state bank of india · 2017-10-12 · 3) carbon dioxide type fire extinguishers. 4) clean agent...
TRANSCRIPT
CATEGORY: A
Empanelment of Vendors and Rate Fixation
FOR
SUPPLY, INSTALLATION, REFILLING & MAINTENANCE OF
FIRE EXTINGUISHERS AS PER BIS: 15683:2006
For Branches/offices under Thiruvananthapuram LHO
(Kerala, UT of Lakshadweep & Mahe)
State Bank of India
CSO/FIRESAFETY/79/1 Date: 16.10.2017
State Bank of India Circle Security Department,
Ground Floor, Local Head Office, Poojapura Thiruvananthapuram – 695 012
Phone No. (0471) 2192828
Bid No.CSO/FireSafety/79 Dated 16.10.2017
NOTICE for Empanelment for SUPPLY, INSTALLATION, REFILLING & MAINTENANCE
of Fire Extinguishers as per BIS: 15683:2006 & Rate fixation Applications are invited in TWO BID system from vendors of Fire Extinguishers like Minimax/Safex/Firefite/Zenith/Safepro/Kanex or equivalent. The Technical Bid and Price Bid are to submitted in separate sealed covers.
1. Name of the work Supply, installation and maintenance of Fire
Extinguishers as per new IS 15683 for the branches/
offices of SBI located in Rural, Semi-Urban and Urban
Areas in Kerala, UT of Lakshadweep & Mahe.
2. Bid Document No. CSO/FIRESAFETY/79/1, Date : 16.10.2017
3. Bid document. Application may be downloaded from Banks web site
www.sbi.co.in under link “PROCUREMENT NEWS” (SEPARATE BIDS SHOULD BE SUBMITTED FOR CATEGORY A & B}
4. Pre Bid meeting 30/10/2017 at 3.00 PM
5. Time and last date of
Submission of BIDs
on or before 6th November 2017 up to 15.00 Hrs.
6. Place & Address for
submission of tender
In the tender box placed at the Circle Security
Department, State Bank of India, Ground Floor, LHO,
Poojapura, Thiruvananthapuram – 695012 or by Post.
7. Date, Time and Place of
opening of Technical Bid
On 6th November 2017 at 16.00 Hrs, at Circle Security
Department, State Bank of India, Local Head Office,
Poojapura, Thiruvananthapuram – 695012.,
8. Date of opening Financial
Bid
The technically qualify bidder will be communicated by
email the Date & Time of opening Financial Bid.
9. Validity period of
Empanelment
Three years.
10. Taxes The amount to be quoted should be exclusive of all
applicable taxes.
11. Terms of payment of Bills After supply and installation of the equipment.
The bank reserves the right to reject any or all bids without assigning any reason, even though the
firms primarily satisfy the eligibility criteria. The Bank reserves the right to cancel the tendering
process without giving any reasons at any stage.
A. INSTRUCTIONS TO THE APPLICANTS FOR FURNISHING INFORMATION
1. Only those Vendors who fulfill the eligibility criteria should apply on the prescribed formats with enclosures and documentary proofs. The applications shall be written in English and the application should be accompanied by latest copies of technical brochure of the products. The sealed covers containing the name and address of the applicant is to be super scribed “FOR EMPANELMENT OF CONTRACTORS FOR FIRE EXTINGUISHERS”. Separate bid document should be submitted for Fire Extinguishers (Category A) and AMC for Fixed Fire Fighting installations (Category B) on or before 6th November 2017 up to 15.00hrs. at the following address:-
Asstt. General Manager (Circle Security)
State Bank of India,
Circle Security Department,
Ground Floor, Local Head Office,
Poojapura, Thiruvananthapuram – 695012.
Phone No. (0471) 2192828
Bid No.CSO/FireSafety/79 Dated 16.10.2017
2. The evaluation will be based on the experience, reputation, empanelment with other Bank’s,
PSU’s, Govt. institutions, reputed corporate, feedback from clients, manpower & logistical
support of the applicant, their financial capabilities, quality consciousness, etc and if found
necessary may also include inspecting the works undertaken by them for which, necessary co-
ordination shall be made by the vendor/firm. Based on the details furnished and inspection of
works, eligibility criteria, the applicants will be shortlisted for empanelment. Decision of the
Bank regarding selection/rejection for empanelment will be final and Bank can cancel the
entire tendering process at any time.
3. Mere submission of application does not guarantee empanelment, further empanelment by
itself will not guarantee any order/engagement by the Bank.
4. Vendors are required to submit their applications with full bio-data giving details about their organization, experience, technical personnel in their organization, competence and adequate evidence of their financial standing etc. in the enclosed form which will be kept confidential.
5. While deciding upon the empanelment of Vendors, great emphasis will be given on the ability and competence of applicants to do good quality works within the specified time schedule and in close co-ordination with Bank as well as other agencies.
6. Each page of the application shall be signed with seal of the company/ firm. The application shall be signed by persons on behalf of the organization having necessary authorization/ Power of Attorney to do so (Certified copies to be enclosed).
7. If the space in the pro-forma is insufficient for furnishing full details, such information may be supplemented on separate sheets of paper, stating therein the part of the pro-forma and serial number. Separate sheets shall be used for each part. However, the format shall be as per Pro-forma.
8. Clarification if any, may be obtained from Chief Manager (Fire Safety), Circle Security Department, SBI, LHO, Poojapura, Thiruvananthapuram by email [email protected]
9. Canvassing in any form in connection with selection is strictly prohibited & the application of such Vendor / firm / person, who, resort to canvassing will be liable to be rejection.
10. Those vendors/firms who are already empanelled with Thiruvananthapuram Circle needs to apply afresh, if they would like to get empanelled with the Bank.
11. Bank reserves the right to reject any/all the applications without assigning any reasons, whatsoever.
12. Disputes, if any, regarding the empanelment shall be within the jurisdiction of Court in Thiruvananthapuram only.
13. The Technical Bid envelope will be super scribed “TECHNICAL BID FOR FIRE EXTINGUISHERS” AND Price Bid should super scribed “PRICE BID FOR FIRE EXTINGUISHERS”.
14. The Technical Bid and Price Bid should be submitted as above in separate sealed envelope only. Both these envelopes should be put in a third envelope super scribing “Bid documents for Fire Extinguishers as per Bid No. CSO/FIRESAFETY/79/1, Date: 16.10.2017
15. A pre-bid meeting will be held on 30th October 2017 at 3.00 PM in Circle Security Department, SBI, LHO, Poojapura, Thiruvananthapuram.
B. ELIGIBILITY CRITERIA FOR EMPANELMENT: 1) The Vendor should be in business of Supply, Installation, Refilling & Maintenance of ISI marked
Fire Extinguishers for a period of not less than 7 years. The firm should also have its
business of fire extinguishers within the jurisdiction of Thiruvananthapuram Circle.(Work
order in support of the above to be submitted).
2) The Vendor in respect of its business in respect of Fire Extinguishers, should have minimum
average Annual Turnover of 15 Lakhs for last THREE financial year ending on 31st March 2017
and it should be profit making entity. (Please attach audited P&L account statement and
Bid No.CSO/FireSafety/79 Dated 16.10.2017
turnover certificate duly certified by a Charted Accountant.) Additional supporting documents if
required would be asked for, subsequently.
3) The vendor should have an office within the jurisdiction of Thiruvananthapuram Circle.
(Proof to be submitted in the form of lease agreement/Telephone bill/Trade license etc.)
4) The vendor should have sufficient technical staff with adequate experience in the circle
jurisdiction. (Details to be submitted)
5) The Vendor should have supplied/Refilled/Maintained Fire Extinguishers to reputed
organizations during last 3 years such as PSU/PSB/reputed private sector organisation etc. (The
details of the work carried out by the firms should be enclosed as Annexure-B.)
C. THE EMPANELMENT & RATE FINALISATION PROCEDURE AND TERMS & CONDITIONS: 1) Sealed envelopes containing separate envelops of Technical and Price Bid received in
accordance with this bid document up to 15.00 Hrs on scheduled date will only be considered
for further evaluation. The Technical Bids will be opened on the same date at 16.00 Hrs, in the
presence of the committee members constituted by the Bank in this regard. The bidders/their
representative, if they so desires may be present at the time of opening of the Technical bid. No
separate intimation will be sent to the bidders to be present themselves or for deputing their
representatives.
2) Vendors shall furnish documents establishing the bidder’s eligibility to supply the material by
means of a Back to Back Support Certificate/agreement for minimum 03 years from the Original
equipment manufacturers (OEM) and the brochures, pamphlet, literature, drawings etc. in
support of Fire Extinguishers being offered should be attached.
3) Vendors application will be evaluated/scrutinized/verified on the basis of details provided by
them, documents, work carried out/feedback/product demonstration & Site Visits.
4) Vendor who preliminarily qualify in technical bid will be invited to demonstrate their product at
SBI LHO at the discretion of the Bank. Only on satisfactory performance and quality of the
product they will be considered for actual empanelment.
5) The PRICE BID of the firms/vendors who technically qualified for empanelment only will be
opened. The date of opening of price bid will be communicated to the bidders who technically
qualify for empanelment by email.
