidders may offer product of higher specifications though the L1 bidder will be

decided based on these minimum specifications only.

b) Bidder need to submit the product brochure of the offered product.

c) All the certifications of the offered product must be submitted.

d) List of all the spare parts of the offered product must be submitted.

4. Offers ready stock / Subject to prior order

a) Offers from ready stock are preferred. In case the supply is subject to prior

orders, the Tenderer shall ensure that ordered quantity are supplied within

stipulated time of 21 days from date of order placement irrespective of

location of supply. The Tenderer shall note that in case tenderer fails to supply

within the period of delivery indicated in the said tender, penalty at the rate of

1% of value of the order, per week of delay subject to maximum of 20% of the

order value will be levied.

b) The successful Tenderer shall, within 5 days from the date of receipt of

communication of acceptance of quotes from Bank shall intimate his

acceptance of the order. This shall be included in 21 days and no extra time

will be given for acceptance of order. The successful Tenderer shall complete

supplies strictly as per the accepted delivery period.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 10 of 60

5. Guarantee of Quality and Warranty of goods supplied

a) The products offered shall confirm to the specifications as given in tender/order and

shall have a minimum Three-year warranty from the date of installation.

b) During the warranty period of all the products, the vendor shall be in a position to

provide necessary replacements of the equipment or parts of the equipment as well

as timely support to IPPB through qualified manpower.

c) The vendor shall be able to provide maintenance of all the products and support

thereof after expiry of warranty period through an Annual Maintenance Contract as

per the terms and conditions agreed between the vendor and IPPB.

d) Successful bidder will have to ensure that adequate number of dedicated technical

service personals / engineers are designated / deployed for attending to the Service

requests in a time bound manner and for ensuring Timely Servicing / rectification of

defects during warranty period, as per Service level agreement.

e) The Tenderer has the right to offer warranty more than the period of warranty offered

by manufacturer of the product.

f) OEM shall ensure & submit an undertaking for the availability of spare parts of supplied

goods in India for next 6 Years.

6. Details of various charges

Bidder to compulsorily quote the various charges in this Annexure. This is NOT part of

the Commercial Bid and will form part of the Technical Bid. Bank will be at its discretion

to avail the services at these rates from the vendor in future date and as and when

required. The rates to be valid for a period of 1 Year from the date supply of the fire

extinguisher.

The charges related to

1)Spares parts of the offered product including hose, pressure gauge, squeeze grip.

2)Refilling Charges of the offered product.

3)AMC charges of the offered product with 1 Annual visit.

In annual maintenance, the vendor shall do maintenance/ servicing of Fire

extinguishers on yearly basis.

The vendor should ensure that any fire extinguisher reported faulty/ empty is repaired/

refilled within 48 hours of reporting the complaint and in no case, later than 3 working

days of the bank.

7. Price

The total price quoted should be inclusive of all costs, charges and expenses for supply,

of Fire extinguishers at various branches across India. Price quoted shall also be

inclusive of applicable duties, levies and charges, local taxes etc. Applicable GST has

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 11 of 60

to be specified separately in the Price Offer format. No cost variation will be permitted

other than statutory dues (Upward revision of GST will be borne by the Bank and benefit

of downward revision of taxes shall be passed by the bidder to the Bank).

Separate Invoice for supply of extinguishers needs to be raised for each branch as per

order placed. The GST numbers of all the locations will be shared with the successful

bidder at the time of placement of order. The invoice will be settled centrally at

Corporate Office. Invoice shall be paid within 20 days of receipt of invoice completed

in all aspects supported with installation and commissioning certificate signed and

stamped by respective Branch Heads.

8. Payment

The payment will be made through NEFT / RTGS to the bank account of the tenderer

as mentioned in the bank mandate. The tenderer shall submit the documents which

shall clearly indicate that the Proper Installation and Commissioning of Equipment are

done and said document shall be duly acknowledged by the respective branch head.

9. Claims

a) If the material supplied are found to be of different make and / or model than those in

the accepted offer and are of specifications lower than those stipulated in the

accepted offer, Bank shall have the right to totally reject the goods and/or to prefer a

claim for compensation for the part of goods, which are rejected.

b) The supplier shall reimburse to Bank the actual expenditure incurred, on such goods,

within 15 (fifteen) days of its demand.

c) The supplier shall be responsible for arranging the rejected goods to be removed at

his/her cost from premises of Bank’s branch.

d) The supplier shall also compensate for losses, if any, sustained by Bank due to defective

packing and/or wrong marking of the goods.

10. Bidder Eligibility Criteria

To be considered for selection by the Bank, the bidders should meet the following

criteria:

Table 1: Eligibility Criteria:

S. No. Criteria Documents to be submitted

1 Bidder shall be manufacturer of Fire

Extinguishers or Manufacturer’s

authorized dealer / distributor.

Declaration in case of OEM and

Manufacturer’s Authorization

Certificate as per Annexure V –

Manufacturer Authorization

Form if authorized dealer /

distributor.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 12 of 60

S. No. Criteria Documents to be submitted

2 Bidder should have minimum Turnover

of Rs. 10 Lacs per annum in past three

years (2017-18, 2018-19 and 2019-20)

Certified and Audited Financial

Statements for the last three

financial years

In case the balance sheet is not

available for FY 2019-20, CA

certificate indicating the

turnover details to be provided

3 Past Experience –

a. The bidder/ OEM should have a

minimum 5-year experience in

Supply, installation and

maintenance of Fire extinguishers.

AND

b. Bidder/OEM must have undertaken

similar project of supply and

installation of at least one single

order of 500 Fire extinguishers from

April, 2017 onwards

OR

Bidder/OEM must have undertaken

similar projects of supply and

installation of at least two orders of

minimum 250 Fire extinguishers

each from April, 2017 onwards.

OR

Bidder/OEM must have undertaken

similar projects of supply and

installation of at least three orders

of minimum 200 Fire extinguishers

each from April, 2017 onwards

AND

Copies of relevant Purchase

Orders / completion certificates

issued by the respective buyer

organisations to be submitted.

Details to be provided as per

Annexure VIII – Past Experience

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 13 of 60

S. No. Criteria Documents to be submitted

c. Bidder/OEM must have previous

experience of supply, installation

and maintenance of Fire

extinguishers in Banking Industry for

at least 100 branches as on last

date of bid submission

4 The Applicant should not have been

blacklisted / barred / disqualified by

any regulator / statutory body in the

past 3 years

Self-Declaration (in Annexure IX

– Self-Declaration)

5 The bidder/ OEM must have

a. ISO 9001:2015 certification

b. BIS Approval (IS 15683:2018)

c. All NABL test certificates for fire

testing, Powder quality.

Copy of the all the relevant

and valid certificates to be

submitted.

6 OEM shall have in-house

manufacturing and testing facilities as

per BIS 15683-2018

Proof / Certification copies of

the same to be submitted.

7 Details of

a) Dedicated Toll Free number /

Contract Centre Details /

Service Support Details

b) Escalation Matrix

c) Details of State wise availability

of Service centre

All details to be submitted on

Bidders Letter head

11. Bid Submission Process

Language of the Bid

The Bid prepared by the Bidder, as well as all correspondence and documents relating

to the Bid exchanged by the Bidder and Bank shall be written in English language.

Signature

The documents must be signed with the Bidder’s name and by an Authorized Signatory

of the Bidder, who is authorized to commit the Bidder to contractual obligations. All

obligations committed by such signatories are liable to be fulfilled by the Bidders who

would be selected to carry out the supply as per the terms of this RFP.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 14 of 60

All the commitments, obligations and responses (all the pages) against this RFP must

be signed by the signatory of the Bidder and are enforceable through Agreement

which may be signed at the end of the bidding process.

RFP Submission

a. Bank will not accept delivery of Bid in any manner other than that specified in this

document. Bid delivered in any other manner shall be treated as defective, invalid

and rejected.

b. An authorized signatory of the Bidder shall initial all the pages of the original Bid.

The authorization shall be in the form of a written Power of Attorney (refer

Annexure X – Power of Attorney for signing of application) accompanying the Bid

or in any other form demonstrating that the signatory has been dully authorized to

sign.

c. The Bidders are required to submit soft copies of their Bids electronically on the

CPP Portal using valid Digital Signature Certificates. More information useful for

submitting online Bids on the CPP Portal may be obtained at

https://eprocure.gov.in/eprocure/app

d. Bidders are required to enroll on the e-procurement module of the CPP Portal (URL:

https://eprocure.gov.in/eprocure/app) by clicking on the link “Online Bidder

Enrolment”. Enrolment on the CPP Portal is free of charge.

e. As part of the enrolment process, the Bidders will be required to choose a unique

username and assign a password for their accounts.

f. Bidders are advised to register their valid email address and mobile numbers as

part of the registration process. These would be used for any communication from

the CPP Portal.

g. Upon enrolment, the Bidders will be required to register their valid Digital Signature

Certificate (DSC) (Class II or Class III Certificates with signing key usage) issued by

any Certifying Authority recognized by CCA India, with their profile. Only one valid

DSC should be registered by a Bidder. Please note that the Bidders are responsible

to ensure that they do not lend their DSCs to others which may lead to misuse.

h. Bidder will then log in to the site through the secured log-in by entering their user

ID/password and the password of the DSC/e-Token

i. The Bidders should upload the scanned copies of all relevant certificates,

documents etc. on https://eprocure.gov.in/eprocure/app in support of their RFP.

The Bidder should sign on all statements, documents etc. uploaded by them

owning responsibility for their authenticity. Bids must be submitted online by the

last date and time indicated in the “Invitation to Bid”.

j. Bidders are strongly advised not to wait till the last day for uploading and

submitting their bids.

k. Hard copy of all the above uploaded submission shall be submitted by the bidder

to addressed to Manager (Operations) at the address specified above, within due

date and time (14/12/ 2020, 03:00 PM). Technical bid and commercial bids should

be sealed in separate envelops and placed in one bigger envelop and sealed.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 15 of 60

This bigger envelop should be super-scribed with “<Vendor Name> RFP for Supply,

Installation, Maintenance of Fire Extinguishers at various branches of IPPB”.

In case of discrepancy between documents uploaded and hard copy submission,

documents uploaded on CPP Portal will be treated as final. Hard copy submissions,

for which digitally signed soft copy is not uploaded on CPP Portal, would summarily

be rejected.

l. Bidders are required to submit bids as per the format specified in this document.

Submission of the Bids in wrong format will result in the Bid being deemed non-

responsive.

m. Bidders are strongly advised not to wait till the last day for uploading and

submitting their bids.

The following officials shall be available for any assistance.

1) Mr. Rishikesh Sharma, Manager (Operations), [email protected]

The bids shall be submitted in two parts enclosed in two separate documents:

a. Technical Bid

b. Commercial Bid

All the pages of the proposal including annexures and documentary proofs should

be numbered and signed by the authorized signatory.

The proposal should be prepared in English in PDF format except the Price offer

which shall be in Excel Format.

