NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

Similar documents
Ref. No. HPGB/HO/IT/2017/753 Date:

NOTICE INVITING TENDER (NIT)

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

ISLAMIC UNIVERSITY OF SCIENCE & TECHNOLOGY AWANTIPORA, KASHMIR

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

Tender Specification No.: 05 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

STATE BANK OF INDIA LOCAL HEAD OFFICE, KOTI, HYDERABAD NOTICE INVITING TENDERS

Tender for Comprehensive Annual Maintenance for Contract of UPS and Inverters in the Additional DGFT, Mumbai.

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

TENDER DOCUMENT ON ANNUAL MAINTENANCE CONTRACT (AMC) FOR SERVERS/COMPUTERS/PRINTERS/UPS/LAPTOPS AT TTDC CORPORATE OFFICE AND UNITS

Tender For. Supply, Installation & commissioning APC/HITACHI MAKE UPS. SLDC-Vadodara

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

Tender Specification No.: 04 / of SE (CTI &Enqs.) / CTI, Dt: OPEN TENDER NOTICE

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

(ISO 9001:2008 CERTIFIED)

LOCAL HEAD OFFICE BUILDING KOTI, HYDERABAD Ph No: NIT No: 04/ DATED: 20/04/2017

Tender for Supply of LED Light Fittings for Bank s Main Office Building at Lucknow. Part I

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

No. 542-W-14/12/MH/2013 DT TENDER NOTICE

RASHTRIYA ISPAT NIGAM LIMITED Visakhapatnam Steel Plant (A Govt of India Enterprise

Ref. No.NOGA/DIV/ 2015/ Date: - 26/05/2015 E-TENDER NOTICE. Sub: Tender for supply of Pineapple Fruits

Quotation document for supply, installation and commissioning of Different Hardware and/or Software

BANK OF INDIA ZONAL OFFICE RAJASTHAN ZONE JAIPUR

Premises & Estate Department Local Head Office, Bank Street Koti, Hyderabad NOTICE INVITING TENDER (E-TENDERING)

No. D-19016/20/2008-Gen. I Government of India Planning Commission General Branch-I. Yojana Bhavan, New Delhi Dated :

F. No. D-21014/17/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

ICSI HOUSE, C-36, Sector-62, Noida

Tender No- SBI/GITC/ESTATE/2017/2018/408 Date- 24/07/2017

HINDUSTAN PREFAB LIMITED (A Govt. of India Enterprise) Jangpura, New Delhi

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

REQUEST FOR PROPOSAL (RFP) RATE CONTRACT FOR SUPPLY OF 12 VOLT SMF Batteries (42/65/75/100/120/150 AH) FOR

TENDER FOR DISPOSAL OF COMPUTER SCRAPS. INVITATION OF PUBLIC TENDER AND INSTRUCTIONS TO TENDERERS DUE ON

UNIVERSITY OF ALLAHABAD

TENDER DOCUMENT TENDER ID : BAN

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

SATYAJIT RAY FILM & TELEVISION INSTITUTE E. M. Bypass Road Panchasayar Kolkata TENDER NOTIFICATON

Phone No

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

TENDER DOCUMENT FOR ANNUAL MAINTENANCE OF UPS. Date of Issue of tender notice: Sale of Tender document till: (1400 Hours)

TECH / 120 Days from the date of opening of the enquiry Contract Period

BHARAT SANCHAR NIGAM LIMITED. (A Govt. of India Enterprise) OFFICE OF THE PRINCIPAL REGIONAL TELECOM TRAINING CENTRE THIRUVANANTHAPURAM

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

TENDER NOTICE. To award Annual Maintenance Contract for Pest control in the Zonal Office building of Greater Mumbai Zone, Mumbai.

DATED: DUE ON

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

Sub : Tender for sale of Furniture, Computers, UPS and Racks as scrap on As is where is Basis.

INDIAN INSTITUTE OF MANAGEMENT KASHIPUR Kundeshwari, Dist. Udham Singh Nagar, Kashipur Uttarakhand (India)

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

TENDER. Enq. No. IIITMK/ 0641 /18 Date: 21/06/18 Due on : 27/06/2018 3PM

ALLAHABAD BANK DISASTER RECOVERY SITE 3 rd Floor, ZO Building Hazratganj, Lucknow

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMRIDDHI BHAWAN, 1, STRAND ROAD, KOLKATA

ICAR Research Complex for N.E.H. Region Tripura Centre, P.O. Lembucherra West Tripura.