6) Bank will finalize contractual rates basing on the lowest rates quoted by the vendor’s for
individual item wise. The lowest rates will be circulated to the qualified vendors for their
acceptance. Firms who will give their acceptance for these rates, will be shortlisted for entrusting
the work.
7) Rate-Contract will be valid for 12 months, no price hike shall be permitted for a period of 12
months from the date of this contract and the rates may be reviewed by the SBI LHO as per the
market conditions after contractual period. However, the Bank reserves the right to call fresh
price bid from all the technically qualified bidders, if the Bank so desires.
8) As the number of branches and area is quite large, it is considered that it is beyond the capability of one vendor to carry out the entire work. In view of the above the work will be distributed amongst all or more than one empanelled vendors by the Administrative Offices. The decision of the Bank in respect of such distribution of work will be final.
9) It will be mandatory to accept work of Regions comprising of urban as well as rural branches and also vendor should be willing to take up work of supply and maintenance together.
10) The firms will have to enter into annual maintenance contract agreement with allotted
Administrative Offices for servicing of fire extinguishers in the branches under their control.
Bid No.CSO/FireSafety/79 Dated 16.10.2017
11) The empanelment shall be valid for a period of three years subject to satisfactory
performance which will be revived periodically. Bank reserves the right to cancel
empanelment by giving a one month notice without assigning any reason.
12) The engaged vendors shall be required to supply and install fire extinguishers as per BIS- 15683
satisfactorily followed by subsequent refilling/maintenance.
D. TECHNICAL SPECIFICATIONS OF FIRE EXTINGUISHERS: “ANNEXURE – C”
1) Water Type Extinguishers 2) Dry Chemical Powder (DCP/ABC). 3) Carbon Dioxide Type Fire Extinguishers. 4) Clean Agent Type Fire Extinguishers
5) Modular Fire extinguisher Note: The fire extinguishers should satisfy all the requirements of construction material, dimensions, sizes, ratings, tests criteria as per IS 15683:2006 mentioned in Annexure-C.
E. ANNUAL MAINTENANCE AND REFILLING OF THE FIRE EXTINGUISHER WHEN
ALLOTTED SHOULD INCLUDE THE FOLLOWING SCOPE OF WORK:-
a) AMC will include minimum Two visits in a year (i.e. once in Six months) and any number of breakdown calls.
b) Inspecting, weighing and cleaning of all fire extinguishers.
c) Changing of water in water CO2 type fire extinguishers.
d) Removing dust/corrosion and polishing metal parts.
e) Greasing of moving/other metallic parts where greasing is required.
f) Pressure testing of fire extinguishers and changing of components, if required.
g) Refitting of wall brackets etc. if these are found to be loose or if they are located at wrong/inconvenient place.
h) The refilling and maintenance of the fire extinguishers and periodicity of Refilling, Hydraulic Pressure testing should be as per IS-2190-2010. The refill packs/materials will be used as per BIS marked.
F. SCHEDULE FOR REFILLING, SERVICING & MAINTENANCE:
All extinguishers shall be maintained and refilled as per the Banks extent guidelines without any deviation.
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Form-1
Technical Bid Form
(On the Bidder’s/Company letter head)
Letter No. Date:
Place:
Assistant General Manager (Circle Security)
State Bank of India,
Circle security Department,
Ground Floor, LHO, Poojapura
Thiruvananthapuram – 695 012
Dear Sir,
Subject: APPLICATION FOR EMPANELMENT OF SUPPLY, INSTALLATION &
MAINTENANCE OF FIRE EXTINGUISHERS AS PER NEW BIS: 15683:2006
Reference: Bid No. CSO/FIRESAFETY/79/1 Date: 16.10.2017
With reference to your advertisement vide reference no. ………… dated ………. for the
captioned subject. We enclose herewith our company/firm profile in the format (Form-2)
along with necessary supporting papers with an additional set of its Xerox copies duly
signed and sealed by the authorized signatory Sri ………….…………of the company/firm.
A copy of the authorization letter is enclosed. We confirm that the details furnished by us
are true and correct. We undertake to produce the original of all the papers / documents
attached herewith as and when demanded for by the Bank and shall extend all assistance
to the Bank Authorities for the purpose of empanelment.
3. We clearly understand & undertake that mere submission of application does not
guarantee our empanelment and Bank’s decision in this regard will be final and binding on
us. We accept all terms & conditions laid down in the advertisement.
Yours faithfully,
(Signature/ Name (Seal of the Firm/Company)
of Authorized Signatory)
Bid No.CSO/FireSafety/79 Dated 16.10.2017
FORM No. 2
APPLICATION FOR EMPANELMENT OF SUPPLY, INSTALLATION & MAINTENANCE OF
FIRE EXTINGUISHERS AS PER NEW BIS: 15683:2006 (Please strike-off whichever is not applicable)
S.NO.
DESCRIPTION
PARTICULARS
1.
a) Name of the Firm/Establishment
b) Full Postal Address of the Firm
c) Contact Details:
i. Phone No. with STD code, ii. Mobile No. iii. FAX No. & iv. E-mail address
a.
B.
3.
Year/Date of commencement of business of
Fire Extinguishers. (enclose documentary
proof ad enclosure-A)
4.
Constitution of firm: details of registration –
date and registration number, whether
partnership firm, company etc. Name of the
registering authority, (enclose documentary
proof as enclosure-B)
(please specify with support
documents)
5.
Name of the Proprietor / Directors of the
organization / firm
(enclose documentary proof as Enclosure-C)
6. Name (s) of authorized signatory with
designation
7.
Mode of Authorization (enclose documentary
proof as Enclosure-D)
Resolution / Partnership Deep /
Registered Power of Attorney /
Proprietor / Any other (Please specify
with support documents)
8.
Details of registration / empanelment with
different Organizations such as CPWD / PWD
/ ONGC / PSU / Nationalized Banks /
Reputed Establishments etc. if so, in which
class and since when?
(enclose documentary proof as Enclosure-E)
Yes/No
9. Numbers of years of experience in this field.
10. Yearly turnover & net profit of the Firm during Turnover Profit
Bid No.CSO/FireSafety/79 Dated 16.10.2017
last financial years ending March 2017 and
furnish audited balance sheet and Profit &
Loss A/C (enclose
chartered accountant’s certificate as
Enclosure -F)
2014 – 15 = Rs.
2015 – 16 = Rs.
2016-17 = Rs.
11.
Banking Details
a) Banker’s Name:
b) Full Postal Address:
c) Telephone No.:
d) Account No.:
e) Type of Account:
12. PAN No. (Enclosure-G)
13.
Whether Registered with Tax Department, If
Yes, GST Registration details.
(enclose as Enclosure-H)
14.
Whether last year IT return filed (Please
enclose copies of IT return for the year, as
Enclosure-I)
Yes/No
15. Details of work/ engagements/ empanelment
in hand (enclose as Enclosure-J)
Please enclose copies of work order
certificates.
16.
Details of works carried out during last three
years AND List of Clients whose work has
been undertaken (proof of work order as well
as completion certificate to be attached)
(as per attached format –Annexure-A & B )
17. Name and qualification of Technical
personnel / tradesmen (enclosure-J)
Details should be given in separate
enclosures-M
18.
A) Whether any civil suit / litigation arisen in
contracts executed during the last 10 years. If
yes, please furnish the name of the project,
employer, nature of the work, contract value,
work order and brief details of litigation. Give
name of the Court, place and status of
pending litigation.
B) Whether you have been depaneled/
removed/terminated/blacklisted from any
engagement by the IBA/RBI/any Nationalised
Banks/Central/State Government If so details.
Attach a separate sheet if required.
19.
Please mentions whether your any relative(s)
is (are) working in the State Bank of India
with Name, relationship, address & present
posting etc.
20.
Latest Original Equipment Manufacturer (OEM) Certificate regarding Supply / dealer / distributors of fire Extinguishers in Kerala. (enclose documentary proof as Enclosure -K)
21.
List of equipments & tools
owned by the Firm,
(enclose documentary proof as Enclosure -L)
Bid No.CSO/FireSafety/79 Dated 16.10.2017
DECLARATION:
I/We have read and understood the Bid Documents and the particulars given in this application form
along with enclosures are complete and in compliance with the Bid. Further my / our firm fulfills the
eligibility criteria for empanelment described in the bid documents.
I / We hereby confirm and certify that the information given above are correct & true and the
enclosures annexed herewith are genuine.
I/We are authorized to sign & submit these documents for empanelment / pre-qualification/
enlistment.
I / We understand that if at any stage it is found / noticed by the Bank that any information thus
provided by us is untrue / incorrect partly or fully, and in case of receipt of adverse / unsatisfactory
report from other clients / Bankers, the Bank may not consider our application and / or may de-list
us and / or may take any appropriate action against us as per discretion of the Bank.
I / We also understand that partly / wrongly filled application and / or applications not on prescribed
Pro-forma and / or applications not accompanying relevant documents / enclosures / annexure are
liable to be summarily rejected by the Bank.
I / We understand that this is merely an application & does not entitle us to be necessarily
empanelled / enlisted / pre-qualified by the Bank and Bank reserves its right to reject all and / or any
application without assigning any reason whatsoever.