Documents to be submitted

11.4.1 Technical Bid

Interested and eligible bidders may submit their proposal in the prescribed format

(enclosed here) with complete information. The proposal duly filled in, along with all

supporting document(s)/information should be submitted to the bank through the CPP

Portal.

a. Duly signed and stamped RFP document as token of acceptance of terms and

conditions of RFP.

b. Duly filled Annexure – I - Conformity Letter

c. Duly filled Annexure II – Eligibility Criteria Compliance along with supporting

documents

d. Duly filled Annexure III – Bidder Details

e. Duly filled covering letter per

f. Annexure IV – Bidder Response Cover Letter

g. Duly Filled Annexure V – Manufacturer Authorization Form

h. Comments on T&C if any from the bidder per Annexure VI – Comments on Terms

and Conditions, Services and Facilities

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 16 of 60

i. Duly Filled Annexure VIII – Past Experience along with supporting documents

j. Duly Filled self-declaration as per Annexure IX – Self-Declaration

k. Duly filled Annexure X – Power of Attorney for signing of application

l. If applicable, Annexure XI – Bank Guarantee format for Earnest Money Deposit

m. Duly Filled Annexure XIII – Details of Product Offered

11.4.2 Commercial Bid

The bidder shall submit the commercial bid as per the format given in Annexure XIV –

Commercial Bid format

The Commercial Offer should give all relevant price information as per Annexure XIV –

Commercial Bid format and should not contradict the Technical Bid document in any

manner.

12. Bid Evaluation

Opening of RFP

For bids received within the prescribed closing date and time, the Technical Bid will be

opened in the presence of bidders’ representatives who choose to attend the opening

of the offer on the date and time decided by the Bank as mentioned in this document;

any change shall be informed to bidders through Bank’s website/ e-mail to the

authorized representative. The representatives of bidders’ present shall sign a register

of attendance.

Only of the bidders, who have been deemed qualified in technical evaluation;

commercial bid will be opened on prospective dates which will be communicated to

qualified bidders.

Shortlisting of Bidders

For responses received within the prescribed closing date and time, the Bank will

scrutinize the offers received to determine whether they are complete and as per the

requirements, and also whether all the required documents, as asked for and is

required to evaluate the responses have been submitted, whether the documents

have been properly signed, etc.

The Bank may, at its discretion, waive any minor non-conformities or any minor

irregularity in the proposal. This shall be binding on all bidders and the Bank reserves the

right for such waivers.

Upon receipt of applications (RFP) the same shall be scrutinized and evaluated by the

Bank and the Bank will shortlist / select bidders as per requirement and the same shall

be communicated to the bidders. The Bank also reserves the right to accept or reject

any or all applications without assigning any reason whatsoever.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 17 of 60

During pre-qualification and evaluation of the proposals, Bank may, at its discretion,

ask respondents for clarifications on their proposal. The respondents are required to

respond within the time frame prescribed by IPPB.

Respondents are not permitted to modify, substitute or withdraw proposals after its

submission.

Commercial Bid Evaluation

The Commercial bids will be evaluated on the basis of the rates quoted by technically

qualified vendors.

The order will be awarded to vendor having overall lowest quote (total financial outgo)

for entire order .

13. Terms and Conditions

Period of validity of bids

The process of bid evaluation, approval and subsequent activities may be assumed to

take a reasonable amount of time. Therefore, the bids shall remain valid for 6 months

from the due date of submission of bids (from Due Date) as prescribed by the Bank for

acceptance. A bid valid for a shorter period shall be rejected by the Bank as non-

responsive.

A quotation once accepted, shall be valid for further period of 6 months from date of

acceptance of quotation / award of Purchase Order. Bank will be at liberty to place

order within this period 6 month for supply, installation and maintenance of Fire

Extinguishers as per specification specified in this document.

Modifications and withdrawal of bids

No bid can be modified by the bidder, subsequent to the closing date and time for

submission of bids.

Clarification of bids

A bidder requiring any clarification on this document may notify the bank in writing by

e-mail at the email address provided in the “RFP Summary Sheet”. Bidders shall send

the queries only in the prescribed format specified in Annexure VII – Query Format

mentioned in the document.

No requests for clarification will be accepted by telephone. Bank shall respond over

email or in writing and post online any request for clarification of the RFP document

that it receives until the date mentioned in RFP Summary Sheet. Any questions

submitted post the clarification submission date shall not be considered by the bank.

In no event will the bank be responsible for ensuring that bidder’s inquiries have been

received by the bank.

Erasures or alterations

The proposal/documents submitted by the bidder on the CPP portal would be

considered as the official/final submission by the bidder.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 18 of 60

The offers containing erasures or alterations will not be considered. There should be no

hand-written material, corrections or alterations in the offer. Technical details must be

completely filled. No columns of the tender should be left blank. Offers with insufficient

information and Offers which do not strictly comply with the stipulations given in this

document, are liable for rejection. Correct technical information of the product being

offered must be filled in. Filling in of the information using terms such as “OK”,

“accepted”, “noted” may not be acceptable. The bank may treat offers not adhering

to these guidelines as unacceptable.

Revised bids

If necessary, the bank reserves the right to call for revised technical or commercial bid

from all the eligible bidders for the selection.

Non-transferable offer

This tender document is not transferable. Only the party to whom it is issued is entitled

to submit the offer to the bank.

Confidentiality

The information given in this document is confidential and is for use by the bidder to

whom it has been issued. Each party, i.e. the Bank and the bidder, shall treat the other

party’s information as confidential and will take necessary steps to prevent the

disclosure of the other’s confidential information to third parties. Both the parties will

keep the contents of order/ Agreement confidential, including the price information.

Cost and Currency

The offer must be made in Indian Rupees only.

The Bidder shall bear all its costs associated with or relating to the preparation and

submission of its Bid including but not limited to preparation, copying, postage, delivery

fees, expenses associated with any demonstrations or presentations which may be

required by the Bank or any other costs incurred in connection with or relating to its Bid.

All such costs and expenses will remain with the Bidder and the Bank shall not be liable

in any manner whatsoever for the same or for any other costs or other expenses

incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct

or outcome of the Bidding Process.

Compliance to Terms and Conditions

It is essential that all the bidders should agree to all the above-mentioned terms and

conditions and they should submit one statement to that effect on the letterhead of

the bidder along with the technical bid as per Annexure – I - Conformity Letter;

otherwise the offer shall be rejected.

Applicable law and jurisdiction of court

This RFP shall be governed in accordance with the Laws of India for the time being in

force and will be subject to the exclusive jurisdiction of Courts at Delhi (with the

exclusion of all other Courts).

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 19 of 60

Penalty

Timely servicing/ rectification of defects during warranty period is expected. After

having been notified of the defects/ service requirement during warranty and AMC

periods, the supplier / service provider has to complete the required Service /

Rectification within 48 hours of reporting the complaint and in no case, later than 3

working days of the bank.

If the Seller/service provider fails to complete service / rectification within the defined

time limit, a penalty of 0.5% of Unit price of the product shall be charged as penalty for

each week of delay from the supplier / service provider. The Buyer shall have the right

to recover all such penalty amount from the Performance Security (PBG).

Cumulative penalty cannot exceed more than 10% of the total contract value after

which the Buyer shall have the right to get the service / rectification done from

alternate sources at the risk and cost of the Seller besides forfeiture of PBG. Seller shall

be liable to re-imburse the cost of such service/ rectification to the Buyer

Earnest Money Deposit:

The bidder shall furnish, as part of its Technical Bid, Earnest Money Deposit as mentioned

in the Invitation to Bid. The earnest money deposit shall be denominated in Indian

Rupees only. Any bid not secured in accordance with the above will be rejected by

the Bank as non-responsive.

The bidders who are claiming exemption under MSME Act are required to fill in the

details as in

The EMD may be forfeited:

1) If the bidder withdraws its bid during the period of bid validity specified by the bidder

OR

2) In case of the successful bidder, if the bidder fails:

a. To sign the contract

b. To furnish performance bank guarantee

Earnest Money Deposit of all bidders, except successful bidders, shall be refunded on

declaration of successful bidders by obtaining claim letter from the bidders. In case of

successful bidders, the same shall be refunded upon furnishing of the performance

bank guarantee.

EMD can be deposited either in form of NEFT/ RTGS or in form of Bank Guarantee as

per Annexure XI- (Format for BG in lieu of EMD)

Security Deposit / Performance Security

a) The successful bidder shall deposit an amount equal to 5% of the approved tender

cost within 2 weeks of conveying Bank’s intention for accepting the bid as Security

Deposit / Performance Security.

b) Security Deposit / Performance Security shall be submitted in the form of Direct

Remittance to IPPB’s account or in form of Bank Guarantee in favor of India Post

Payments Bank issued by a scheduled commercial Bank in the Performa provided in

Annexure XII – Bank Guarantee for Performance Guarantee of the bid document.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 20 of 60

c) Performance Security will be discharged after completion of contractor’s

performance obligations including the warranty periods under the contract, i.e., the

Performance Security will be retuned back to bidder after completion of warranty

period (i.e. completion of 5 years).

Termination for Default

The purchaser may, without prejudice to any other remedy for breach of contract, by

written notice of default sent to the Supplier, terminate the Contract in whole or part:

a) If the supplier fails to deliver any or all of the Goods within the period(s) specified

in the order, or within any extension thereof granted by the Purchaser; or

b) If the Supplier fails to perform any other obligation(s) under the Contract.

c) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract.

For the purpose of this Clause:

a) “Corrupt practice” means the offering, giving, receiving or soliciting of anything

of value to influence the action of a public official in the procurement process or

in contract execution.

b) “Fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or the execution of a contract to the detriment of Borrower,

and includes collusive practice among Tenderers (prior to or after bid submission)

designed to establish bid prices at artificial non-competitive levels and to deprive

the Borrower of the benefits of free and open competition”.

In the event the Purchaser terminates the Contract in whole or in part, the Purchaser

may procure, upon such terms and in such manner, as it deems appropriate, Goods or

Services similar to those undelivered, and the Supplier shall be liable to the Purchaser

for any excess costs for such Goods or Services. However, the Supplier shall continue

the performance of the contract to the extent not terminated.