KENDRIYA VIDYALAYA, SINGRAULI` DISTT. SINGRAULI, M.P फ़ क सFax फ न न.Ph.No , (O) , (R)

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

Odisha Power Generation Corporation L i m i t e d IB Thermal Power Station

SUPPLY & INSTALLATION OF COMPUTER SYSTEMS, UPS & PRINTER

ALLAHABAD BANK (HO: 2, N.S.Road, Kolkata) NOTICE INVITING TENDER

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.

F.No.NIHFW/WS/7-1/2018 NATIONAL INSTITUTE OF HEALTH AND FAMILY WELFARE Munirka, New Delhi NOTICE

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Proposed Air Conditioning Work of Bank of India Curchorem Branch BANK OF INDIA TENDER DOCUMENT FOR AIR CONDITIONING WORK OF BANK OF INDIA

THE PLANTATION CORPORATION OF KERALA LIMITED (A Government of Kerala Undertaking) KOTTAYAM-4

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

BANK OF BARODA BARODA CORPORATE CENTRE C-26, G- BLOCK, BANDRA KURLA COMPLEX, BANDRA (E), MUMBAI , INDIA TENDER DOCUMENT FOR

Providing & fixing of PVC ceiling and wall at Room no of Centre for Nanotechnology in Academic Complex.

TECHNICAL OFFER (ENVELOPE I)

II) Tender Notice for Drinking Water Coolers

NOTICE INVITING TENDER ( N.I.T) Ice Flaking Machine

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

TENDER DOCUMENT FOR PURCHASE OF GENERATOR (50KVA)

E-Tender for Comprehensive Annual Maintenance Contract for Photocopier and Fax Machines at Jawaharlal Nehru Custom House, Tal-Uran, Dist. Raigad.

STATE BANK OF INDIA. Local Head Office (First Floor) Bank Street, KOTI, Hyderabad Phone : Fax:

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

TENDER SCHEDULE FOR DIVISIONAL /BRANCH OFFICES under DO Srinagar

F. No. NIHFW/02-17/ /Acad. Dated: April 23 th, 2018

TENDER NOTICE Notice Inviting the Tender for the Sale of Scrap Items:-

l.i.c of India,Divisional Office,Masoodabad Aligarh - Tender Notice

RAJYA SABHA SECRETARIAT RAJYA SABHA TELEVISION 3 rd FLOOR, TALKATORA STADIUM ANNEXE BUILDING NEW DELHI RSTV/Admn./84/ December, 2017

TENDER FORM. (To be submitted along with technical bid)

BHEL : ROD : MUMBAI NOTICE INVITING TENDER

ICSI HOUSE, C-36, Sector-62, Noida

1 Name of Work Terrace waterproofing works in building no. B-1 to B- 4 in State Bank of India s Staff Residential Colony, Nerul, Navi Mumbai

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

SECTION- I INSTRUCTION TO BIDDERS

BHARAT HEAVY ELECTRICALS LIMTIED 15TH FLOOR CENTRE - I, W.T.C. CUFFE PARADE, MUMBAI

INDIAN INSTITUTE OF TECHNOLOGY GOA At GEC Campus, Farmagudi, Ponda TENDER FOR PROVIDING SECURITY SERVICE AT IIT GOA

कश म र क न द र य व श वव द य लय CENTRAL UNIVERSITY OF KASHMIR (म न स स धन व क स म त र लय) (MINISTRY OF HUMAN RESOURCE DEVELOPMENT) भ रत सरक र

Gautam Buddha University

STATE BANK OF INDIA LOCAL HEAD OFFICE, BHADRA AHMEDABAD

F. No. D-21014/16/2013-General Government of India Office of the Directorate General of Civil Aviation Opposite Safdarjung Airport, New Delhi

Request for Proposal (RFP) For Empanelment of Vendor for Supply, Installation & Commissioning of UPS Batteries

IR- 4225, IR 2002, IR 2202N, IR 2530, IR ADV C2225

Transcription:

ADMINISTRATIVE OFFICE, BALAJI NAGAR, SIRIPURAM, VISAKHAPATNAM-530003. Phone: 0891-2747383, Fax: 2746061 E mail : cmgb.aovis@sbi.co.in NOTICE INVITING TENDER Ten No. TEN/004/UPS/AO State Bank of India invites sealed tenders in two bid formats for Supply, Installation, Testing & Commissioning of MODULAR TYPE UPS at Administrative Office at Visakhapatnam. 1 Name of work Supply, Installation, Testing & Commissioning of MODUALAR TYPE UPS System 40 kva (with + 20 kva stand by) at Administrative Office, Visakhapatnam. 2 Work Site As mentioned above. 3 Eligibility List of approved OEM s are given in the Tender Document. Only approved OEM s are eligible to participate in the Tender. 4 EMD Rs.9,000.00, in form of DD/Bankers cheque favoring The Deputy General Manager (B&O), SBI, AO, VISAKHKAPATHAM payable at Visakhapatnam. 4 Initial Security ISD @ 2% of the contract value including EMD against LOI in deposit: the form of DD /TDR /Banker s cheque has to be furnished by the successful tenderer. 5 Validity of the Bids Validity Shall be 3 months from the date of opening bids. 6 Tender document can be download from Bank s website www.sbi.co.in from date of tender up to due date of tender under procurement news. 7 Due Date & Time for On or before 15:00 hrs on 14.02.2018. Bids received after receiving the Bids. 8 Date & Time for opening the Technical bids. 9 Place of Submission & Opening of Tenders the above date / time will not be considered. Half an hour after due date & time. The Chief Manager (General Banking) State Bank of India, Administrative Office, Balaji Nagar, Siripuram, Visakhapatnam 530002. Dy Manager (Electrical) - 0891-2747383, 9567254549 10 For any clarification please contact Bank reserves the right to accept or reject any tender/cancel the tender without assigning any reason thereof. DEPUTY GENERAL MANAGER (B&O)

GENERAL TERMS AND CONDITIONS 1. Eligibility: The approved Original Equipment Manufacturers (OEM s) of UPS are given below. a) M/s AZ ELECTRONICS, Pune b) M/s RC ALTECH POWER SYSTEMS, Hyderabad c) M/s NOVATEUR ELECTRICAL & DIGITAL SYSTEMS PVT LTD, Hyderabad d) M/s KEVIN POWER SOLUTIONS, Noida e) M/s TESCHER POWER SOLUTIONS PVT LTD, Hyderabad f) M/s CONSUL NEOWATT POWER SOLUTIONS PVT LTD, Secunderabad Only the above approved OEM s are eligible to participate in the tender. 2. Dealers having service centers in VISAKHAPATNAM District, are only eligible. Dealers should enclose a valid authorization letter from the approved OEM S. Bids received without authorization letter will be rejected. 3. The envelopes containing the tender (Technical bid & Financial bid in separate sealed envelope) should be enclosed and submitted in another large size envelope duly sealed and marked with the name of the work/nit No and date of opening. Note: Price Bid should contain only prices in SBI format, and no other terms and conditions. All other documents including EMD shall be enclosed in Technical bid. 4. Tenders received without proper sealing will be summarily rejected. The place of receipt and opening of tenders, due date and opening date & time of technical bids are as mentioned above. The date of opening of Financial bid will be intimated later to the technically qualified bidders. 5. Tenderers should quote the tender amount in figures as well as in words separately in financial bid. The tenderers should mention their VAT / SalesTax / GST / Service Tax registration number. 6. Earnest Money Deposit (EMD): EMD as required, should be enclosed along with the Technical bid. Tenders without EMD will be rejected. EMD will be retained as security deposit and will be returned to the successful tenderer after the contract valid period. EMD of unsuccessful tenderer will be returned after finalizing tenders without any interest. 7. Tenderer are requested to enclose the check list & Technical specification duly filled in as per proforma attached. Incomplete check list & Technical specification may result in rejection of the tender 8. Tenderer should affix his signature with rubber stamp at the bottom of pages on all the tender documents. 9. Payment Terms: i. No advance is payable. ii. On successful commissioning with satisfactory test reports at site 95% of cost will be paid within 30 days.