I/We further agree that, if our firm/company is empanelled, we shall cooperate with the Bank in
respect of engagement and with any other empanelled agency, as per the requirement and
guidelines of the Bank.
Seal of the Firm (Signature of Authorized Signatory)
Place/Date: (Name:…………….
Bid No.CSO/FireSafety/79 Dated 16.10.2017
ANNEXURE-A
FIRE EXTINGUISHERS SUPPLIED DURING LAST THREE YEARS
S. NO.
BLOCK – YEAR
NO. OF EXTINGUISHERS SUPPLIED
Water -CO2 (9 Liter)
Co2 – Type (4.5kg)
CO2 – Type (22.5 Kg)
ABC – Type (2.0kg)
DCP (BC/ABC) Type (5.0kg)
1. 2014-15
2 2015-16
3 2016-17
TOTAL
Note: - Purchase Orders to be attached. SEAL OF THE FIRM/COMPANY Date: Place:
Bid No.CSO/FireSafety/79 Dated 16.10.2017
ANNEXURE-B
DETAILS OF WORKS (SUPPLY & AMC) CARRIED OUT DURING
LAST THREE YEARS BY THE FIRM
S. No.
Name of the work
Organization & Place
Cost of work
Year of Execution
Name of the Authority under whom work is executed with their address and contact numbers
Remarks as Work completed / Work in Progress
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
Note: Please enclose supporting documents (i.e. work order / certificates) of work experience issued by the client.
(Authorized signatory) SEAL OF THE FIRM/COMPANY Date: Place:
Bid No.CSO/FireSafety/79 Dated 16.10.2017
ANNEXURE-C
TECHNICAL DETAILS OF CO2 PORTABLE FIRE EXTINGUISHERS
Sl. No.
Details Particulars
Requirement Requirement
3 Kg 4.5 Kg
1 General
a Standard Code Conforming to IS: 15683 Conforming to IS: 15683
b Type Portable Portable
c Fire Rating 13 B 13 B
d Suitable for class of fire Class B & Class C Class B & Class C
e Working Temperature -200 to 550C -200 to 550C
2 Material of Construction for Body
a Material Seamless Manganese
Steel Tube as per IS 7285
Seamless Manganese Steel Tube as per IS 7285
b Size
i Height 525 mm + 5 700 to 710 mm
ii Diameter 140 mm + 5 140 mm + 5
iii Thickness 4.2 mm As per IS
15683:2006 4.2 mm As per IS 15683:2006
3 Pressure Requirement
a Service Pressure 60-65 Kg/cm2 60-65 Kg/cm2
b Testing Pressure 250 Kg/cm2 250 Kg/cm2
4 Neck Ring
a Threads As per IS 3224 As per IS 3224
b Type Wheel type / Squeeze grip
type as per IS: 3224:2002 Wheel type / Squeeze grip type as per IS: 3224:2002
Wheel type IS 3224
Aluminum Wheel type IS 3224 Aluminum
5 Valve Working pressure 158 Kg/cm2 158 Kg/cm2
6 Hose
a Material Wire Braided Rubber Wire Braided Rubber
b Size
c I.D. 10 mm 10 mm
d Length - 1 m
e Working Pressure 150 Kg/cm2 150 Kg/cm2
f Bursting Pressure 275 Kg/cm2 275 Kg/cm2
7 Discharge Tube Made of M.S., Swivel joint
type with rubber cover, free rotation in 360 angle
NA
8 Discharge Horn
a Property Non conductive Non conductive
b Material Fiber glass / Polyethylene Fiber glass / Polyethylene
c Size
i Length 250 mm 400 mm
ii O.D. 42 mm 62 mm
7 Charge
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Sl. No.
Details Particulars
Requirement Requirement
3 Kg 4.5 Kg
a Extinguishing Media Carbon Dioxide confirms
to IS 15222 Carbon Dioxide confirms to IS 15222
b Filling Ratio 0.667 0.667
c Weight / Volume 3 Kg 4.5 Kg
8 Washer
a Material Taflon / Nylon Taflon / Nylon
b Size
i O.D. 19 mm 19 mm
ii I.D. 9 mm 9 mm
iii Thickness 3 mm 3 mm
9 Performance Test
a Bulk Range Discharge Not less than 2 Mtr. Not less than 2 Mtr.
b Minimum Effective Discharge Time
8 sec 8 sec
c Throw of Jet 2 Mtr 2 Mtr
d Discharge % 10 to 20 sec. Not less
than 95 % 10 to 25 sec. Not less than 95 %
10 Weights
a Empty Weight 9 to 10 Kg 12 to 14 Kg
b Full Weight 12 to 13 16.5 to 18.5 Kg
11 Wall Mounting Bracket Mild Steel (Powder
coated) Mild Steel (Powder coated)
12 Maintenance As per IS 2190 As per IS 2190
13
Refilling Once in 2 years. Return to authorized recharger for recharging with Hydraulic Pressure test
Once in 2 years. Return to authorized recharger for recharging with Hydraulic Pressure test
14 Life of Extinguisher 10 years 10 years
15 Painting Fire Red Fire Red,
confirming to shade No. 536 of IS: 5
Fire Red Fire Red, confirming to shade No. 536 of IS: 5
16a Marking Standard marking IS: 15683 IS: 15683
b Name of the
manufacturer or trade mark if any
c Year of manufacture
d Serial number
e Type of extinguisher CO2 Type CO2 Type
f Capacity of
extinguisher 3 Kg 4.5 Kg
g
A declaration to the effect that the body of the extinguisher has been tested to a pressure of
250 Kg/cm2 250 Kg/cm2
h Picture showing
method of operation
i Method of operation
in prominent letters
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Sl. No.
Details Particulars
Requirement Requirement
3 Kg 4.5 Kg
j
The extinguisher shall be marked with letter indicating their suitability for respective classes of fires indicating their suitability for respective classes of fires
Class B & Class C Class B & Class C
TECHNICAL DETAILS OF DCP FIRE EXTINGUISHERS (CARTRIDGE TYPE) Sl. No.
Particulars Details
Requirement Requirement
DCP 6 Kg DCP 9 Kg
1 General
a Standard Code Conforming to IS: 15683 Conforming to IS: 15683
b Type Portable Portable
c Fire Rating 21 B 34 B
d Suitable for class of fire
Class B & Class C Class B & Class C
e Working Temperature
-300 to 550C -300 to 550C
2 Body
a Material M.S. Sheet (IS 513) M.S. Sheet (IS 513)
b Size
i Height 500 to 510 mm 600 to 620 mm
ii Diameter 150 to 160 mm 175 to 190 mm
iii Thickness Min 1.5 mm (As per IS 15683) Min 1.5 mm (As per IS 15683)
3 Pressure Requirement
a Service Pressure 15 Kg/cm2 15 Kg/cm2
b Test Pressure 30 Kg/cm2 30 Kg/cm2
c Burst Pressure 45 Kg/cm2 45 Kg/cm2
4 Neck Ring Neck ring is welded with top of the body
having mounting threads (G2-1/2 or M74 x 2)
Neck ring is welded with top of the body having mounting threads (G2-1/2 or M74 x 2)
5 Cap Material Brass Forging (IS 6912) Brass Forging (IS 6912)
6 Cap Washer Material Rubber (IS 5382) Rubber (IS 5382)
7 Plunger Material Brass/Stainless Steel (IS 6528) Brass/Stainless Steel (IS 6528)
8 Spring Material Carbon Steel (IS 4454) Carbon Steel (IS 4454)
9 Siphon Tube Material Aluminium/ M.S. (IS 3601) Aluminium/ M.S. (IS 3601)
10
Discharge Assembly
Squeeze grip type having mounting threads to match with necking threads.
a Discharge Nozzle Material Plastic Nozzle with Metallic insert fitted
with hose. Plastic Nozzle with Metallic insert fitted with hose.
b Hose
i Material Braided Rubber / PVC Braided Rubber / PVC
ii Length 450 mm 450 mm
iii Burst Pressure 50 Kg/cm2 50 Kg/cm2
11 Extinguishing Dry Chemical Powder (Sodium bi- Dry Chemical Powder (Sodium bi-
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Sl. No.
Particulars Details
Requirement Requirement
DCP 6 Kg DCP 9 Kg
Media carbonate) as per IS 4308 carbonate) as per IS 4308
12 Expelling Media
a Gas Carbon di oxide (CO2) Carbon di oxide (CO2)
b Gas Cartridge
i Material Steel (IS 4947)
ii Capacity 120 gm. 180 gm.
13 Performance Test
i Bulk Range Discharge 2 Mtr. (Minimum) 2 Mtr. (Minimum)
ii Minimum Effective
Discharge Time 8 sec (min) 8 sec (min)
iii Throw of Jet 4 Mtr. Not less than 6 m
iv Percentage of discharge 90% 90%
v Duration 25 sec max 30 sec max
14 Weights
a Empty Weight 6 Kg (approx.) 9 Kg (approx.)
b Full Weight 12 Kg (approx.) 17 Kg (approx.)