14. Additional Terms and Conditions

Following additional terms and conditions shall apply to the evaluation process:

a) Bidder warranties - By submitting a Response, Bidder represents and warrants the

Bank that, as at the date of submission:

i. the Bidder has fully disclosed to the Bank in its Responses all information which

could reasonably be regarded as affecting in any way evaluation of the

Response;

ii. all information contained in the Bidder’s Response is true, accurate and

complete

iii. and not misleading in any way;

iv. no litigation, arbitration or administrative proceeding is presently taking place,

pending or to the knowledge of the Bidder threatened against or otherwise

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 21 of 60

involving the Bidder which could have an adverse effect on its business, assets or

financial condition or upon IPPB’s reputation if the Response is successful;

v. the Bidder will immediately notify IPPB of the occurrence of any event, fact or

circumstance which may cause a material adverse effect on the Bidder’s

business, assets or financial condition, or IPPB’s reputation or render the Bidder

unable to perform its obligations under the Service level agreement, if any or

have a material adverse effect on the evaluation of the responses by the bank;

and

vi. the Bidder has not and will not seek to influence any decisions of or IPPB during

the evaluation process or engage in any uncompetitive behaviour or other

practice which may deny legitimate business opportunities to other Bidders.

b) Confidentiality - Bidder must keep confidential any information received from or

about IPPB as a result of or in connection with the submission of the Response. All

information contained in the Response, or in subsequent communications shall be

deemed confidential and may be used only in connection with the preparation of

Bidder’s Response. Unless expressly agreed in writing prior to submissions, Responses

are not confidential and may be used by Bank in whole or part. Bank however, will

not disclose the information provided by Bidder in a Response other than to its

affiliates or to its professional advisors, unless required otherwise by any provisions

of law. Additionally, and at any point of the evaluation and selection process,

Bank may require the Bidder to execute an NDA if the Bidder has not executed an

NDA with Bank previously.

c) This RFP is not an offer to contract, nor should it be construed as such; it is a definition

of specific requirements and an invitation to recipients to submit a responsive

proposal addressing such requirements. IPPB reserves the right to make no selection

and enter into no agreement as a result of this RFP.

d) It should be understood that your response to this RFP constitutes an offer to do

business on the terms stated in your response and that, should a contract be

awarded to you, the Bank may, at its option, incorporate all or any part of your

response to this RFP in the contract. Bank reserves the right to accept your offer

without further discussions and without any additional opportunity for you to

amend, supplement or revise your submitted offer.

e) Financial documents - IPPB may request additional financial/business information

from the Bidder at its discretion.

f) Selection criteria- The selection criteria, inquiries, questions or information put forth

in the Response are meant to be provided on the aforesaid and established

through the details submitted by the bidder in the Technical Bid. Financial bids of

those bidders / companies which do not meet the evaluation standard, will not be

opened and processed further.

g) Termination/or suspension of evaluation process– Bank reserves the right to suspend

or terminate the Bidder evaluation process (in whole or in part) at any time in its

absolute discretion and without liability to the Bidder or any third party. Bidders will

be notified if any suspension or termination occurs but IPPB is not obliged to provide

any reasons.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 22 of 60

h) Other Rights - Without limiting its rights under any other clause of this evaluation

process or at law, and without liability to the Bidder or any third party, IPPB may at

any stage of the evaluation process:

i. Require additional information from a Bidder;

ii. Change the structure and timing of the evaluation process;

iii. Terminate further participation in the evaluation process by a Bidder;

iv. Negotiate with more than one Bidder;

v. Terminate negotiations being conducted with a Bidder;

vi. Vary or extend the timetable and evaluation process

i) Responsibility for Costs - Bidder is responsible for all costs, expenses or liabilities

incurred by them or on their behalf in relation to the evaluation process (including

in relation to providing IPPB with the response, the revised response or any

additional information).

j) Non-Reliance by Bidder - Bidder, by submitting a Response, acknowledges that:

i. it does not rely on any information, representation or warranty, whether oral or in

writing or arising from other conduct, other than that specified in this RFP or

otherwise provided by IPPB in writing;

ii. it has made its own inquiries as to regarding the risks, contingencies and other

circumstances that may have an effect on the Bidder’s Response as well as the

accuracy, currency or completeness of such information; and

iii. Information provided in its Responses are based on historical trends does not

constitute a representation that such trends will continue into the future or occur

again and nothing contained in its Response can be relied upon as a

commitment, guarantee or representation regarding future events or

performance.

k) IPPB‘s right to vary–IPPB reserves the right to vary any aspect of this evaluation

process, RFP without liability to Bidder. Where IPPB varies any aspect of this

evaluation process or the agreement, the variations shall be notified to the Bidder.

l) Incorporation of Responses into agreement - The successful bidder as concluded

by the Bank shall sign a service level agreement. Bank may, at its sole discretion,

incorporate any portion of any successful Response of a successful Bidder in to the

final service level agreement. The Bank may require a successful Bidder to submit,

before negotiation of the service level agreement, details of issues which may

affect their ability to act as a Bidder.

m) Indemnity:

1. The bidder (the "Indemnifying Party") undertakes to indemnify bank (the

"Indemnified Party") from and against all Losses on account of bodily injury, death or

damage to tangible personal property arising in favour of any person, corporation

or other entity (including the Indemnified Party) attributable to the Indemnifying

Party's negligence or wilful default in performance or non-performance under this

Agreement. If the Indemnified Party promptly notifies Indemnifying Party in writing of

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 23 of 60

a third-party claim against Indemnified Party that any Service provided by the

Indemnifying Party infringes a copyright, trade secret or patents incorporated in

India of any third party, Indemnifying Party will defend such claim at its expense and

will pay any costs or damages that may be finally awarded against Indemnified

Party. Indemnifying Party will indemnify the Indemnified Party, if the claim of

infringement is caused by

i. Indemnified Party’s misuse or modification of the Service;

ii. Indemnified Party’s failure to use corrections or enhancements made

available by the Indemnifying Party;

iii. Indemnified Party’s use of the Service in combination with any

product or information not owned or developed by Indemnifying

Party;

iv. Indemnified Party’s distribution, marketing or use for the benefit of

third parties of the Service; or

v. Information, direction, specification or materials provided by

Indemnified Party or any third party contracted to it. If any Service is

or likely to be held to be infringing, Indemnifying Party shall at its

expense and option either (A) procure the right for Indemnified Party

to continue using it, (B) replace it with a non-infringing equivalent, (C)

modify it to make it non-infringing. The foregoing remedies constitute

Indemnified Party’s sole and exclusive remedies and Indemnifying

Party’s entire liability with respect to infringement.

Further, Indemnifying Party will indemnify the Indemnified Party, if the loss t the

indemnified party is caused by:

i. an act or omission of the bidder, director/ authorized signatory, its

agents, or partners of the firm, proprietor etc. in the performance of the

services provided by the bidder,

ii. breach of any of the terms of this Request for Proposal or breach of any

representation or warranty by the bidder,

iii. use of the deliverables and or services provided by the bidder,

iv. infringement of any patent, trademarks, copyrights etc. or such other

statutory infringements in respect of all components provided to fulfil

the scope of the work herein Bidder shall further indemnify the Bank

against any loss or damage to the Bank’s premises or property, Bank’s

data, loss of life, etc., due to the acts of the bidder’s employees, agents

or representatives.

The bidder shall further indemnify the Bank against any loss or damage

arising out of loss of data, claims of infringement of third-party copyright,

patents, or other intellectual property rights, and third-party claims on the

Bank deliverables at all points of time,

2. The indemnities set out in point 1 shall be subject to the following conditions:

i. the Indemnified Party, as promptly as practicable, informs the

Indemnifying Party in writing of the claim or proceedings and

provides all relevant evidence, documentary or otherwise;

ii. the Indemnified Party shall, at the cost of the Indemnifying Party, give

the Indemnifying Party all reasonable assistance in the defence of

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 24 of 60

such claim including reasonable access to all relevant information,

documentation and personnel provided that the Indemnified Party

may, at its sole cost and expense, reasonably participate, through its

attorneys or otherwise, in such defence;

iii. if the Indemnifying Party does not assume full control over the

defence of a claim as provided in this Clause, the Indemnified Party

may participate in such defence at its sole cost and expense, and

the Indemnified Party will have the right to defend the claim in such

manner as it may deem appropriate, and the cost and expense of

the Indemnified Party will be recoverable from the Indemnifying

Party;

iv. the Indemnified Party shall not prejudice, pay or accept any

proceedings or claim, or compromise any proceedings or claim,

without the written consent of the Indemnifying Party, provided that

such consent shall not be unreasonably withheld;

v. all settlements of claims subject to indemnification under this Clause

will

A. be entered into only with the consent of the Indemnified Party,

which consent will not be unreasonably withheld and include

an unconditional release to the Indemnified Party from the

claimant or plaintiff for all liability in respect of such claim; and

B. include any appropriate confidentiality agreement prohibiting

disclosure of the terms of such settlement;

vi. the Indemnified Party shall account to the Indemnifying Party for all

awards, settlements, damages and costs (if any) finally awarded in

favour of the Indemnified Party which are to be paid to it in

connection with any such claim or proceedings;

vii. the Indemnified Party shall take steps that the Indemnifying Party

may reasonably require to mitigate or reduce its loss as a result of

such a claim or proceedings;

viii. in the event that the Indemnifying Party is obligated to indemnify an

Indemnified Party pursuant to this Clause, the Indemnifying Party will,

upon payment of such indemnity in full, be subrogated to all rights

and defences of the Indemnified Party with respect to the claims to

which such indemnification relates; and

ix. if a Party makes a claim under the indemnity set out under point 1

above in respect of any particular Loss or Losses, then that Party shall

not be entitled to make any further claim in respect of that Loss or

Losses (including any claim for damages).

n) REPRESENTATION AND WARRANTIES

Successful Bidder represents and warrants to the IPPB as follows:

i. It has been duly incorporated in India and is valid as per the existing laws of

India.

ii. It shall not violate any proprietary and/ or intellectual property rights of any third

party, including without limitation, confidential relationships, patents, trade

secrets, copyright and/or any other proprietary rights.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 25 of 60

iii. The Employees of the successful Bidder shall continue to be its Employees and

work under its discretion and shall not claim any employment from IPPB by the

virtue of providing the services, irrespective of the location of their work. The

payment of salary, benefits and all related taxes for the employees of the

respective party will be the sole responsibility of that party only.

iv. Will not contravene any provision of any law, statute, rule or regulation or any

order, writ, injunction or decree of any court, governmental instrumentality or

Governmental Authority to which it is subject.

v. The signatory to this agreement has due authority and power in its favour to

execute this Agreement and bind and such authority and power is still valid and

subsisting.

vi. This Agreement constitutes legal, valid and binding obligations of such Party

enforceable in accordance with its terms; and

vii. The execution and delivery of, and the performance of obligations under and

in compliance with the provisions of this Agreement will not result in: (i) a

violation of any terms and conditions of Articles of Association, Memorandum

of Association or any other relevant charter documents of respective party

whereby the respective Parties are constituted; or (ii) a breach of, or constitute

a default under, any instructions to which it is a party or by which it is bound; or

(iii) a violation of any law or regulation in any jurisdiction having the force of law

or of any order, judgment or decree of any court or governmental agency or

agreement to which it is a party or by which it is bound.