iii. The balance of 5% (Including ISD) of cost will be treated as Retention money deposit (SD) which will be released after the defect liability period of 2 year from the date of successful commissioning. Retention money will be released on producing a Bank guarantee for an equal sum valid until the expiry of the defect liability period. 10. Period of work Completion: 15 Days from the date of receipt of LOI. 11. Liquidated damages for delay in supply: If the delivery is not done within the stipulated time period, a penalty of ½ % of the contracted value per week subject to a ceiling of 5% of contract value will be levied. 12. Evaluation of Tender : The L1 tender will be decided on the basis of the total amount quoted for UPS & batteries (if any) & AMC charges for three years. The vendor s eligibility will be considered only when they are qualified in technical bid. In case of any dispute, the decision of State Bank of India shall be final. 13. Packing and Dispatch: The equipment shall be properly and securely packed in boxes and multiple handling and transportation by sea/ air / rail / road under Indian conditions. All equipment/components shall be delivered at LCPC Office, Moulali, Secunderabad 14. Signing of Contract Agreement a) Agreement on stamp paper: The successful tenderer should enter into formal agreement with Bank on stamp paper (at successful tenderer s cost) as per the Bank s standard format. a) The General instructions to the tenderers and special conditions, conditions hereinbefore referred to Conditions of Contract and Technical Specifications enclosed with the tender documents, the subsequent correspondence exchanged between the Bank and the tenderer and the work order placed shall be the basis of the final contract to be entered into with the successful tenderer. b) The Tenderer shall go through the terms and conditions given in the general conditions of contract herewith and his offer shall be strictly in line with the terms specified therein. No deviation from the terms and conditions specified shall be acceptable. Each page of the tender documents should be signed for his/their having acquainted himself/themselves in the general conditions of contract, Technical specifications, etc. c) The tender submitted on behalf of a firm shall be signed by all the partners of the firm or a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Otherwise the tender may be rejected. d) On receipt of intimation from the Bank of the acceptance of his/their tender, the successful tenderer shall be bound to implement the Contract and within ten days thereof, the successful tenderer shall sign an agreement in accordance with the draft agreement. Notwithstanding the signing of the agreement the written acceptance by the State Bank of India of a tender in itself will constitute a

binding agreement between the State Bank of India and the person so tendering, whether such contract is or is not subsequently executed. e) The vendor shall not assign the contract. He shall not sublet any portion of the contract except with the written consent of the Employer. In case of breach of these conditions, the Employer may serve a notice in writing on the vendor rescinding the contract whereupon the security deposit shall stand forfeited to the Employer, without prejudice to his other remedies against the Contractor f) As security against due fulfillment of the terms and obligations of the Contract, Bank reserves the right to take Performance Bank Guarantee for entire contract duration from the successful tenderer in case of low/ abnormally quoted item for successful completion of work within stipulated time. On submission of the above Bank Guarantee for 20% of the contract value, the EMD submitted by the firm will be refunded. 15. Guarantee/Warrantee: The UPS system including batteries (if any) shall be guaranteed for 2 year from the date of commissioning or 26 months from the date of delivery whichever is earlier. 16. Comprehensive AMC: Refer to C-AMC Clause. 17. Test Certificate: A test certificate confirming all the offered specification should be furnished within a week after receiving the Purchase order. The Test certificate should be from OEM. Each machine has to be quality tested before dispatch. Payment will be released only after obtaining the Test & Guarantee Certificate. Test certificate should contain the Make and Model number & date of testing. 18. Any dispute arising out of this contract will be sorted out within the jurisdiction of courts situated in VISAKKHAPATNAM only. 19. Tenders who do not fulfill all or any of the above conditions or are incomplete in any respect, are liable to summary rejection. 20. Corrigendum if required will be published only in the SBI website www.sbi.co.in. So, Tenderers are advised to visit the site www.sbi.co.in before submitting the tender. I/We hereby declare that I/we have read and understood the above instructions.

Details of Service Centre at Visakhapatnam 1 Address of Service Centre with landline no. 2 Land Line No. 3 Contact person (Incharge) & mobile no. 4 Immediate superior authority of above incharge, Address & Mobile No.

(C-AMC) CLAUSE Comprehensive Annual Maintenance Contract (C-AMC) for UPS covers the following scope of work. 1. The vendor shall provide maintenance service to keep the UPS in good and efficient working condition covered under this contract. In addition to this, the vendor should provide preventive and corrective maintenance of UPS and should get verified from authorized official of the concerned firm. He should also carry out necessary repairs and provide SUITABLE replacement (equivalent or higher configuration) of defective part(s) / equipments as required. 2. The AMC is comprehensive i.e. no cost of parts replaced by vendor will be borne by SBI. 3. The break down calls registered by users must be attended promptly and if they are not rectified within one day, the vendor shall provide a suitable replacement for the defective UPS. Maintenance of all the UPS pertaining to these would be the responsibility of the vendor. 4. Agreement between vendor and SBI will remain in force for period of 3 years from the end of defect liability period. 5. SBI has the right to move UPS between floors. The equipment however will continue to be under AMC at the new location. 6. The firm has to provide a new equivalent parts / items with higher specifications available in the market as standby of the faulty items inside the SBI premises. No UPS will be allowed to go outside of SBI for repair, 7. If the UPS is not repaired within 1 working day after reporting the complaint, the LD charge will be levied at the rate of 0.5 % per week of AMC value and there after the machine can be repaired from outside at the risk and expense of the firm. 8. The vendor will be responsible for any mishap or accident or untoward incidence during the maintenance of machine which may occur due to negligence of the service engineer. 9. The vendor shall be responsible for the discipline and good conduct of their service engineers. 10. Vendor should have enough spare parts of UPS at their service centre so that UPS could be repaired timely. Vendor has to maintain the service center in VISAKHAPATNAM till end of the AMC period. 11. The firm shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and if any in doubt shall bring it to the notice of the SBI authorities without delay. In case of any contradictions, only the printed rules and books should be followed and no claim for the misinterpretation shall be entertained. The administration s decision in such cases shall be final.