15 Wall Mounting Bracket
Mild Steel (Powder coated) Mild Steel (Powder coated)
16 Maintenance As per IS 2190 As per IS 2190
17 Refilling Once in 3 years. Refilling at site by
changing powder and cartridge powder and cartridge
Once in 3 years. Refilling at site by changing powder and cartridge changing powder and cartridge
18 Life of Extinguisher 10 years 10 years
19 Painting Fire Red, confirming to shade No. 536
of IS: 5. Blue (5% of total surface area remaining in red)
Fire Red, confirming to shade No. 536 of IS: 5. Blue (5% of total surface area remaining in red)
20 Marking
a Standard marking IS: 15683 IS: 15683
b Name of the
manufacturer or trade mark if any
c Year of manufacture
d Serial number
e Type of extinguisher Dry Chemical Powder BC (Squeeze
Grip Cartridge Type) Dry Chemical Powder BC (Squeeze Grip Cartridge Type)
f Capacity of extinguisher 6 Kg 9 Kg
g
A declaration to the effect that the body of the extinguisher has been tested to a pressure of
30 Kg/cm2 30 Kg/cm2
h Picture showing method
of operation
i Method of operation in
prominent letters
j
The extinguisher shall be marked with letter indicating their suitability for respective classes of fires
Class B & Class C Class B & Class C
Bid No.CSO/FireSafety/79 Dated 16.10.2017
TECHNICAL DETAILS OF DCP FIRE EXTINGUISHERS (STORED PRESSURE)
Sl. No.
Particulars Details
Requirement Requirement
DCP 6 Kg DCP 9 Kg
1 General
a Standard Code Conforming to IS: 15683 Conforming to IS: 15683
b Type Portable Portable
c Fire Rating 21 B 34 B
d Suitable for class of fire
Class B & Class C Class B & Class C
e Working Temperature
-200 to 550C -200 to 550C
2 Body
a Material M.S. Sheet (IS 513) M.S. Sheet (IS 513)
b Size
i Height Less than 600 mm 600 to 620 mm
ii Diameter 150 to 160 mm 175 to 190 mm
iii Thickness Min 1.5 mm (As per IS 15683) Min 1.5 mm (As per IS 15683)
3 Pressure Requirement
a Service Pressure 15 Kg/cm2 15 Kg/cm2
b Test Pressure 30 Kg/cm2 30 Kg/cm2
c Burst Pressure 45 Kg/cm2 45 Kg/cm2
4 Neck Ring Neck ring is welded with top of the
body having mounting threads (G2-1/2 or M74 x 2)
Neck ring is welded with top of the body having mounting threads (G2-1/2 or M74 x 2)
5 Cap Material Brass Forging (IS 6912) Brass Forging (IS 6912)
6 Cap Washer Material Rubber (IS 5382) Rubber (IS 5382)
7 Plunger Material Brass/Stainless Steel (IS 6528) Brass/Stainless Steel (IS 6528)
8 Spring Material Carbon Steel (IS 4454) Carbon Steel (IS 4454)
9 Siphon Tube Material Aluminium/ M.S. (IS 3601) Aluminium/ M.S. (IS 3601)
10
Discharge Assembly
Squeeze grip type having mounting threads to match with necking threads.
a Discharge Nozzle Material Plastic Nozzle with Metallic insert fitted
with hose or SS- 316 or Forged Brass as per IS: 6912
Plastic Nozzle with Metallic insert fitted with hose or SS- 316 or Forged Brass as per IS: 6912
b Hose
i Material Braided Rubber / PVC Braided Rubber / PVC
ii Length 450 -500 mm 450 -500 mm
iii Burst Pressure 50 Kg/cm2 50 Kg/cm2
10 Extinguishing Media
Dry Chemical Powder (Sodium bi-carbonate) as per IS 4308
Dry Chemical Powder (Sodium bi-carbonate) as per IS 4308
11 Expelling Media Nitrogen Gas (IS 1747) Nitrogen Gas (IS 1747)
12 Performance Test
I Bulk Range Discharge 2 Mtr. (Minimum) 2 Mtr. (Minimum)
ii Minimum Effective
Discharge Time 8 sec (min) 8 sec (min)
iii Throw of Jet 4 Mtr. Not less than 6 m
iv Percentage of discharge 90% 90%
v Duration 25 sec max 30 sec max
13 Weights
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Sl. No.
Particulars Details
Requirement Requirement
DCP 6 Kg DCP 9 Kg
a Empty Weight 3 Kg (approx.) 4 Kg (approx.)
b Full Weight 9 Kg (approx.) 13 Kg (approx.)
14 Wall Mounting Bracket
Mild Steel (Powder coated) Mild Steel (Powder coated)
15 Maintenance
16 Refilling As per IS 2190 As per IS 2190
Once in 3 years. Return to authorized recharger for recharging with Hydraulic Pressure test
Once in 3 years. Return to authorized recharger for recharging with Hydraulic Pressure test
17 Life of Extinguisher
10 years 10 years
18 Painting Fire Red, confirming to shade No. 536
of IS: 5. Blue (5% of total surface area remaining in red)
Fire Red, confirming to shade No. 536 of IS: 5. Blue (5% of total surface area remaining in red)
19 Marking
a Standard marking IS: 15683 IS: 15683
b Name of the
manufacturer or trade mark if any
c Year of manufacture
d Serial number
e Type of extinguisher Dry Chemical Powder BC (Squeeze
Grip Stored Pressure Type) Dry Chemical Powder BC Squeeze Grip Stored Pressure Type)
f Capacity of extinguisher 6 Kg 9 Kg
g
A declaration to the effect that the body of the extinguisher has been tested to a pressure of
30 Kg/cm2 30 Kg/cm2
h Picture showing method
of operation
i Method of operation in
prominent letters
j
The extinguisher shall be marked with letter indicating their suitability for respective classes of fires
Class B & Class C Class B & Class C
TECHNICAL DETAILS OF WATER CO2 FIRE EXTINGUISHERS
Sl.No. Particulars Details Requirement Requirement
Water CO2 Cartridge Type Water CO2 Stored Pressure
Type
1 General
a Standard Code Conforming to IS: 15683 Conforming to IS: 15683
b Type Portable Portable
c Fire Rating 2 A 3 A
d Suitable for class of fire Class A Class A
e Working Temperature 00 to 550C +50 to 550C
2 Material of Construction for Body
a Material M.S. Sheet (IS 513) M.S. Sheet (IS 513)
b Height 580 to 600 mm 580 to 600 mm
c Diameter 180 to 190 mm 180 to 190 mm
d Thickness 1.5 to 1.6 mm Epoxy Powder
Coat (min. 0.05 mm) (As per IS 15683)
1.5 to 1.6 mm Epoxy Powder Coat (min. 0.05 mm) (As per IS 15683)
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Sl.No. Particulars Details Requirement Requirement
Water CO2 Cartridge Type Water CO2 Stored Pressure
Type
3 Pressure Requirement
a Service Pressure 12 Kg/cm2 12 Kg/cm2
b Test Pressure 30 Kg/cm2 30 Kg/cm2
c Burst Pressure 45 Kg/cm2 45 Kg/cm2
3
Neck Ring Seamless M.S. Pipe (IS 1239) neck ring is welded with top of the body having mounting threads as per IS 2643
Seamless M.S. Pipe (IS 1239) neck ring is welded with top of the body having mounting threads as per IS 2643
4 Cap Brass Forging (IS 6912)
having threads As per IS 2643
Brass Forging (IS 6912) having threads As per IS 2643
5 Cap Washer Material Rubber (IS 5382) Rubber (IS 5382)
6 Pressure Gauge Properties 23 mm series of Diaphragm,
Brass Shelling nickel plated, Water proof
23 mm series of Diaphragm, Brass Shelling nickel plated, Water proof
7 Siphon Tube Material Brass Plastic /SS/ M.S. (IS
3601) Brass Plastic /SS/ M.S. (IS 3601)
8 Snifter Valve Material Brass (IS 319) Brass (IS 319)
9 Discharge Assembly
a Discharge Nozzle Squeeze Grip type
i Material Aluminum Alloy (IS 617)
Plastic (IS 7328) Aluminum Alloy (IS 617) Plastic (IS 7328)
B(i) Hose Material Braided Rubber / PVC Braided Rubber / PVC
ii Size Length: 400 mm (Minimum) Length: 450 mm (Minimum)
iii Burst Pressure 50 Kg/cm2 50 Kg/cm2
10 Safety Clip Material Steel (IS 2507) Steel (IS 2507)
11
Extinguishing Media Pure Water Pure Water
Weight / Volume 9 Ltr 9 Ltr
12 Expelling Media
a Gas Cartridge NA
i Material Steel (IS 4947) NA
ii Gas CO2 NA
iii Capacity 60 Gm NA
b Stored Pressure Type NA Nitrogen gas at pressure 15
Kg/cm2
13 Performance Test
a Bulk Range Discharge 2 Mtr. (Minimum) 2 Mtr. (Minimum)
b Minimum Effective
Discharge Time 60 to 120 sec 60 to 120 sec
c Throw of Jet Not less than 6 m Not less than 6 m
d Percentage of discharge 90% 90%
14 Weight
a Empty Weight 5.5 Kg (with cap, cartridge
and discharge connection) 5.5 Kg (with cap, cartridge and discharge connection)
b Full Weight 14.5 Kg 14.5 Kg
15 Wall Mounting Bracket
Mild Steel (Powder coated) Mild Steel (Powder coated)
16 Maintenance As per IS 2190 As per IS 2190
17
Refilling Once in 5 years Refilling at site by changing water and cartridge
Once in 2 years. Return to authorized recharger for recharging with Hydraulic Pressure test
18 Life of Extinguisher 10 years 10 years
19 Painting Fire Red, confirming to shade
No. 536 of IS: 5 Fire Red Fire Red, confirming to shade No. 536 of IS: 5
20 Marking
a Standard marking IS: 15683 IS: 15683
b Name of the manufacturer
or trade mark if any
c Year of manufacture
d Serial number
e Type of extinguisher Water CO2 Cartridge Type Water CO2 Stored Pressure Type
f Capacity of extinguisher 9 Ltr 9 Ltr
g
A declaration to the effect that the body of the extinguisher has been tested to a pressure of
30 Kg/cm2 30 Kg/cm2
h Picture showing method of
operation
i Method of operation in
prominent letters
j The extinguisher shall be Class A Class A
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Sl.No. Particulars Details Requirement Requirement
Water CO2 Cartridge Type Water CO2 Stored Pressure
Type
marked with letter indicating their suitability for respective classes of fires
Technical Specifications of Modular Fire extinguisher 1) ABC type 5 Kg Automatic Modular Fire Extinguisher:-
a) Extinguishing agent:- 5 kg ABC Powder (Mono ammonium phosphate) b) Propellant:- Nitrogen c) Working Pressure:- 7 -15 Kgs/cm2 d) Testing Pressure:- 35 Kgs/cm2 e) Area Protection:- 3.5 to 4 m2 f) Volume Protected:- 8 m3 g) Hanging vertically above risk in meter :- 1.5-2 m h) Operational time in sec:- 10-15 i) Container:- MIG welded MS body, not less than 2 mm CRC Sheet j) Operational Temperature in degree Celsius :- 57 to 107 k) Discharge:- 99% in 10-15 sec l) Pressure gauge
2) Metal Clad Plug Receptacle Socket: - 20 Amp, 230 V, single phase of repute manufacture (LEGRAND/HAGGER/SIEMENS, HAVELLS or equivalent) 3) MCB: - 20 Amp, single pole, 4) PVC Insulated Copper FRLS Wire of repute manufacture (Polycab /Finolex or equivalent):-
a) For Supply: - 2x 4 mm2 of 650 Volts Grade b) For ear thing: - 1x2.5 mm2 of 1.1 KV Grade 5) Items 2 to 4 should have relevant BIS certifications.