viii. That the successful Bidder is not misleading IPPB in any way;

ix. no litigation, arbitration or administrative proceeding is presently taking place,

pending or to the knowledge of the successful Bidder threatened against or

otherwise involving the successful Bidder which could have an adverse effect

on its business, assets or financial condition or upon IPPB's reputation;

x. That the successful Bidder will immediately notify IPPB of the occurrence of any

event, fact or circumstance which may cause a material adverse effect on the

successful Bidder business, assets or financial condition, or IPPB's reputation or

render the successful Bidder unable to perform its obligations under the

agreement, if any or have a material adverse effect on the evaluation of the

responses by Bank; and

xi. the successful Bidder has not and will not seek to influence any decisions of IPPB

during the evaluation process or engage in any uncompetitive behaviour or

other practice which may deny legitimate business opportunities to other

successful Bidders

o) Non-Disclosure Agreement

As the successful bidder will have access to the data of the Bank, the Bank may require

the successful bidder to sign a Non-Disclosure agreement undertaking indemnity for

not disclosing or part with any information relating to the Bank and its data to any

person or persons or authorities, without written consent of the Bank. Breach of the

same will result in cancellation of the agreement apart from other remedies which shall

be available to the Bank against the bidder. If the Bank decides, Bidder shall sign non-

disclosure agreement within one month of issuing of purchase order failing which Bank

will cancel the order and may take appropriate action against the bidder.

p) Order Cancellation

The bank reserves its right to cancel the order (fully or partially) in the event of work

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 26 of 60

not done per the mutually agreed terms & conditions. In addition to the cancellation

of the purchase order, the bank reserves the right to appropriate the damages from

the performance bank guarantee (PBG) given by the bidder and/or foreclose the

bank guarantee for damages / losses incurred by the bank. The vendor shall continue

to fulfil the contract to the extent not terminated.

q) Non-transferable offer

This tender document is not transferable. Only the party to whom it is issued is entitled

to submit the offer to the bank.

r) Force Majeure

A Force Majeure (FM) means extraordinary events or circumstance beyond human

control such as an event described as an act of God (like a natural calamity) or

events such as a war, strike, riots, crimes (but not including negligence or wrong-

doing, predictable/seasonal rain and any other events specifically excluded in the

clause). In case of a FM, the contract frees both parties (bank & the vendor) from

contractual liability or obligation when prevented by such events from fulfilling their

obligations under the contract. However, this does not excuse a party’s non-

performance entirely, but only suspends it for the duration of the FM. The parties have

to give notice of FM as soon as it occurs and it cannot be claimed ex-post facto. If

the performance in whole or in part or any obligation under this contract is prevented

or delayed by any reason of FM for a period exceeding 90 (Ninety) days, either party

may at its option terminate the contract without any financial repercussion on either

side.

Notwithstanding the punitive provisions contained in the contract for delay or breach

of contract, the vendor would not be liable for imposition of any such sanction so

long as the delay and/or failure of the supplier in fulfilling its obligations under the

contract is the result of an event covered in the FM clause.

s) Blacklisting:

If the bidder fails to perform the obligations as per this RFP and the agreed terms of

this RFP, or withdraws his/her bid or his/her performance is found to be

unsatisfactory by the Bank(India Post Payments Bank Ltd.), the Bank may at its sole

discretion blacklist the bidder from participating in any offer by the Bank calling

Bids, for a period of 5 years.

t) Intellectual Property Rights

The name, logo, design and other proprietary rights of the India Post Payments

Bank(IPPB) is solely the property of IPPB and in no case the Bidder shall use the same,

except for the purposes mentioned under this agreement and exclusively for the IPPB

only.

u) Liquidated damages

If the vendor fails to comply with the terms of this TENDER, the Bank shall, without

prejudice to its other remedies available to it, deduct from the Performance Bank

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 27 of 60

Guarantee or any payments due to the vendor, as agreed estimated liquidated

damages, a sum up to a maximum deduction of 10% (ten percent) of the contract

value. In the event of deduction of 10% of the contract, value under this agreement

and in event of further compliance failure on part of the vendor, the bank reserves

the right to terminate the contract.

The payment or deduction of such Liquidated Damages shall not relieve the

vendor from his obligations to complete its obligations under this Agreement.

The parties agree that the Liquidated Damages set out hereunder are genuine

pre­ estimate of costs and losses likely to be incurred by the Employer due to a

failure to comply with the terms of the TENDER.

v) Precedence of Documents - If there is any inconsistency between the terms of this

RFP and any of its appendices, schedules or attachments then, unless the contrary

is explicitly stated in this RFP, the terms of the RFP will prevail to the extent of any

inconsistency.

w) Resolution of disputes and arbitration

The bank and the bidders shall make every effort to resolve any disagreement or

dispute amicably, arising in connection with the contract, by direct and informal

negotiation between the designated officer of the bank and designated

representative of the bidder. If designated officer of the bank and representative of

bidders are unable to resolve the dispute within a reasonable period as deemed fit by

the Bank, they shall immediately escalate the dispute to the senior authorized

personnel designated by the Bank and bidders respectively. If the parties fail to resolve

the dispute within 21 (Twenty-One) days after the commencement of such

negotiations, the Bank can:

1. All disputes or differences arising out of or in connection with the present contract

including the one connected with the validity of the present contract or any part

thereof, should be settled by bilateral discussions.

2. Refer the dispute for arbitration , whereby one Arbitrator each shall be appointed by

each party and the third Arbitrator (Umpire) shall be appointed by mutual consent of

both arbitrators. This tird Arbitrator shall preside over the Arbitration proceedings.

3. Within thirty (30) days of the receipt of the said notice, the arbitrators shall be appointed

in writing.

4. The Arbitrators shall have its seat in New Delhi or such other place in India as may be

mutually agreed to between the parties.

5. The arbitration proceedings shall be conducted under the Indian Arbitration and

Conciliation Act, 1996 and the award of such Arbitration Tribunal shall be enforceable

in Indian Courts only.

6. Each party shall bear its own cost of preparing and presenting its case. The cost of

arbitration including the fees and expenses shall be shared equally by the parties,

unless otherwise awarded by the arbitrator.

7. The parties shall continue to perform their respective obligations under this contract

during the pendency of the arbitration proceedings except in so far as such obligations

are the subject matter of the said arbitration proceedings.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 28 of 60

x) Governing Laws & Dispute Resolution - The RFP and selection process shall be

governed by and construed in accordance with the laws of India and will be

subject to the exclusive jurisdiction of Courts at Delhi (with the exclusion of all other

Courts).

y) In the event that you elect not to respond to this RFP, then the restrictions shall

continue to apply to the use or disclosure of the information. Additionally, Bidders

must immediately return this document and certify in writing to the Bank, that all

copies have been deleted in soft copy and destroyed, for hard copy.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 29 of 60

15. Annexure

Annexure – I - Conformity Letter

(To be submitted on company letterhead)

Manager (Operations),

India Post Payments Bank

Corporate Office, 2nd Floor, Speed Post Centre Building, Bhai Veer Singh Marg, Gole

Market, New Delhi – 110 001.

Sir,

Sub: - Response to the India Post Payments Bank for selection of Vendor for Supply of

Fire Extinguishers in various Branches of India Post Payments Bank Limited

Further to our proposal dated DD.MM.YYYY, in response to the RFP document

(hereafter referred to as “RFP DOCUMENT”) issued by India Post Payments Bank

(“Bank”) we hereby warrant and confirm that:

We hereby agree to comply with all the terms and conditions / stipulations as

contained in the RFP document including the changes made to the original

documents issued by the bank, provided however that only the list of deviations

furnished by us in Annexure VI – Comments on Terms and Conditions, Services and

Facilities of the main RFP document which are expressly accepted by the bank and

communicated to us in writing, shall form a valid and binding part of the aforesaid RFP

document.

The bank is not bound by any other extraneous matters or deviations, even if

mentioned by us elsewhere either in our proposal or any subsequent deviations sought

by us, whether orally or in writing, and the bank’s decision not to accept any such

extraneous conditions and deviations will be final and binding on us.

Yours faithfully

Authorised Signatory

Designation

Bidder’s corporate name

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 30 of 60

Annexure II – Eligibility Criteria Compliance

S. No. Criteria Documents to be submitted

1 Bidder shall be manufacturer of Fire

Extinguishers or Manufacturer’s

authorized dealer / distributor.

Declaration in case of OEM and

Manufacturer’s Authorization

Certificate as per Annexure V –

Manufacturer Authorization

Form if authorized dealer /

distributor.

2 Bidder should have minimum Turnover

of Rs. 10 Lacs per annum in past three

Financial years (2017-18, 2018-19 and

2019-20)

Certified and Audited Financial

Statements for the last three

financial years

In case the balance sheet is not

available for FY 2019-20, CA

certificate indicating the

turnover details to be provided

3 Past Experience –

a. The bidder/ OEM should have a

minimum 5-year experience in

Supply, installation and

maintenance of Fire

extinguishers.

AND

b. Bidder/OEM must have undertaken

similar project of supply and

installation of at least one single

order of 500 Fire extinguishers from

April, 2017 onwards

OR

Bidder/OEM must have undertaken

similar projects of supply and

installation of at least two orders of

minimum 250 Fire extinguishers

each from April, 2017 onwards.

OR

Copies of relevant Purchase

Orders / completion certificates

issued by the respective buyer

organisations to be submitted.

Details to be provided as per

Annexure VIII – Past Experience

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 31 of 60

S. No. Criteria Documents to be submitted

Bidder/OEM must have undertaken

similar projects of supply and

installation of at least three orders

of minimum 200 Fire extinguishers

each from April, 2017 onwards

AND

c. Bidder/OEM must have previous

experience of supply, installation

and maintenance of Fire

extinguishers in Banking Industry for

at least 100 branches as on last

date of bid submission

4 The Applicant should not have been

blacklisted / barred / disqualified by

any regulator / statutory body in the

past 3 years

Self-Declaration (in Annexure IX

– Self-Declaration)

5 The bidder/ OEM must have

a. ISO 9001:2015 certification

b. BIS Approval (IS 15683:2018)

c. All NABL test certificates for fire

testing, Powder quality

Copy of the all the relevant

and valid certificates to be

submitted.

6 OEM shall have in-house

manufacturing and testing facilities as

per BIS 15683-2018

Proof / Certification copies of

the same to be submitted.

7 Details of

a) Dedicated Toll Free number /

Contract Centre Details /

Service Support Details

b) Escalation Matrix

c) Details of State wise availability

of Service centre

All details to be submitted on

Bidders Letter head

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 32 of 60

Annexure III – Bidder Details

(To be submitted in this format only and on letter head of the bidder)

To

Manager (Operations),

India Post Payments Bank Ltd.

Corporate Office, 2nd Floor, Speed Post Centre Building, Bhai Veer Singh Marg, Gole

Market, New Delhi – 110 001.

S.

No

.