12. The preventive maintenance (PM) to be carried out once in 3 month. The preventive maintenance includes following: i. Cleaning of UPS and batteries ii. Checking fitment of internal and external hardware and heating of the system iii. Cleaning of PCBs if any and operating power parameters. iv. Break up call shall be attended immediately. v. Checking of input /output voltage of batteries 13. Service engineer should submit JOB COMPLETION CERTIFICATE certified by user at each complaint. The one copy of certificate to be retained by user group and another to be given to the officer nominated for compilation of job work and to release the payment. 14. Payment will be made on quarterly basis after submitting preventive maintenance report of all the UPS. 15. Service engineer has to display their phone numbers on the UPS under C-AMC under intimation to in-charge officer for preparing necessary security clearance. 16. No transport will be provided to the service engineer for maintaining UPS. The engineer shall use his own vehicles for reporting. No transportation allowances will be allowed. 17. Engineers must be fully equipped with maintenance tool kit and accessories. 18. Any UN-towards incidents in respect of service engineers will be the sole responsibility of the service provider. Engineers should be suitably covered for insurance. I/We hereby declare that I/we have read and understood the above instructions.

PRICEBID FORMAT (Only format, not to be filled, but to be enclosed) The quoted rate should be inclusive of all duties, taxes (including VAT/GST), levies, transportation to site, Octroi charges/entry tax(if applicable) transit insurance, loading-unloading etc. Applicable Tax (IT/VAT/Labor cess) will be deducted from source. No increase in the above rate is acceptable to the Bank. The rates shall be firm throughout the execution of the order. No variation in the quoted rates subsequently will be allowed and no additional claims other than quoted rates will be entertained. Sl. No. ITEM Quantity Unit Rate(Rs.) Amount(Rs.) 1. Supply, installation, Testing and Commissioning of MODULAR TYPE 40 KVA (+ 20kVA Spare) Online UPS system with DC bus voltage of between 240 V to 300 V), without Batteries (65 Ah Batteries will be purchased separately to make 2 banks of the suitable voltage as quoted by ) and complying with the technical specification. Warranty: 2 Years on UPS 1 SET Don t fill Don t fill Comprehensive AMC for above 1 st Year Don t fill Don t fill UPS after the warranty period as 2. 2 per the attached C-AMC Year Don t fill Don t fill instructions. 3 nd Year Don t fill Don t fill 3 BUY BACK OF following existing material 5 kva UPS 1 No. Don t fill Don t fill 7.5 kva UPS 2 No. Don t fill Don t fill 10 kva 1 No. Don t fill Don t fill 65 Ah SMF Batteries 68 Nos. Don t fill Don t fill GRAND TOTAL I/We hereby declare that I/we have read and understood the above and quoted accordingly.

Deviation Sheet : Sl. No. Deviation clause Remarks Use separate sheet if required. In case of no deviations, it is mandatory to write across No Deviations.

CHECKLIST S.No Description SBI Terms 1. Full tender documents duly signed enclosed. 2. Validity of bids 90 days from the date of opening Price bids. 3. Emd Rs.12800 /- No interest shall be payable on EMD. 4. Prices Shall remain firm for the entire period of contract. 5. Completion period 15 days from the day of receipt of LOI 6. Liquidated damages Rs.0.5% of the contract value per week subject to maximum of 5% of the contract. 7. Guarantee 2 year after the date of commissioning against any defect. 8. Test Certificate Manufacturers Test certificate for each machine before delivery. 9. Terms of payment 95% within 30 days after successful commissioning at our site. No advance will be given. 10. Insurance Shall include for transit, storage & erection etc. 11. Security deposit 5% till end of defect liability period. No interest shall be payable on SD. 12. Initial Security deposit 2% of the total contract value against LOI. No interest shall be payable on ISD. 13 Period of honoring certificate 1 month 14 Deviation sheet duly filled is enclosed. 15 Technical specifications fully read, understood and duly signed are enclosed. 16 Details of Service centre at Visakhapatnam duly filled is enclosed. Vendor to confirm.