Bid No.CSO/FireSafety/79 Dated 16.10.2017
CHECK LIST Name of the Firm/Establishment:
S. NO. Particulars of the documents Enclosed Enclosed as SUBMITTED (Yes-Y / No-N)
1. Covering letter Form-1
2. Application Form-2
3. Year of establishments Enclosure A
4. Constitution of Firm/Registration of company Enclosure B
5. Name of the Proprietor / Directors of the
organization / firm Enclosure C
6. Mode of Authorization Enclosure D
7. Documentary proof of empanelment with other org.
Enclosure E
8. Yearly turnover of the firms last three years audited
Enclosure F
9. Copy of the PAN no. Enclosure G
10. Whether registered with sale tax dept. CST/VAT etc.
Enclosure H
11. IT returns Enclosure I
12. Details work for last three years. Annexure – A&B
13. List of the employee and their bio data Enclosure J
14. OEM & Back to back support certificates Enclosure K
15. List of the equipment’s/tools Enclosure L
Note: - Please enclose valid supporting documents for each item from Sr. No. 1 to 15 in the given order.
(Authorized signatory) SEAL OF THE FIRM/COMPANY
Date: Place:
Bid No.CSO/FireSafety/79 Dated 16.10.2017
PRICE BID
DESCRIPTION MAKE
[A]
RATE/UNIT FOR NEW
SUPPLY (INR)
[B]
RATE/UNIT FOR REFILLING &
SERVICING (INR)
1.
Water Type Fire Extinguishers: gas cartridge type,
provided with squeeze grip control valve operating
mechanism complete with CO2 Gas Cartridge,
suspension bracket, and overall conforming to IS:
15683 and ISI marked. Capacity – 09 Liter
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
2.
Dry Chemical Powder (BC) Type Fire
Extinguishers: gas cartridge type provided with
squeeze grip control valve operating mechanism
complete with CO2 Gas Cartridge, suspension
bracket, and overall conforming to IS: 15683 and ISI
marked. Capacity – 04 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
3.
Dry Chemical Powder (BC) Type Fire
Extinguishers: gas cartridge type provided with
squeeze grip control valve operating mechanism
complete with CO2 Gas Cartridge, suspension
bracket, and overall conforming to IS: 15683 and ISI
marked. Capacity – 06 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
4.
Dry Chemical Powder (BC) Type Fire
Extinguishers: gas cartridge type provided with
squeeze grip control valve operating mechanism
complete with CO2 Gas Cartridge, suspension
bracket, and overall conforming to IS: 10658 and ISI
marked. Capacity – 25 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
5.
“STORED PRESSURE” ABC TYPE FIRE
EXTINGUISHER (IS 15683) squeeze Lever
Discharge Valve fitted with Pressure indicating
Gauge, suspension bracket duly charged with Dry
powder (Mono Ammonium Phosphate), ISI Mark and
Pressurized with Nitrogen Gas. Capacity – 02 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
6.
“STORED PRESSURE” ABC TYPE FIRE
EXTINGUISHER (IS 15683) squeeze Lever
Discharge Valve fitted with Pressure indicating
Gauge, suspension bracket duly charged with Dry
powder (Mono Ammonium Phosphate), ISI Mark and
Pressurized with Nitrogen Gas. Capacity – 04 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
Bid No.CSO/FireSafety/79 Dated 16.10.2017
7.
“STORED PRESSURE” ABC TYPE FIRE
EXTINGUISHER (IS 15683) squeeze Lever
Discharge Valve fitted with Pressure indicating
Gauge, suspension bracket duly charged with Dry
powder (Mono Ammonium Phosphate), ISI Mark and
Pressurized with Nitrogen Gas. Capacity – 06 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
8.
CORBON DIOXIDE (CO2) TYPE FIRE
EXTINGUISHERS (IS: 15683) Extinguishers filled
with CO2 gas & It should be of wheel type control
valve operating mechanism with CCE Approved
Cylinder over all conforming to IS 15683 and ISI
Marked. Capacity – 3.0 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
9.
CORBON DIOXIDE (CO2) TYPE FIRE
EXTINGUISHERS (IS: 15683) Extinguishers filled
with CO2 gas complete in all respect like suspension
bracket, 1 meter wire braided rubber Hose & Horn
etc.& It should be of wheel type control valve
operating mechanism with CCE Approved Cylinder
over all conforming to IS 15683 and ISI Marked.
Capacity – 4.5 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
10.
CORBON DIOXIDE (CO2) TYPE FIRE
EXTINGUISHERS TROLLY MOUNTED (IS:
2878:2004): Extinguishers filled with CO2 gas &
complete in all respect with ISI Mark (IS: 2878:
2004) and CCE Approval and valve as per IS:
3224-ISI –Marked, with 01 meter wire braided
rubber Hose & Horn & Trolley mounted etc.
Capacity – 6.5kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
11.
CORBON DIOXIDE (CO2) TYPE FIRE
EXTINGUISHERS TROLLY MOUNTED (IS:
2878:2004): Extinguishers filled with CO2 gas &
complete in all respect like discharge horn, 01 meter
hose pipe etc., with CCE Approval and valve as per
IS: 3224, ISI –Marked, with 01 meter wire braided
rubber Hose & Horn & Trolley mounted etc.
.Capacity – 09 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
12.
CORBON DIOXIDE (CO2) TYPE FIRE
EXTINGUISHERS TROLLY MOUNTED (IS:
2878:2004): Extinguishers filled with CO2 gas &
complete in all respect like discharge horn, 03 meter
hose pipe etc. with CCE Approval and valve as per IS:
3224, ISI –Marked, with 03 meter wire braided
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
Bid No.CSO/FireSafety/79 Dated 16.10.2017
rubber Hose & Horn & Trolley mounted etc. .
Capacity – 22.5kg
13.
Clean Agent Type Fire Extinguishers: Consisting
deep drawn cylinder, squeeze Lever Discharge Valve
fitted with Pressure indicating Gauge, suspension
bracket duly charge with clean agent gas like HFC,
HCFC blends etc. (Halotron, NAF, PV, HFC-36),
Fluoro ketone, overall conforming to IS 15683 and IS
marked, Capacity – 02 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
14.
Clean Agent Type Fire Extinguishers: Consisting
deep drawn cylinder, squeeze Lever Discharge Valve
fitted with Pressure indicating Gauge, suspension
bracket duly charge with clean agent gas like HFC,
HCFC blends etc. (Halotron, NAF, PV, HFC-36),
Fluoro ketone, overall conforming to IS 15683 and IS
marked Capacity – 04 kg
Minimax / Safex/
Firefite/Zenith/
Safepro/Kanex
Rs. ---
(In word: ----
Rs. ---
(In word: ----
15.