Required Details Response

General Details

1. Name of Bidder / Organization

2. Postal Address

3. Telephone, Fax Number, Email Address

4. Nature of activity

5. Whether Original Equipment Manufacturer

(OEM)

6. If the bidder is authorized Dealer / Distributor /

Trader

(attach OEM authorization certificate)

7. Number of years in business of supply/

manufacturing of Fire extinguishers

8. Website address (if applicable)

9. Sales Tax / VAT Number / GST Registration No.

(if available)

10. Income Tax PAN

11. Number of Branch Offices (if any)

12. Name, address and telephone number of the

primary contact at your organization for this

proposal

13. Number of Service Centres

(Please enclose State wise Service Centre list)

14. Dedicated / Toll Free Telephone No. for Service

Support

Financial Information (CA Certified)

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 33 of 60

1. Annual Turnover (2017-18)

2. Annual Turnover (2018-19)

3. Annual Turnover (2019-20)

Bank Details

1. Bank Name

2. Branch Address

3. Account Number

4. IFS Code

EMD & Tender Fees Details

1. Tender Fee Details Amount:

Transaction details :

2. EMD Details Amount :

Transaction Details :

3. Whether claiming Exemption from submitting

Tender fees & EMD amount

(Mention - Yes / No)

If Yes,

1. Please mention the details thereof (Relevant Act

/ Section ) under which claiming Tender Fees

and EMD amount exemption

2. Attach Supporting Documents for the same claim

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 34 of 60

Declaration:

I hereby declare that I/ We have verified the details indicated above and also confirm

that all the Information submitted is true to the best of my knowledge.

Authorised Signatory

Designation

Bidder’s name with seal

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 35 of 60

Annexure IV – Bidder Response Cover Letter

(To be submitted on company letterhead)

Date:

To,

Manager (Operations)

India Post Payments Bank

Corporate Office, 2nd Floor, Speed Post Centre Building, Bhai Veer Singh Marg, Gole

Market, New Delhi – 110 001.

Dear Sir,

1. Having examined the requirement and Scope Documents including all Annexures,

the receipt of which is hereby duly acknowledged, we, the undersigned offer to

provide our bid and the other schedules of requirements and services for your bank

in conformity with the said Scope Documents.

2. If our Bid is accepted, we undertake to abide by all terms and conditions of this

Scope document.

3. We agree to abide by this Scope Offer for 180 days from last date of submission of

bid (Due Date) and our Offer shall remain binding on us and may be accepted by

the bank any time before expiry of the offer.

4. This Bid, together with your written acceptance thereof, shall constitute a binding

Contract between us.

5. We undertake that in competing for and if the work is allocated to us, in executing

the subject Contract, we will strictly observe the laws against fraud and corruption

in force in India namely ‘Prevention of Corruption Act, 1988’, and other relevant

statutes in this regard.

6. We certify that we have provided all the information requested by the bank in the

format requested for. We also understand that the bank has the exclusive right to

reject this bid in case the bank is of the opinion that the required information is not

provided or is provided in a different format.

Date:

Authorized Signatory

(Name: Contact Person, Phone No., Fax, E-mail)

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 36 of 60

Annexure V – Manufacturer Authorization Form

Ref No : …………… Dated :

…………...

To,

Manager (Operations)

India Post Payments Bank

Corporate Office, 2nd Floor, Speed Post Centre Building, Bhai Veer Singh Marg, Gole Market,

New Delhi – 110 001.

Reference: Tender No. ………………………………….. dated _________ due on _________

Dear Sir,

We__________________________________the Manufacturers of

_________________________________________________having manufacturing unit

at_______________________________________________________________________________ (Address

of the factory) do hereby authorize M/s. ____________________________________ (Name and

Address of dealer) to submit a bid, and subsequently negotiate and sign the contract with you

against the above tender.

We hereby extend our full guarantee, warranty and support and also in meeting warranty

obligations by providing necessary spares in time for the goods & services offered by the above

dealer against this tender.

Yours faithfully

(Name)

(Name of the manufacturer)

[Note: This letter of authority should be on the letterhead of the manufacturer and should be

signed by a person competent and having a power of attorney to bind the manufacturer.

The bidder in its bid should include it.]

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 37 of 60

Annexure VI – Comments on Terms and Conditions, Services and Facilities

Sr.

No.

Page

#

Point /

Section

#

Clarification point as

stated in the tender

document

Comment/ Suggestion/ Deviation

1

2

3

4

5

6

7

8

9

Date:

Authorised Signatory & Stamp

(Name: Contact Person, Phone No., Fax, E-mail)

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 38 of 60

Annexure VII – Query Format

Queries:

Sr. No. Page

#

Point /

Section #

Query Banks Response

(bidder Should not fill in this

column)

1

2

3

4

5

6

7

8

9

Date:

Authorised Signatory & Stamp

(Name: Contact Person, Phone No., Fax, E-mail)

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 39 of 60

Annexure VIII – Past Experience

Past Experience –

a. The bidder/ OEM should have a minimum 5-year experience in Supply,

installation and maintenance of Fire extinguishers.

AND

b. Bidder/OEM must have undertaken similar project of supply and installation

of at least one single order of 500 Fire extinguishers from April, 2017 onwards

OR

Bidder/OEM must have undertaken similar projects of supply and installation

of at least two orders of minimum 250 Fire extinguishers each from April, 2017

onwards.

OR

Bidder/OEM must have undertaken similar projects of supply and installation

of at least three orders of minimum 200 Fire extinguishers each from April,

2017 onwards

AND

c. Bidder/OEM must have previous experience of supply, installation and

maintenance of Fire extinguishers in Banking Industry for at least 100

branches as on last date of bid submission

Sr.

No

.

Name of

organization /

institution Fire

Extinguisher

supplied to

Brief details

of scope of

work

Order

Quantity /

Quantities

supplied

Name of

person in-

charge from

client side

with contact

no. and e-

mail id

Period

From To

(Signature, name and designation of the authorised signatory)

Note: Appointment letter/Client letter/Contract with Client / Completion certificate in support

of the information above should be submitted.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 40 of 60

Annexure IX – Self-Declaration

(To be submitted on Bidder’s letterhead)

Date:

To,

Manager (Operations),

India Post Payments Bank Ltd.

Corporate Office, 2nd Floor, Speed Post Centre Building, Bhai Veer Singh Marg, Gole

Market, New Delhi – 110 001.

Dear Sir,

I on behalf of _______________________ (bidder’s name) declare the following:

1) There is no case with the Police / Court / IRDA / SEBI / Regulatory authorities

against the proprietor / firm / partner/company/Directors /employee.

2) We have not been suspended / delisted / blacklisted by any other Govt.

Ministry / Department / Public Sector Undertaking / IRDA / SEBI / Autonomous

Body / Court etc. during the past 3 years.

3) We certify that neither our firm nor any of the partners/ directors is involved in

any scam or disciplinary proceedings settled or pending adjudication.

4) We hereby undertake and confirm that we have understood the scope of work

properly and shall comply with the terms of engagement.

5) We hereby undertake we have relevant experience in supply, installation and

maintenance of Fire extinguishers across India.

Date:

Authorized Signatory

(Name: Contact Person, Phone No., Fax, E-mail)

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 41 of 60

Annexure X – Power of Attorney for signing of application

(To be submitted on a INR 100 Stamp Paper only)

Know all men by these presents, we…………………………………………….. (name of the

firm and address of the registered office) do hereby irrevocably constitute, nominate,

appoint and authorize Mr/ Ms (name), …………………… son/daughter/wife of

……………………………… and presently residing at …………………., who is presently

employed with us (the “Bidder”) and holding the position of ……………………………. ,

as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in our

name and on our behalf, all such acts, deeds and things as are necessary or required

in connection with or incidental to submission of our application for pre-qualification

and submission of our bid for the ***** Project proposed or being developed by the

***** (the “Authority”) including but not limited to signing and submission of all

applications, bids and other documents and writings, participate in pre-applications

and other conferences and providing information/ responses to the Authority,

representing us in all matters before the Authority, signing and execution of all

contracts and undertakings consequent to acceptance of our bid, and generally

dealing with the Authority in all matters in connection with or relating to or arising out

of our bid for the said engagement and/ or upon award thereof to us and/or till the

entering into of the agreement with the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,

deeds and things done or caused to be done by our said Attorney pursuant to and in

exercise of the powers conferred by this Power of Attorney and that all acts, deeds

and things done by our said Attorney in exercise of the powers hereby conferred shall

and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, …………………………., THE ABOVE NAMED PRINCIPAL HAVE

EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2…..

For

Authorized

Signature:

Authorized

Signatory Name:

Title of Signatory:

Address:

Witnesses:

1.

2.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 42 of 60

Accepted

Attorney’s Signature:

Attorney’s Name:

Attorney’s Title:

Address:

Notes:

The mode of execution of the Power of Attorney should be in accordance with the

procedure, if any, laid down by the applicable law and the charter documents of the

executant(s) and when it is so required, the same should be under common seal

affixed in accordance with the required procedure

Wherever required, the Applicant should submit for verification the extract of the

charter documents and documents such as a board or shareholders’ resolution/

power of attorney in favor of the person executing this Power of Attorney for the

delegation of power hereunder on behalf of the Applicant

For a Power of Attorney executed and issued overseas, the document will also have to

be legalized by the Indian Embassy and notarized in the jurisdiction where the Power

of Attorney is being issued.

However, the Power of Attorney provided by Applicants from countries that have

signed the Hague Legislation Convention 1961 are not required to be legalized by the

Indian Embassy if it carries a conforming Appostille certificate.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 43 of 60

Annexure XI – Bank Guarantee format for Earnest Money Deposit

BANK GUARANTEE FOR EMD

(To be Stamped in accordance with Stamp Act)

The non-judicial stamp paper should be in the name of issuing Bank

Ref……………….. Bank Guarantee No…………………......

Date………………………………………...

To

India Post Payments Bank

Post Office

Speed Post Centre Building

Market Road

New Delhi – 110001

India

Dear Sirs,

1. In accordance with Invitation to Bid under your Reference No……………………….,

M/s………………….., having its Registered/Head Office at……………………… (hereinafter

called the ‘Bidder’) wish to participate in the said Bid or……………………….. and you, as a

special favour have agreed to accept an irrevocable and unconditional Bank Guarantee for

an amount of………………… valid upto ……………… on behalf of Bidder in lieu of the Bid

deposit required to be made by the Bidder, as a condition precedent for participation in the

said Bid.

2. We, the …………………. Bank at ……………… (local address) having our Head office

at ……………………….., guarantee and undertake to pay immediately on demand by India

Post Payments Bank, the amount of Rs.

………………………………………………………………………………………………………………………

………………….. (in words & figures) without any reservation, protest, demur and recourse. Any

such demand made by the valid holder of this Guarantee shall be conclusive and binding on

us irrespective of any dispute or difference raised by the Bidder.

3. This guarantee will not be discharged due to the change in the constitution of the issuing

Bank or the Supplier(s)/Service Provider(s).

4. Notwithstanding anything contained hereinabove:

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 44 of 60

(1) Our liability under this guarantee is limited to Rs. ……………. (in words & figures). (2) This Bank

Guarantee will be valid up to ………………….; and

(3) 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 …………..

In witness whereof the Bank, through its authorised officer, has set its hand and stamp on

this…………….day of…………..20……….at…………

WITNESS

………………….………. ………………..………………….………

(Signature) (Signature)

………………………….. ………………....………………………..

(Name) (Name)

………………………….. ……………….…………………………..

(Official Address) (Designation with Bank Stamp)

Attorney as per Power of Attorney No…………….

Dated………………………………

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 45 of 60

Annexure XII – Bank Guarantee for Performance Guarantee

(To be stamped in accordance with Stamp Act)

The non-judicial stamp paper should be in the name of issuing Bank

Ref……………….. Bank Guarantee No…………………......

Date………………………………………...

To

India Post Payments Bank

Post Office

Speed Post Centre Building

Market Road

New Delhi – 110001

India

Dear Sirs,

1. In consideration of the India Post Payments Bank, a scheduled bank registered under

Reserve Bank of India (hereinafter referred to as the ‘Bank’ or ‘Purchaser’ which expression

shall unless repugnant to the context or meaning thereof include its successors, administrators

and assigns) having awarded to M/s…………………………………….. with its Registered/Head

office at ……………………………………………………………………….

……………………… (hereinafter referred to as the “Contractor” or “Vendor” or “Service

Provider” which expression shall unless repugnant to the context or meaning thereof, include

its successors, administrators, executors and assigns), a Contract by issue of Letter of Intent or

Purchase Order No…………….. dated ……….. and the same having been acknowledged by

the Contractor / Vendor / Service Provider, resulting in a Contract, bearing No…………..

dated…………valued at………for………… (scope of Contract) and the Contractor / Vendor /

Service Provider having agreed to provide a Contract Performance Guarantee for the

faithful performance of the entire Contract not exceeding Rs.

……………….. (in words & figures).

2. We…………………………………………………………………………………………………(Name &

Address of Bank Branch) having its Head office at ……………………………………………….

(hereinafter referred to as the ‘ Issuing Bank’, which expression shall, unless repugnant to the

context or meaning thereof, include its successors, administrators, executors and assigns) do

hereby guarantee and undertake to pay the amounts due and payable under this guarantee

without any demur, reservation, context, recourse or protest and/or without any reference to

the Contractor merely on a demand from the Owner stating that the amount claimed is due

by way of loss or damage caused to or would be caused to or suffered by the Owner by

reason of breach by the said Contractor(s) of any of the terms or conditions contained in the

said Agreement or by reason of the Contractor(s)’ failure to perform the said Agreement. Any

such demand made on the Issuing Bank shall be conclusive and binding not withstanding any

difference between the Owner and the Contractor / Vendor / Service Provider or any dispute

pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 46 of 60

guarantee herein contained shall be irrevocable and shall continue to be enforceable till the

Owner discharges this guarantee.

3. The Bank / Purchaser shall have the fullest liberty without affecting in any way the liability of

the Bank / Purchaser under this guarantee, from time to time to extent the time for

performance of the Contract by the Contractor. The Bank / Purchaser shall have the fullest

liberty, without affecting this guarantee, to postpone from time to time the exercise of any

powers vested in them or of any right which they might have against the Contractor, and to

exercise the same at any time in any manner, and either to enforce or to forbear to enforce

any covenants, contained or implied, in the Contract between the Bank / Purchaser and the

Contractor or any other course or remedy or security available to the Bank / Purchaser. The

Issuing Bank shall not be released of its obligations under these presents by any exercise by the

Bank / Purchaser of its liberty with reference to the matters aforesaid or any of them or by

reason of any other act of omission or commission on the part of the Bank / Purchaser or any

other indulgences shown by the Owner or by any other matter or thing whatsoever which

under law would, but for this provision have the effect of relieving the Issuing Bank.

4. The Issuing Bank also agrees that the Bank / Purchaser at its option shall be entitled to

enforce this Guarantee against the Issuing Bank as a principal debtor, in the first instance

without proceeding against the Contractor / Vendor / Service Provider and notwithstanding

any security or other guarantee the Bank / Purchaser may have in relation to the Contractor’s

liabilities.

5. This guarantee will not be discharged due to the change in the constitution of the Bank or

the

Contractor(s)/Service Provider(s).

6. Notwithstanding anything contained hereinabove:

(1) Our liability under this guarantee is limited to Rs. ……………. (in words & figures). (2) This Bank

Guarantee will be valid upto ………………….; and

(3) 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 …………..

In witness whereof the Issuing Bank, through its authorised officer, has set its hand and stamp

on this…………….day of…………..20……….at…………

WITNESS

………………….………. ………………..………………….………

(Signature) (Signature)

………………………….. ………………....……………………….. (Name)

(Name)

………………………….. ……………….………………………….. (Official

Address) (Designation with Bank Stamp)

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 47 of 60

Annexure XIII – Details of Product Offered

(Fill this form and attach the relevant product brochure / relevant certificates)

Name of the Product / Model Number: ________________________________________

Sr Specification Compliance

(YES / NO)

Document

attached as

proof of

compliance

Details of

Product offered

1. The current and valid BIS

certification IS 15683 : 2018 and all its

amendments needs to be

submitted along with the offer.

2. Two (2) Kg Fire Extinguishers

applicable for CLASS A, B, C and

ELECTRICAL FIRES

3. Dry Chemical powder used as

extinguishing agent should be Mono

Ammonium Phosphate (MAP) with

more than 90% concentration

conforming to IS 14609:1999 and its

amendments thereof.

4. Vessel used in the manufacturing

should be constructed using Deep

Drawn Technology to keep

seamless area not less than 70% of

the cylinder.

5. Each vessel needs to be checked

for tensile strength upto 35 kgf/cm²

and Manufacturer has to submit

Hydrostatic pressure testing

certificate for the same.

6. The extinguisher should be

pressurized using high grade Dry

Nitrogen (N2) as per IS 1747

standard. OEM declaration &

Certificate should be submitted.

7. In-house Helium Leak Detection

Testing is must to ensure

maintenance of Stored Pressure in

the cylinder over a period of 5 years

and provide certificate for the

same.

8. There should be a Tamper - proof

plastic safety seal (User friendly) & a

metal pin.

9. The extinguisher should have a grip

integrated with a cap over the

valve housing. The grip & the cap

should be constructed of “Glass

filled Nylon”.

10. Fire Rating as IS: 15683, for class A:

3A and class B: 34B needs to be

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 48 of 60

Sr Specification Compliance

(YES / NO)

Document

attached as

proof of

compliance

Details of

Product offered

provided for the extinguisher. Any

higher rating if provided will be

acceptable by the bank

11. The firm should submit the product

performance test report from NABL

accredited Lab.

12. The extinguisher must have a

magnetic Pressure Gauge to

enable the checking of pressure

gauge’s correct working without

dismantling or opening the cylinder.

13. UGTS (unique Gauge Test System)

Pressure Gauge with inbuilt NRV

(Non return Valve) and Safety

release provision CE mark

14. Gross Weight must not exceed 3.8

Kg & Empty Weight shall upto 1.8 Kg.

15. Maximum Height of the can must be

344 MM & Diameter upto 108 MM

16. Discharge time should not less than

08 Seconds

17. The extinguisher must have

controllable discharge mechanism

to provide flexibility of releasing

extinguishing agent on targeted fire

location.

18. If Hose is provided than it should be

High Quality EPDM (Ethylene

Propylene Diene Monomer) flame

retardant rubber hose

19. Minimum effective range should be

2 meters.

20. Can Construction: Deep drawn

&MIG CO₂ welded. Welding

Procedure approved by TPI with 6 G

certification

21. Internal Coating of Can: Epoxy

Powder coating.

22. External Coating of Can: Epoxy

Polyester Powder coating.

23. Sheet metal thickness should not less

than: 1.60MM.

24. 03 Years Warranty and a sample of

the warranty card with terms and

conditions to be submitted. Bidders

may offer more warranty on their

product.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 49 of 60

Sr Specification Compliance

(YES / NO)

Document

attached as

proof of

compliance

Details of

Product offered

25. Availability of spare parts of

supplied goods in India for next 10

Years.

26. Serial no. and date of

manufacturing should be embossed

on the body of the fire extinguisher.

27. Valve Construction: Forging and

Machining.

28. BIS and CE Certification under PED

(Pressure

Equipment Directive)

29. Wall Mounting hook / Mounting

Bracket to be provided

a) These are the minimum specifications which the bidder should comply to. The

bidders may offer product of higher specifications though the L1 bidder will be

decided based on these minimum specifications only.

b) Bidder need to submit the product brochure of the offered product.

c) All the certifications of the offered product must be submitted.

d) List of all the spare parts of the offered product must be submitted.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 50 of 60

Annexure XIV – Commercial Bid format

(Please refer attached Excel Sheet).

Price Bid to be submitted strictly as per attached excel sheet only. No modification should be

made to the format of Excel and should be uploaded in same format only.

Annexure XV – Details of Various Charges

Bidder to compulsorily quote the various charges in this Annexure. This is NOT part of the

Commercial Bid and will form part of the Technical Bid. Bank will be at its discretion to avail the

Name of the

Bidder/

Bidding Firm /

Company :

NUMBER # TEXT # NUMBER # TEXT # NUMBER # NUMBER # TEXT #

Sl.

No.

Item Description Quantity Units BASIC RATE

without GST In

Figures To be

entered by the

Bidder in

Rs. P

TOTAL AMOUNT

Without GST

in

Rs. P

TOTAL AMOUNT without GST

In Words

1 2 4 5 13 53 55

1 PROCUREMENT DESCRIPTION

1.01 Supply of Fire Extinguisher at Various Branches of

IPPB as per the Specifications as listed under

Clause 3 - Technical Specifications of the RFP

document.

679.000 Nos 0.00 INR Zero Only

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words

PRICE SCHEDULE

(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be

rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

1) The quantities mentioned herein are estimated quantities without any guarantee for minimum or maximum order quantity which can be placed under this RFP. These

quantities are for guidance purpose of the bidders. There will not be any obligation on the Bank to procure any minimum quantity.

2) Bank at its own discretion, may increase the procurement quantity by 25% over and above the total estimated quantity.

3) The rates quoted are to be valid for a period of 180 days from the commercial bid opening date.

3) The total price quoted should be inclusive of all costs, charges and expenses for supply(including transportation and packaging cost) of Fire extinguishers at various

branches across India. Price quoted shall also be inclusive of applicable duties, levies and charges, local taxes etc.

4) The prices quoted to be EXCLUSIVE of GST component. No cost variation will be permitted other than statutory dues (Upward revision of GST will be borne by the

Bank and benefit of downward revision of taxes shall be passed by the bidder to the Bank).

INR Zero Only

Item Rate BoQ

Tender Inviting Authority: INDIA POST PAYMENTS BANK LIMITED, NEW DELHI

Name of Work: RFP for Supply of Fire Extinguishers at various Branches of India Post Payments Bank Limited

Contract No: IPPB/PROC/FIREEXT/2020/02

Validate Print Help

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 51 of 60

services at these rates from the vendor in future date and as and when required. The rates to

be valid for a period of 1 Year from the date supply of the fire extinguisher.