Dry Chemical Powder (BC) cartridge Type Fire
Extinguishers: All required refilling material like DCP
Powder, gas cartridge etc. should be ISI marked. Capacity –
05 kg
As per IS:2190:2010
Rs. ---
(In word: ----
16.
Automatic Modular Fire Extinguisher ABC type :-
Capacity : 5 KG Including ABC Powder (Mono
ammonium phosphate, Propellant:- Nitrogen, vertical
hanging Hooks etc. complete.
Rs. ---
(In word: ----
Rs. ---
(In word: ----
Note:
a) The quoted rates should be inclusive of packaging, labour, transportation, installation charges and exclusive of all taxes as applicable.
b) For New Supply of the Extinguishers: All internal components should be in metal only and all portable extinguishers’ Body should be with epoxy coating (inside
&outside).
c) For Refilling & Servicing of the Extinguishers: All required refilling material like Dry Chemical Powder, gas cartridge etc. should be used ISI marked and the
refilling shall be carried out as per IS:2190.
d) The refilling rate of fire extinguishers shall be inclusive of servicing charge. No separate payment shall be made for servicing.
Signature
(Name of Authorized Signatory), Date: Seal of the Firm/Company
Bid No.CSO/FireSafety/79 Dated 16.10.2017
PRICE BID FOR
SPARE PARTS OF FIRE EXTINGUISHERS
S. NO. DESCRIPTION MAKE RATE/UNIT
(INR)
A. Water (CO2) Gas Cartridge Type Fire
Extinguisher As per BIS:2190-2010 & 15683-2006
1. Nozzle and discharge fittings
(brass type 1 of IS:319)
As per BIS:2190-2010
&15683-2006
Rs. ---
(In word: ----
2. Rubber washer for cap assembly As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
3. Safety clip with chain (steel
grade-1)
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
4. Wall bracket for all type of
Extinguisher
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
5. Union cap assembly As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
6.
New CO2 gas cartridge of 60/90
gms capacity as per is 4947 with
ISI mark.
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
7. PVC hose for IS:15683
Extinguisher
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
8. Valve assembly for IS:15683
Extinguisher
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
B. “Stored Pressure” ABC - Type Fire
Extinguisher As per BIS:2190-2010 & 15683-2006
9. Wall bracket As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
10. Plastic Nozzle of 02 kg capacity As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
11. Plastic Nozzle for 04kg capacity As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
12. PVC Braided Hose pipe for (4/6
kg)
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
13. Hose Holder Strap As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
14. Rubber washer for cap assembly As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
C. Dry Chemical Powder(DCP) Gas
Cartridge Type Fire Extinguisher As per BIS:2190-2010 & 15683-2006
15. Braided PVC/Rubber Hose
(IS:14933)
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
16. Safety clip (Steel grade -1 of IS
:319)
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
17. Plastic squeeze grip handle as per
IS: 7328
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
18. Plunger Rod with Disc & Knob As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
19. Gas cartridge for DCP 5kg, ISI
Marked
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
20. Union Cap Washer As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
D. Carbon Dioxide (CO2) Type Fire
Extinguishers (Portable & Trolley As per BIS:2190-2010 & 15683-2006
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Mounted)
21.
Discharge horn ( non-conductor
of electricity) with bend for 30 kg
capacity
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
22. Discharge Horn (non-conductor
of electricity) with Rubber Grip
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
23.
Braided PVC/Rubber Hose for
4.5/6.5/9kg (Hose shall be
minimum bursting pressure shall
be 275kgf/cm2 in control
discharge and 140 kgf/cm2 )
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
24.
Braided PVC/Rubber Hose for
22.5kg (Hose shall be minimum
bursting pressure shall be
275kgf/cm2 in control discharge
and 140 kgf/cm2 )
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
25. valve as per IS: 3224, ISI –
Marked
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
E. HYDRAULIC PRESSURE TESTING
(HPT) As per BIS:2190-2010 & 15683-2006
26.
Water CO2 extinguisher capacity
09 Liter/DCP type extinguishers -
4/5/6/9 kg
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
27. CO2 type extinguishers capacity
4.5/6.5/9/22.5 kg
As per BIS:2190-2010 &
15683-2006
Rs. ---
(In word: ----
28.
Annual Servicing Charge per
Extinguisher
(For all types of portable fire
extinguishers)
As per BIS:2190-2010 &
15683-2006 and Scope of
work enclosed
Rs. ---
(In word: ----
29.
Annual Servicing Charge per
Extinguisher
(For all types of trolley
mounted fire extinguishers)
As per BIS:2190-2010
and Scope of work enclosed
Rs. ---
(In word: ----
30. Hydraulic Pressure Testing
(HPT) of Water
Co2/DCP/BC/ABC
As per IS:2190:1992 Rs._____
(In words:-
31. Hydraulic Pressure Testing of
Co2 and Clean Agent
extinguisher
As per IS:2190:1992 Rs.____
(in words:-
Note: 1.The quoted rates should be inclusive of packaging, labour, transportation, installation charges
2. The Rate should be exclusive of all taxes as applicable.
Signature
(Name of Authorized Signatory) Date:
Seal of the Firm
Bid No.CSO/FireSafety/79 Dated 16.10.2017
CATEGORY: B
REQUIST FOR PROPOSAL (RFP)
Empanelment of Vendors
For
Annual Maintenance Contract (AMC) of
Fixed Fire Fighting Arrangements Like Hydrant, Wet Riser, Hose Reel, Down Comer,
Fire Pumps (Electric & Diesel ), Sprinkler Systems
Installed at Buildings of State Bank of India, Thiruvananthapuram Circle (Kerala)
Bid No: CSO/FIRESAFETY/79/2 Date: 16.10.2017
State Bank of India Circle Security Department,
Ground Floor, Local Head Office, Poojapura Thiruvananthapuram – 695 012
Phone No. (0471) 2192828
Bid No.CSO/FireSafety/79 Dated 16.10.2017
INTRODUCTION
1. GENERAL State Bank of India invites this Request for Proposal (RFP) for Empanelment from firms for
Annual Maintenance Contract (AMC) of the Fixed Fire Fighting Arrangements like Hydrant,
Wet Riser, Hose Reel, Down Comer, Fire Pumps (Electric & Diesel), Sprinkler Systems at
Buildings of State Bank of India, Thiruvananthapuram Circle, and (Kerala).
Application Form can be downloaded from Bank’s website www.sbi.co.in. Firms having
proper functioning Office within the jurisdiction of Thiruvananthapuram Circle only need to
apply. All conditions and parameters will be evaluated with reference to the eligibility
criteria, terms & conditions and product specifications as per Bank’s terms and Conditions.
The Bank reserves right to reject any/ all applications without assigning any reason
whatsoever.
The sealed Bid should be submitted to Circle Security Department, Ground Floor, State
Bank of India, Local Head Office, Poojapupra, Thiruvananthapuram – 695 012 on or before
6th November 2017 by 15.00 Hrs.
2. TECHNICAL ELIGIBILITY CRITERIA
The preliminary evaluation will be done on the following parameters based on proof
documents submitted along with offers, the firms not conforming to any of these parameters
or not supported by proof document will be rejected.
S.No. Parameters Remarks
1. Sales Turnover The firm should have an average Annual turnover of Rs
50.00 Lakhs or above in the last 3 years.
2. Net Profit The firm should have earned profit during each of the
last three years.
3. Experience of firms
in the field of
Annual
Maintenance
Contract (AMC) of
fixed fire-fighting
arrangements like
hydrants / down
comer etc.
a) The Bidding firm should be in the field of SITC &
AMC of Fixed Fire Fighting system for not less than
07 Years.
b) The firm should have SITC experience of minimum
5 fixed firefighting system in the high-rise
buildings / Shopping mall etc. copy of the work
order and completion certificate enclosed.
c) The firm should have AMC experience of fixed
firefighting system installed in high-rise buildings/
Shopping mall etc. copy of the work order
/agreement and completion certificate enclosed.
4. Own Office and
service
center in the State
of Kerala
The firm should have an office of their own within the
jurisdiction of Thiruvananthapuram Circle and having
their own Technicians and trained operators.
a) The operators / technicians should be trained in Fire
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Safety and Management from reputed Fire Training
Institute preferably from Delhi, Nagpur or any other
Govt. Run Training College.
b) Details of such trained Manpower and appointments
should be included as per Annexure- III as part of
the documents submitted with EOI the firm should
have minimum of (06) trained Personals.
5. Assess of Income
Tax
The firm should have filed Income Tax Returns during
last three Assessment years i.e. 2014-2015, 2015-2016
and 2016-2017 and should be profit making.
6. Reference from
existing
Customers
The Firm should submit, along with the Tender,
Certificates about the fact that the Firm is holding AMC
for Fire Hydrant System and SITC about the quality
and services of the Firm’s, from Three of their existing
customers. Firm should furnish details like name,
address and telephone numbers of references as per
Annexure IV.
7. Site visits The short listing of firms will be done after scrutinizing
and verification of the documents, work carried out /
product demonstration & Site Visits.