The charges related to

1) Spares parts of the offered product including hose, pressure gauge, squeeze grip.

2) Refilling Charges of the offered product.

3) AMC charges of the offered product with 1 Annual visit.

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 52 of 60

Annexure XVI – Branch Addresses

(Please refer the attached sheet for branch addresses where Fire extinguishers are to be

supplied by the bidder. The list is tentative and there may be variation.)

NUMBER SR STATE BRANCH NAME

1 1 ANDHRA PRADESH CUDDAPAH BRANCH

2 2 ANDHRA PRADESH ELURU BRANCH

3 3 ANDHRA PRADESH GUDIVADA BRANCH

4 4 ANDHRA PRADESH HINDUPUR BRANCH

5 5 ANDHRA PRADESH MARKAPUR BRANCH

6 6 ANDHRA PRADESH NANDYAL BRANCH

7 7 ANDHRA PRADESH PARVATIPURAM BRANCH

8 8 ANDHRA PRADESH RAJAHMUNDRY BRANCH

9 9 ANDHRA PRADESH VIZIANAGARAM BRANCH

10 10 ANDHRA PRADESH ANANTAPUR BRANCH

11 11 ANDHRA PRADESH BHIMAVARAM BRANCH

12 12 ANDHRA PRADESH GUDUR BRANCH

13 13 ANDHRA PRADESH KAKINADA BRANCH

14 14 ANDHRA PRADESH KURNOOL BRANCH

15 15 ANDHRA PRADESH NARASARAOPET BRANCH

16 16 ANDHRA PRADESH NELLORE BRANCH

17 17 ANDHRA PRADESH ONGOLE BRANCH

18 18 ANDHRA PRADESH PRODDATUR BRANCH

19 19 ANDHRA PRADESH TIRUPATI BRANCH

20 20 ANDHRA PRADESH VISAKHAPATNAM BRANCH

21 21 ANDHRA PRADESH VIJAYAWADA BRANCH

TOTAL 21

22 1 ASSAM BARPETA BRANCH

23 2 ASSAM BONGAIGAON BRANCH

24 3 ASSAM CHARIALI BRANCH

25 4 ASSAM DHEMAJI BRANCH

26 5 ASSAM DHUBRI BRANCH

27 6 ASSAM DIBRUGARH BRANCH

28 7 ASSAM GOALPARA BRANCH

29 8 ASSAM GOLAGHAT BRANCH

30 9 ASSAM HAFLONG BRANCH

31 10 ASSAM HAILAKANDI BRANCH

32 11 ASSAM HOJAI BRANCH

33 12 ASSAM JORHAT BRANCH

34 13 ASSAM KOKRAJHAR BRANCH

35 14 ASSAM MANGALDOI BRANCH

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 53 of 60

NUMBER SR STATE BRANCH NAME

36 15 ASSAM MORIGAON BRANCH

37 16 ASSAM NAGAON BRANCH

38 17 ASSAM NALBARI BRANCH

39 18 ASSAM NORTH LAKHIMPUR BRANCH

40 19 ASSAM SILCHAR BRANCH

41 20 ASSAM SIVASAGAR BRANCH

42 21 ASSAM TEZPUR BRANCH

43 22 ASSAM UDALGURI BRANCH

44 23 ASSAM DIPHU BRANCH

45 24 ASSAM MEGHDOOT BHAWAN BRANCH

TOTAL 24

46 1 BIHAR ARARIA BRANCH

47 2 BIHAR ARWAL BRANCH

48 3 BIHAR BEGUSARAI BRANCH

49 4 BIHAR BETTIAH BRANCH

50 5 BIHAR BUXAR BRANCH

51 6 BIHAR JAMUI BRANCH

52 7 BIHAR JEHANABAD BRANCH

53 8 BIHAR KATIHAR BRANCH

54 9 BIHAR KHAGARIA MUKHYA DAKGHAR

55 10 BIHAR KISHANGANJ

56 11 BIHAR LAKHISARAI BRANCH

57 12 BIHAR MADHEPURA BRANCH

58 13 BIHAR MUNGER BRANCH

59 14 BIHAR NAWADHA BRANCH

60 15 BIHAR RAMGARH BRANCH

61 16 BIHAR SAHARSA BRANCH

62 17 BIHAR SASARAM BRANCH

63 18 BIHAR SHEIKHPURA BRANCH

64 19 BIHAR SHEOHAR BRANCH

65 20 BIHAR SITAMARHI BRANCH

66 21 BIHAR SUPAUL BRANCH

67 22 BIHAR ARRAH BRANCH

68 23 BIHAR BIHARSHARIF BRANCH

69 24 BIHAR MOTIHARI BRANCH

70 25 BIHAR MUZAFFARPUR BRANCH

71 26 BIHAR GAYA BRANCH

72 27 BIHAR PURNEA BRANCH

73 28 BIHAR PATNA BRANCH

TOTAL 28

74 1 CHHATTISGARH BALRAMPUR BRANCH

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 54 of 60

NUMBER SR STATE BRANCH NAME

75 2 CHHATTISGARH DANTEWADA BRANCH

76 3 CHHATTISGARH NARAYANPUR BRANCH

77 4 CHHATTISGARH KONDAGAON BRANCH

78 5 CHHATTISGARH BALOD BRANCH

79 6 CHHATTISGARH BEMETARA BRANCH

80 7 CHHATTISGARH JASHPURNAGAR BRANCH

81 8 CHHATTISGARH KAWARDHA BRANCH

82 9 CHHATTISGARH MAHASAMUND BRANCH

83 10 CHHATTISGARH SUKMA BRANCH

84 11 CHHATTISGARH BAIKUNTHPUR BRANCH

85 12 CHHATTISGARH BIJAPUR BRANCH

TOTAL 12

86 1 GUJARAT MORBI BRANCH

87 2 GUJARAT SILVASSA BRANCH

88 3 GUJARAT AHWADANGS BRANCH

89 4 GUJARAT AMRELI BRANCH

90 5 GUJARAT ANAND BRANCH

91 6 GUJARAT BOTAD BRANCH

92 7 GUJARAT DAHOD BRANCH

93 8 GUJARAT DWARKA BRANCH

94 9 GUJARAT GODHRA BRANCH

95 10 GUJARAT JAMNAGAR BRANCH

96 11 GUJARAT MODASA BRANCH

97 12 GUJARAT NADIAD BRANCH

98 13 GUJARAT RAJPIPLA BRANCH

99 14 GUJARAT SURAT BRANCH

100 15 GUJARAT SURENDRANAGAR BRANCH

101 16 GUJARAT MAHESANA BRANCH

102 17 GUJARAT BARDOLI BRANCH

103 18 GUJARAT HIMATNAGAR BRANCH

104 19 GUJARAT VADODARA BRANCH

105 20 GUJARAT VALSAD BRANCH

106 21 GUJARAT AHMEDABAD BRANCH

TOTAL 21

107 1 HARYANA KAITHAL BRANCH

108 2 HARYANA BAHADURGARH BRANCH

109 3 HARYANA BHIWANI BRANCH

110 4 HARYANA FATEHABAD BRANCH

111 5 HARYANA GURGAON BRANCH

112 6 HARYANA JIND BRANCH

113 7 HARYANA KARNAL BRANCH

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 55 of 60

NUMBER SR STATE BRANCH NAME

114 8 HARYANA KURUKSHETRA BRANCH

115 9 HARYANA NARNAUL BRANCH

116 10 HARYANA PANCHKULA BRANCH

117 11 HARYANA PANIPAT BRANCH

118 12 HARYANA REWARI BRANCH

119 13 HARYANA ROHTAK BRANCH

120 14 HARYANA SIRSA BRANCH

121 15 HARYANA SONIPAT BRANCH

122 16 HARYANA YAMUNANAGAR BRANCH

TOTAL 16

123 1 HIMACHAL PRADESH BILASPUR BRANCH

124 2 HIMACHAL PRADESH CHAMBA BRANCH

125 3 HIMACHAL PRADESH UNA BRANCH

TOTAL 3

126 1 JAMMU and KASHMIR BARAMULLA BRANCH

127 2 JAMMU and KASHMIR RAJOURI BRANCH

128 3 JAMMU and KASHMIR MUBARAK MANDI BRANCH

TOTAL 3

129 1 JHARKHAND CHATRA BRANCH

130 2 JHARKHAND KHUNTI BRANCH

131 3 JHARKHAND KODERMA BRANCH

132 4 JHARKHAND LATEHAR BRANCH

133 5 JHARKHAND LOHARDAGA BRANCH

134 6 JHARKHAND RAMGARH BRANCH

135 7 JHARKHAND GARHWA BRANCH

136 8 JHARKHAND CHAIBASA BRANCH

137 9 JHARKHAND GIRIDIH BRANCH

138 10 JHARKHAND GUMLA BRANCH

139 11 JHARKHAND B.DEOGHAR BRANCH

140 12 JHARKHAND DHANBAD BRANCH

141 13 JHARKHAND DUMKA BRANCH

142 14 JHARKHAND GODDA BRANCH

143 15 JHARKHAND PAKUR BRANCH

144 16 JHARKHAND SAHIBGANJ BRANCH

145 17 JHARKHAND DALTONGANJ BRANCH

146 18 JHARKHAND JAMSHEDPUR BRANCH

147 19 JHARKHAND HAZARIBAGH BRANCH

TOTAL 19

148 1 KARNATAKA CHAMARAJANAGARA BRANCH

149 2 KARNATAKA CHIKMAGALUR BRANCH

150 3 KARNATAKA CHITRADURGA BRANCH

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 56 of 60

NUMBER SR STATE BRANCH NAME

151 4 KARNATAKA MANGALORE BRANCH

152 5 KARNATAKA RAMANAGARAM BRANCH

153 6 KARNATAKA VIJAYAPUR BRANCH

154 7 KARNATAKA GULBARGA BRANCH

155 8 KARNATAKA BELGAUM TILAKWADI BRANCH

156 9 KARNATAKA CHIKODI BRANCH

157 10 KARNATAKA HASSAN BRANCH

158 11 KARNATAKA MANDYA BRANCH

159 12 KARNATAKA RAICHUR NAYA BAZAR BRANCH

160 13 KARNATAKA SHIMOGA BRANCH

161 14 KARNATAKA TUMKUR BRANCH

162 15 KARNATAKA MADIKERI BRANCH

TOTAL 15

163 1 KERALA LAKSHADWEEP BRANCH

164 2 KERALA KATTAPPANA BRANCH

165 3 KERALA WAYANAD BRANCH

166 4 KERALA PATHANAMTHITTA BRANCH

167 5 KERALA ALAPPUZHA BRANCH

168 6 KERALA KANNUR BRANCH

169 7 KERALA KASARAGOD BRANCH

170 8 KERALA KOTTAYAM BRANCH

171 9 KERALA PERINTALMANNA BRANCH

172 10 KERALA THRISSUR BRANCH