3. SCOPE OF WORK
A. PROBABLE EQUIPMENTS needs to be maintained under AMC for fixed FIRE
FIGHTING equipment like HYDRANT/WET RISER/DOWN COMER SYSTEM
S.NO. Activities of System Quantity
1. Jockey Fire Pump: Kirloskar CPHM 32/26, with 11 KW, 2 pole
Electric Motor:Beacon Weir: BCP-32/60, 2900 RPM with 11KW, 2 pole
Electric Motor.Mather & Platt: ET-3A with 11KW, 2 Pole Electric Motor
2. Electric Main Pump : Kirloskar DSM 100/36, with 55KW, 4
pole Electric Motor: Beacon Weir: DRD 150/200 with 55KW, 4 poles
Electric Motor. Mather & Platt: 100/150 GST ,4 Pole Electric Motor
3. Diesel Engine Driven Pump: Kirloskar DSM Kirloskar:
6R1080, 79BHP 1500 RPM Engine Beacon Weir: DRD 150/200 with
Kirloskar: 6R1080,79BHP 1500 RPM Engine.
Mather & Platt: 100/150 GST with Kirloskar 6R1080,, 79BHP 1500RPM
Engine
4. Electric Main Control Panel (At pump house)
5. Single or double headed Hydrant with hose boxes
6. Hose Reel Drum
7. Butter Fly Valve ( Various Sizes)
8. Sprinkler heads
9. Air release vessel with valve
Bid No.CSO/FireSafety/79 Dated 16.10.2017
B. DETAILS OF REQUIREMENTS
The scope of work shall include the Annual Maintenance of fixed Fire Fighting
installations like Hydrant/Wet Riser/Down Comer System inclusive of/shall cover
checking, cleaning, repairing / rectifying and maintaining the system in working condition on
24X7 basis as per details given below:
i. FIRE PUMP TESTING (Electrical/diesel Driven pump sets)
Test (s) shall be conducted to determine the delivery head flow KWH and BHP of the
pumps. All leaks, pressure dropping and defects in the joints, tees, elbows, valves etc.
revealed during the test shall be rectified. The pumps shall also be tested for its desired
performance and function by opening hydrants valves on each floor/yard separately and
floor landing. The starting and cutting out pressure setting of starting device shall also be
checked for its correct operation
Maintain all pumps joints, piping valves, accessories, pipe connections, electrical wiring
motor (s) and motor control panels. The following test results shall be recorded in a
separate logbook and countersigned by us.
a) Adjustment/tightening of nuts bolts of the pump and motor/engine and other fitments.
b) Checking of fuel/electrical, cooling and lubrication system of the diesel engine.
c) Checking and cleaning of oil filter.
d) Checking of Governor,
e) Changing of lubrication oil.
f) Checking the level (specific gravity) of acid of lead batteries the testing of batteries
for charged conditions with the help of measuring meter.
g) Checking Cleaning/maintenance of fuel tank for serviceability.
h) Proper working of alternator/Dynamo/Starter.
i) Cleaning, functional testing and servicing /maintenance of control panels.
j) Maintenance of exhaust manifold for leaks and tightness.
k) During usual servicing/ maintenance of the system if any defects noticed, any
Advices / suggestions for system improvement should be brought to our notice. In
case of alternation and addition is to be made, prior permission is to be obtained and
inventory to be made in the concerned book/logbook.
l) Spare parts provided by the company (as and when required) should be of BIS
specifications, ISI marked and of superior quality standards.
m) Polishing of all brass parts monthly during Servicing of Hydrant System.
n) At the time of opening any valve in the system (in case of leakage or pressure drop
also) the electric pump should start automatically/manually in case of power failure
the diesel driven pump should start automatically for which the MCC and pressure
vessels to be checked and maintained.
Bid No.CSO/FireSafety/79 Dated 16.10.2017
o) Empty the whole system once in every three months.
p) Check all hydrant valves. Also, check that all suction and delivery connections are
properly functional.
q) Test run and check rotation of each motor and correct the same if required.
r) Fire Brigade inlet connection to be checked.
s) Greasing of pump bearings, changing of packing ropes, and adjust the glands.
t) All gauges to be tested and readings to be recorded.
u) Once in three months hose pipe drill to be carried out in every alternate month. The
hose pipes 63mm dia (RRL/Non-percolating/CP) to be tested hydraulically. Check
each landing valve male female couplings and branch pipes for compatibility with
each other.
v) At the time of operation AC/Diesel pumps should show the pressure of 7 kg/cm2.
ii. FIRE HYDRANTS SYSTEM:-
a) Hydrants valve: Brass polishing regular replacement of the packing rope of spindle
rubber washer gasket etc. greasing and leakage asserting.
b) Hose Reel: - hose reel nozzle and stop valve cleaning polishing, leakage arresting of
nozzles free motion of handle. Application of chalk powder to the rubber hose reel
winding and rewinding of the hose reel (changing faces)
c) Butterfly Valve/Sluice Valve: -Regular cleaning of deposits/scales on the wedges
flaps gates changing of packing rope changing of the gasket changing of rusted nuts
and bolts greasing and leakage arresting.
d) Non-return valve: Regular cleaning of deposits/scales on the wedges. Inside flaps
etc. changing of rubber gaskets and leakage arresting.
e) Air Release valve: -Cleaning greasing of spring adjustment of spring tension etc.
f) Pressure switches: -Testing of pressure switches.
g) Control panel: -Testing of control panel for pumps for all functions and the readings
to be recorded in the logbook.
h) Open hydrant valve and allow the water to flow into the firewater tank in order to
avoid wastage of water the main fire pump should start at the pre-set pressure.
i) The entire hydrant opening should be pressure tested and same should be logged in
logbook.
iii. TESTING OF ELECTRICAL PANEL:-
a) Operation of all instruments and meters provided on the electrical panel board.
b) Tightening of all electrical contacts on quarterly basis.
iv. PIPE WORK:-
a) Check the entire clamp supports provided for the pipes.
Bid No.CSO/FireSafety/79 Dated 16.10.2017
b) Check rusting of pipes from within / outside at joints.
c) Painting of Water pipes (double coat) annually
v. RENEWAL OF NO OBJECTION CERTIFICATE
Renewal of existing NOC from Fire Brigade will be responsibility of the vendor. (License fee
will be paid by the Bank).
C. AMC of Fixed Fire Fighting Systems i.e. Fire Hydrant/Wet Riser/Down Comer/Hose
Reel System of buildings under SBI Thiruvananthapuram Circle.
Annual Maintenance Contract of fixed firefighting arrangements like fire hydrant / wet riser
/down comer / hose reel system at the various buildings under SBI LHO
Thiruvananthapuram circle. This would include repair and maintenance of the Diesel /
Electric / Jockey Pumps and complete fixed firefighting arrangements like fire hydrant / wet
riser /down comer / hose reel system at site to ensure 24x7 operation of the system.
4. TERMS AND CONDITIONS
Maintenance and Servicing of fixed firefighting arrangements like fire hydrant / wet riser
/down comer / hose reel system is to be carried out periodically within the year of contract
i.e. AMC Period. The Complete System will be Serviced, Maintained and operated during
the AMC period. The selected firm shall also be responsible to ensure that the above
system is serviced and maintained to keep it functional without any flaw or downtime during
the period of Annual Maintenance Contract. Intending firms should furnish the profile as per
format at Form - B.
5. THE TECHNICAL BID SHOULD COMPRISE THE FOLLOWING;
a) Covering letter on the prescribed format as per Form-A. b) Firm’s Profile as per Form-B. c) Details of Trained Man Power as per Annexure - C. d) Details of reference Sites as per Annexure –D & E. e) All the documents should be properly flagged and be placed in a chronological order.
Only relevant documents should be enclosed.
6. OPENING OF OFFERS
The Bids will be opened on 6th November, 2017 by 16.00hrs at Circle Security Department,
State Bank of India, Local Head Office, Poojapura, Thiruvananthapuram in the presence of
the committee members. The bidders / their representative if they so desire may present at
the time of opening of the Technical bid. No separate intimation will be sent to the suppliers
for deputing their representatives.
7. A pre-bid meeting will be held on 30th October 2017 at 3.00 PM in Circle Security Department, SBI, LHO, Poojapura, Thiruvananthapuram.
Bid No.CSO/FireSafety/79 Dated 16.10.2017
8. THE BANK’S RIGHT TO CANCEL THE Empanelment
(a) The Bank retains the right to cancel the Empanelment any time during period, after
giving one months’ notice, if the services of the firm is found to be unsatisfactory.
(b) The period of empanelment will be for three years
(c) The empanelment in itself will not entitle/guarantee the order/engagement by the
Bank.
9. MAINTENANCE STANDARDS EXPECTED DURING THE ANNUAL
MAINTENANCE CONTRACT
The selected Firm is expected to maintain all the Fire Hydrant System etc. in good
functional condition during the AMC period at the rates quoted by the firm and accepted by
the Bank. During the AMC period the firm is expected to visit the site and service and
maintain the fire hydrant system etc. once in a month for preventive maintenance / servicing
and on call by the Bank any number of times in case of defects if any in the systems without
any additional cost for the visit and servicing. If any loss occurs to the bank due to
negligence of Maintaining Company’s staff, Bank may recover the cost of total damage
from the bill.