TOTAL 10

173 1 MADHYA PRADESH ASHOKNAGAR BRANCH

174 2 MADHYA PRADESH DATIA BRANCH

175 3 MADHYA PRADESH DINDORI BRANCH

176 4 MADHYA PRADESH HARDA BRANCH

177 5 MADHYA PRADESH UJJAIN BRANCH

178 6 MADHYA PRADESH BHOPAL BRANCH

TOTAL 6

179 1 MAHARASHTRA GADCHIROLI BRANCH

180 2 MAHARASHTRA MARGAO BRANCH

181 3 MAHARASHTRA PALGHAR BRANCH

182 4 MAHARASHTRA WASHIM BRANCH

183 5 MAHARASHTRA MUMBAI - ANDHERI BRANCH

184 6 MAHARASHTRA WARDHA BRANCH

185 7 MAHARASHTRA SHRIRAMPUR BRANCH

186 8 MAHARASHTRA KOLHAPUR BRANCH

187 9 MAHARASHTRA AHMEDNAGAR BRANCH

188 10 MAHARASHTRA AKOLA BRANCH

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 57 of 60

NUMBER SR STATE BRANCH NAME

189 11 MAHARASHTRA SANGLI BRANCH

190 12 MAHARASHTRA PANAJI BRANCH

191 13 MAHARASHTRA SOLAPUR BRANCH

192 14 MAHARASHTRA BULDANA BRANCH

193 15 MAHARASHTRA SATARA BRANCH

194 16 MAHARASHTRA RATNAGIRI BRANCH

195 17 MAHARASHTRA NAGPUR BRANCH

196 18 MAHARASHTRA MUMBAI - GIRGAON BRANCH

TOTAL 18

197 1 NEW DELHI DELHI - SRINIWASPURI BRANCH

198 2 NEW DELHI DELHI - VIKAS PURI BRANCH

TOTAL 2

199 1 North Eastern KAILASHAHAR BRANCH

200 2 North Eastern KHOWAI BRANCH

201 3 North Eastern WOKHA BRANCH

202 4 North Eastern ZUNHEBOTO BRANCH

203 5 North Eastern ALONG BRANCH

204 6 North Eastern BOMDILA BRANCH

205 7 North Eastern CHANDEL BRANCH

206 8 North Eastern CHANGLANG BRANCH

207 9 North Eastern CHURACHANDPUR BRANCH

208 10 North Eastern DHARMANAGAR BRANCH

209 11 North Eastern DIMAPUR BRANCH

210 12 North Eastern JIRIBAM BAZAR BRANCH

211 13 North Eastern KHONSA BRANCH

212 14 North Eastern MAHENDRAGANJ BRANCH

213 15 North Eastern MOIRANG

214 16 North Eastern MON BRANCH

215 17 North Eastern NAMSAI BRANCH

216 18 North Eastern NONGPOH BRANCH

217 19 North Eastern NONGSTOIN BRANCH

218 20 North Eastern ROING BRANCH

219 21 North Eastern SENAPATI BRANCH

220 22 North Eastern SERCHHIP BRANCH

221 23 North Eastern THOUBAL BRANCH

222 24 North Eastern TUENSANG BRANCH

223 25 North Eastern UKHRUL BRANCH

224 26 North Eastern WILLIAMNAGAR BRANCH

225 27 North Eastern ZALUKIE BRANCH

226 28 North Eastern TAMENGLONG BRANCH

TOTAL 28

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 58 of 60

NUMBER SR STATE BRANCH NAME

227 601 PUNJAB PATIALA BRANCH

TOTAL 1

228 1 TAMIL NADU VELUR BRANCH

229 2 TAMIL NADU UDAYARPALAYAM BRANCH

230 3 TAMIL NADU DHARMAPURI BRANCH

231 4 TAMIL NADU NAGERCOIL TOWN S.O

232 5 TAMIL NADU CHARING CROSS BRANCH

233 6 TAMIL NADU KRISHNAGIRI BRANCH

234 7 TAMIL NADU MANAMADURAI BRANCH

235 8 TAMIL NADU THENI BRANCH

236 9 TAMIL NADU VIRUDHUNAGAR BRANCH

237 10 TAMIL NADU CUDDALORE BRANCH

238 11 TAMIL NADU KARUR BRANCH

239 12 TAMIL NADU PUDUKKOTTAI BRANCH

240 13 TAMIL NADU DINDIGUL BRANCH

241 14 TAMIL NADU ERODE BRANCH

242 15 TAMIL NADU TIRUPUR BRANCH

243 16 TAMIL NADU TIRUPATTUR BRANCH

244 17 TAMIL NADU THANJAVUR BRANCH

245 18 TAMIL NADU COIMBATORE BRANCH

246 19 TAMIL NADU KOVILPATTI BRANCH

247 20 TAMIL NADU TIRUVANNAMALAI BRANCH

248 21 TAMIL NADU TIRUCHIRAPPALLI BRANCH

TOTAL 21

249 1 TELANGANA VIKARABAD BRANCH

250 2 TELANGANA NIRMAL BRANCH

251 3 TELANGANA ADILABAD BRANCH

252 4 TELANGANA HUZURNAGAR BRANCH

253 5 TELANGANA NALGONDA BRANCH

254 6 TELANGANA MANCHERIAL BRANCH

255 7 TELANGANA BHONGIR BRANCH

256 8 TELANGANA KARIMNAGAR BRANCH

257 9 TELANGANA NAGARKURNOOL BRANCH

258 10 TELANGANA NIZAMABAD BRANCH

259 11 TELANGANA PEDDAPALLI BRANCH

260 12 TELANGANA DHS HANAMKONDA BRANCH

261 13 TELANGANA GANDHI CHOWK BRANCH

262 14 TELANGANA MEDAK BRANCH

TOTAL 14

263 1 UTTAR PRADESH AMROHA BRANCH

264 2 UTTAR PRADESH BAGHPAT BRANCH

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 59 of 60

NUMBER SR STATE BRANCH NAME

265 3 UTTAR PRADESH BAREILLY BRANCH

266 4 UTTAR PRADESH BASTI BRANCH

267 5 UTTAR PRADESH BHINGA BRANCH

268 6 UTTAR PRADESH BUDAUN BRANCH

269 7 UTTAR PRADESH HARDOI BRANCH

270 8 UTTAR PRADESH PADRAUNA BRANCH

271 9 UTTAR PRADESH PILIBHIT BRANCH

272 10 UTTAR PRADESH SAHARANPUR HO

273 11 UTTAR PRADESH TETARI BAZAR BRANCH

274 12 UTTAR PRADESH AMETHI BRANCH

275 13 UTTAR PRADESH BALLIA BRANCH

276 14 UTTAR PRADESH BARABANKI BRANCH

277 15 UTTAR PRADESH DIBIAPUR BRANCH

278 16 UTTAR PRADESH ETAWAH BRANCH

279 17 UTTAR PRADESH FATEHPUR BRANCH

280 18 UTTAR PRADESH FIROZABAD BRANCH

281 19 UTTAR PRADESH HATHRAS BRANCH

282 20 UTTAR PRADESH KANNAUJ BRANCH

283 21 UTTAR PRADESH KANPUR DEHAT

284 22 UTTAR PRADESH KARWI BRANCH

285 23 UTTAR PRADESH KASGANJ BRANCH

286 24 UTTAR PRADESH KHALILABAD BRANCH

287 25 UTTAR PRADESH LALITPUR BRANCH

288 26 UTTAR PRADESH MAHRAJGANJ BRANCH

289 27 UTTAR PRADESH MAU BRANCH

290 28 UTTAR PRADESH MORADABAD BRANCH

291 29 UTTAR PRADESH ORAI BRANCH

292 30 UTTAR PRADESH RAMPUR BRANCH

293 31 UTTAR PRADESH SHAMLI BRANCH

294 32 UTTAR PRADESH SULTANPUR BRANCH

295 33 UTTAR PRADESH UNNAO BRANCH

296 34 UTTAR PRADESH MATHURA BRANCH

297 35 UTTAR PRADESH AGRA FORT BRANCH

298 36 UTTAR PRADESH ALIGARH BRANCH

299 37 UTTAR PRADESH AZAMGARH BRANCH

300 38 UTTAR PRADESH BAHRAICH BRANCH

301 39 UTTAR PRADESH BULANDSHAHR BRANCH

302 40 UTTAR PRADESH ETAH BRANCH

303 41 UTTAR PRADESH GHAZIPUR BRANCH

304 42 UTTAR PRADESH GONDA BRANCH

305 43 UTTAR PRADESH MAINPURI BRANCH

(Bidder Stamp & Sign)

RFP for Supply of Fire Extinguishers at various Branches of IPPB Page 60 of 60

NUMBER SR STATE BRANCH NAME

306 44 UTTAR PRADESH SITAPUR BRANCH

307 45 UTTAR PRADESH ROBERTSGANJ BRANCH

308 46 UTTAR PRADESH SHAHJAHANPUR BRANCH

309 47 UTTAR PRADESH JHANSI BRANCH

310 48 UTTAR PRADESH KHERI BRANCH

311 49 UTTAR PRADESH MEERUT BRANCH

312 50 UTTAR PRADESH MIRZAPUR BRANCH

TOTAL 50

313 1 WEST BENGAL KALIMPONG S.O

314 2 WEST BENGAL DIAMOND HARBOUR BRANCH

315 3 WEST BENGAL ASANSOL BRANCH

316 4 WEST BENGAL BURDWAN BRANCH

317 5 WEST BENGAL JHARGRAM BRANCH

318 6 WEST BENGAL RAIGANJ BRANCH

319 7 WEST BENGAL MIDNAPORE BRANCH

320 8 WEST BENGAL CONTAI BRANCH

321 9 WEST BENGAL HOWRAH BRANCH

322 10 WEST BENGAL BANKURA BRANCH

323 11 WEST BENGAL BARASAT BRANCH

324 12 WEST BENGAL BARUIPUR BRANCH

325 13 WEST BENGAL BERHAMPORE BRANCH

326 14 WEST BENGAL CHINSURAH BRANCH

327 15 WEST BENGAL JALPAIGURI BRANCH

328 16 WEST BENGAL KRISHNANAGAR BRANCH

329 17 WEST BENGAL PURULIA BRANCH

330 18 WEST BENGAL SILIGURI H.O

331 19 WEST BENGAL SURI BRANCH

332 20 WEST BENGAL TAMLUK BRANCH

333 21 WEST BENGAL COOCH BEHAR BRANCH

334 22 WEST BENGAL ALIPURDUAR BRANCH

335 23 WEST BENGAL Malda Branch

336 24 WEST BENGAL BALURGHAT BRANCH

337 25 WEST BENGAL KOLKATTA BRANCH

TOTAL 25