The Bank reserves the Right to reject any / all offers without assigning any reason
whatsoever. For further clarifications, if any you may contact the following address: Chief
Manager (Fire Safety). Email: [email protected], Circle Security Department, State Bank of
India, LHO, Poojapura, Thiruvananthapuram – 695 012
Companies /firms having their own offices in the jurisdiction of Thiruvananthapuram Circle,
and interested in our proposal for AMC of fixed firefighting arrangements in the buildings of
State Bank of India Local Head Office, conforming to the aforesaid terms and conditions
may send their Offers to the below address latest by 6th November 2017 by 15.00 Hrs.
10. ENGAGEMENT OF EMPANELLED AGENCY
Sealed financial quotes will be invited from all empanelled agencies for actual work/AMC at
different locations or at multiple locations. The lowest bidder will be engaged by the Bank
for that location/work.
State Bank of India,
Circle security Department,
Ground Floor, Local Head Office,
Thiruvananthapuram – 695 012
Bid No.CSO/FireSafety/79 Dated 16.10.2017
FORM - A
(On the Bidder’s Company letter head)
Letter No. Date:
AGM, Circle Security
State Bank of India,
Circle security Department,
Ground Floor, Local Head Office,
Thiruvananthapuram – 695 012
Dear Sir,
Subject : RFP FOR EMPANELMENT OF CONTRACTORS FOR ANNUAL MAINTENANCE
CONTRACT (AMC) OF FIXED FIRE FIGHTING ARRANGEMENTS LIKE HYDRANT, WET RISER,
HOSE REEL, DOWN COMER, FIRE PUMP ETC.
Reference : Bid No: CSO/FIRESAFETY/79/2 Date: 16.10.2017
With reference to your advertisements vide reference no. ………… dated ………. for
the captioned subject. We enclose herewith our company/firm profile in the format
(Form-B) along with necessary supporting papers with an additional set of its Xerox
copies duly signed and sealed by the authorized signatory Sri …………………of
the company/firm. A copy of the authorization letter is enclosed. We confirm that the
details furnished by us are true and correct. We undertake to produce the original of
all the papers / documents attached herewith as and when asked for by the bank
and shall extend all assistance to the Bank Authorities for the purpose of
empanelment.
2. We clearly understand & undertake that mere submission of application does
not guarantee for our empanelment and Bank’s decision in this regard will be final
and binding on us. We submit this application in token of our acceptance of the
terms & conditions laid down in the advertisement.
Thank you,
Yours faithfully,
(Signature/ Name of Authorized Signatory) (Seal of the Firm/company)
Bid No.CSO/FireSafety/79 Dated 16.10.2017
FORM -B
APPLICATION FOR EMPANELMENT OF CONTRACTORS FOR ANNUAL
MAINTENANCE CONTRACT (AMC) OF FIXED FIRE FIGHTING ARRANGEMENTS
LIKE HYDRANT, WET RISER, HOSE REEL, DOWN COMER, FIRE PUMP ETC.
(Please strike-off whichever is not applicable)
S.NO.
DESCRIPTION
PARTICULARS
1. a) Name of the Firm/ Establishment
b) Full Postal Address of the Firm
c) Contact Details:
i. Phone No. with STD code, ii. Mobile No. iii. FAX No. &
iv. E-mail address
a.
b.
3. Year of Establishment of Firm (enclose
documentary proof as enclosure-A)
4.
Constitution of firm, details of registration –
whether partnership firm, company etc.
Name of the registering authority, date and
registration number(enclose documentary
proof as Enclosure-B)
Partnership/Sole Proprietor/Private Ltd/
Any other (please specify with support
documents)
5.
Name of the Proprietor / Directors of the
organization / firm(enclose documentary
proof as Enclosure-C)
6. Name (s) of authorized signatory with
designation
7.
Mode of Authorization (enclose documentary
proof as Enclosure-D)
Resolution / Partnership Deep /
Registered Power of Attorney /
Proprietor / Any other (Please specify
with support documents)
8.
Details of registration / empanelment with
different Organizations such as CPWD / PWD /
ONGC / PSU / Nationalized Banks / Reputed
Establishments etc. if so, in which class and
since when? (enclose documentary proof as
Yes/No
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Enclosure-E)
9. Numbers of years of experience in this field.
10.
Yearly turnover of the Firm during last three
financial years ending march 2014-15,
2015-16, 2016-17 and furnish audited
balance sheet and Profit & Loss A/C.
(enclose chartered accountant’s certificate
as Enclosure -F)
2014-15 = Rs.
2015-16 = Rs.
2016-17 = Rs.
Average = Rs.
11.
Banking Details
a) Banker’s Name:
b) Full Postal Address:
c) Telephone No.:
d) Account No.:
e) Type of Account:
12.
Bank Solvency Limit
(enclose latest Solvency Certificate from
Bank as Enclosure-G):
13. PAN No. (Enclosure-H)
14. Whether Registered with Tax Department, If
Yes, Details of GST Registration.
15.
Whether last three years IT return filed
(Please enclose copies of IT return for the
year 2014-15, 2015-16, 2016-17 as
Enclosure-J)
Yes/No
16. Details of works in hand (enclose as
Enclosure-K)
Please enclose copies of work order
certificates.
17.
Details of works carried out during last five
years AND List of Clients whose work has
been undertaken (proof of work order as well
as completion certificate to be attached)
(as per attached format –Annexure-D)
18. Name and qualification of Technical
personnel / tradesmen (enclosure-L)
Details should be given in format as
Annexure - C
Bid No.CSO/FireSafety/79 Dated 16.10.2017
19.
a) Whether any civil suit / litigation arisen in
contracts executed during the last 10
years. If yeas, please furnish the name
of the project, employer, nature of the
work, contract value, work order and
brief details of litigation. Give name of
the Court, place and status of pending
litigation.
b) Whether you have been repaneled/
removed/terminated/blacklisted from any
engagement by the IBA/RBI/Nationalised
Bank/Central/State Government. If so
details.
Attach a separate sheet if required.
20.
Please mentions whether your any
relative(s) is (are) working in the State Bank
of India with Name, relationship, address &
present posting etc.
21.
List of equipment’s & tools owned by the
Firm, (enclose documentary proof as
Enclosure -N)
DECLARATION:
I / We have read and understood the RFP document, and hence submitted this application
form along with enclosures and my / our firm full fills the eligibility criteria for empanelment
described in the notice.
I / We hereby confirm and certify that the information given above are correct & true and the
enclosures annexed herewith are genuine to the best of my / our knowledge.
I / We are authorized to sign & submit these documents for empanelment / pre-qualification/
enlistment.
I / We understand that if at any stage it is found / noticed by the Bank that any information
thus provided by us is untrue / incorrect partly or fully, and in case of receipt of adverse /
unsatisfactory report from other clients / Bankers, the Bank may not consider our
application and / or may de-list us and / or may take any appropriate action against us.
I / We also understand that partly / wrongly filled application and / or applications not on
prescribed Pro-forma and / or applications not accompanying relevant documents /
enclosures / annexure are liable to be summarily rejected by the Bank.
Bid No.CSO/FireSafety/79 Dated 16.10.2017
I / We understand that this is merely an application & does not entitles us to be necessarily
empanelled / enlisted / pre-qualified by the Bank and Bank reserves its right to reject all and
/ or any application without assigning any reason whatsoever.
I/We further agree to co-operate with the Bank in the process of
engagement/entrustment of the contractors for AMC of Fire Fighting installations etc.
from the empanelled agencies as per the requirement/regulation/guidelines of the
Bank.
Seal of the Firm (Signature of Authorized Signatory)
Place/Date: (Name:……………. (On the Bidder’s Company letter head)
Bid No.CSO/FireSafety/79 Dated 16.10.2017
Annexure-C
TRAINED MANPOWER WITH THE FIRM
S.
No.
Name of
Employee
Educational
Qualifications
Details of Training
/Certificate/Diploma
Course in Fire
Safety Management
Name of
Training
Institute
Year of
Experience
1.
2.
3.
4.
5.
6.
7.
Place:
Date:
Signature
Name & Designation & seal of the Company
Bid No.CSO/FireSafety/79 Dated 16.10.2017
(On the Bidder’s Company letter head) Annexure-D
REFERENCE SITE DETAILS WHERE COMPANY IS PRESENTLY DOING ANNUAL MAINTENANCE CONTRACT WORK
S. No.
Name of the Company
Address of the Company/ Building
Name, Designation of Contact person with Telephone
No. and e-mail id
Details of Fire Hydrant
Systems in the
Building
1.
2.
3.
4.
5.
6.
Note: copy of the work order/agreement must be enclosed.
Authorized Signatory STAMP
Bid No.CSO/FireSafety/79 Dated 16.10.2017
(On the Bidder’s Company letter head)
Annexure-E REFERENCE SITE DETAILS WHERE COMPANY HAS BEEN CARRIED OUT THE SITC OF THE FIXED FIRE FIGHTING SYSTEM
S. No.
Name of the Company
Address of the Company/ Building
Name, Designation of Contact person with Telephone
No. and e-mail id
Details of Fire Hydrant
Systems in the
Building
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Note: copy of the work order and completion certificate must be enclosed.
Authorized Signatory STAMP