Bank of India, Mumbai North Zonal Office, 1 st floor, Opp. Natraj Market, S.V. Road, Malad (West), Mumbai

Similar documents
TENDER DOCUMENT FOR ELECTRICAL AUDIT OF BRANCHES & OFFICES OF KANPUR ZONE. 78-A Rajbhawan Complex. Canal Road, Cantonment

TENDER DOCUMENT FOR ELECTRICAL AUDIT OF BRANCHES & OFFICES OF BHUBANESWAR ZONE

Website:

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

STOCK HOLDING CORPORATION OF INDIA LTD.

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

WEBSITE ADVERTISEMENT

: Lease Accommodation for Office Space. Tender Ref. No. : PHL/ER/HR&A/OFF/2017 dated 24/02/2017

WEBSITE ADVERTISEMENT

NOTICE FOR PREQUALIFICATION OF CONTRACTOR

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO

TENDER. Supply & Commissioning of Auto Transformer/Variable Transformer

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

Tender Document for hiring of office space

ALLAHABAD BANK H.O, 2, N.S. Road, Kolkata

NTPC TAMILNADU ENERGY COMPANY LTD (A Joint Venture of NTPC Ltd. and TANGEDCO)

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

Bank of India, New Delhi Zone, Star House Building, H-2, Connaught Circus,

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

Notice Inviting Tender (NIT) (Detailed)

Wanted office Premises on Lease.

Request for Offer. for. Empanelment of Hotels for providing Boarding and Lodging Services

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) SECTION - I. Ref. NTECL/C&M/OT/CS-3474 Dt:

REQUIREMENT OF PREMISES (FOR BRANCHES/OFFICE)

No. CIDCO/E.E.(Nerul)/2013/ Date: 25/02/2013

India Infrastructure Finance Company Limited Registered Office: 8 th Floor, HT House, 18 & 20, K. G. Marg, New Delhi

Star House H-2, Con. Circus, New Delhi Phones: , , New

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

(Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi (India) Sub: Tender for sale of LAM Coke, Ex-NINL, Duburi (Odisha).

THE INSTITUTE OF MATHEMATICAL SCIENCES

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2271/NIT-137 Dt:

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR

REQUIREMENT OF OFFICE PREMISES FOR STES AMBEGAON BRANCH

BANK OF INDIA, GROUND FLOOR, GOD 345- PU-4, SCHEME NO -54, A. B. ROAD, INDORE OFFER DOCUMENT FOR

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2149/NIT-136 Dt:

REQUIREMENT OF PREMISES FOR OUR BRANCH AT NHAVARE

Bid Processing Fee: Rs. 500

TENDER CALL NOTICE (PRINTING AND SUPPLY OF PASSBOOKS)

RFP for Rented Printer and Services Document Control Sheet

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking)

RESERVE BANK OF INDIA ESTATE DEPARTMENT CHENNAI Detailed Notice Inviting Application for Empanelment

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

ARMY WELFARE EDUCATION SOCIETY CAMPUS BANGALORE (AIHM&CT, AIFD) REQUEST FOR PROPOSAL (RFP)

Relationship beyond banking

University of Delhi REVISED TENDER DOCUMENT. Purchase of Dyna-85 Microprocessor Kit

Tender Enquiry No. : CDC/IT/2011/01 dated 11 Aug 2011 : Sealed Quotation for Scanner Due Date & Time : 25 th Aug,2011,15.00 hrs

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE RAJIV CHOWK

NATIONAL HOUSING BANK. Quotation Call Letter for Providing Courier Services to the Bank

TENDER DOCUMENT. Technical Bid PART- I

INDIAN OVERSEAS BANK Regional Office,Mumbai 5 th Floor, Maker Tower E Cuffe Parade Mumbai Tel. No /173 Website :

TENDER DOCUMENT FOR Supply and fixing of Featherlite Chairs at Administrative Office Nalgonda

TENDER DOCUMENT FOR HIRING OF UNFURNISHED GUEST HOUSE ACCOMODATION

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

EMPANELMENT OF PROJECT ARCHITECT/CONSULTANT

Patna Divisional Office-2 Jeevan Ganga, Frazer Road, Patna Telephone No. (0612)

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

COEP s Bhau Institute of Innovation, Entrepreneurship and Leadership

TENDER DOCUMENT. Date: Tender Notice No:230/GM(EMP)/APIIC/EC-IP-Piler/2015,Date:

Regional Office-Jaunpur Hotel River View Complex Sipah Road Jaunpur Uttar Pradesh UNION BANK OF INDIA REQUEST FOR PROPOSAL (RFP)

University of Delhi REVISED TENDER DOCUMENT. Purchase of ST-2613 and ST-2614 Digital Trainer Kits

STATE BANK OF INDIA PREMISES DEPT., 9 TH FLOOR, STATE BANK BHAVAN, CORPORATE CENTRE, NARIMAN POINT, MUMBAI PREMISES REQUIRED ON LEASE

Regional Outreach Bureau (ROB), Ministry of Information and Broadcasting, Pune.

TENDER DOCUMENT FOR HIRING OF BUILDING FOR BRANCH OFFICE DHARUHERA

UCO Bank Zonal Office Ahmedabad PREMISES REQUIRED

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone :

COLLEGE OF ENGINEERING JAGTIAL Nachupally (Kondagattu), Kodimial (M), Jagtial Dist , Telangana (India)

PREMISES REQUIRED FOR OUR LAKSHMIPURAM BRANCH

C. A. No.03/CIDCO/SE(KHR-I)/EE(KHR-III)/ Sl.Pg.No.0

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018

INVITATION FOR OFFER

RESIDENTIAL ACCOMMODATION REQUIRED ON RENT

Regional Office: BIJAPUR Plot No6, Trimurthy Nagar Managuli Bypass Road, BIJAPUR Premises Required

Bharat Petroleum Corporation Limited (A Government of India Enterprise) LEASING OF OFFICE SPACE AT NEW DELHI

TERMS & CONDITIONS FOR SALE OF COAL MILL REJECTS OF TATA POWER LIMITED

Bharat Petroleum Corporation Limited (A Government of India Enterprise) SHORTLISTING OF ELEVATOR MANUFACTURERS

INDIAN OVERSEAS BANK REGIONAL OFFICE, VELLORE Door No:3, 1 st floor, 10 th East Cross Road, Gandhi Nagar, Vellore

West Bengal State Food Processing

Application for Empanelment of (a) Valuers and (b) Real Estate Consultants to monetize properties of IFCI by way of Sale and/or lease.

PENSION FUND REGULATORY AND DEVELOPMENT AUTHORITY B-14/A, Chhatrapati Shivaji Bhawan, Qutab Institutional Area Katwaria Sarai, New Delhi

TENDER DOCUMENT. Tender Number: 02/ Date: Empanelment, Supply & Installation of Passbook printers

H.O , Centre Point, Dr. Babasaheb Ambedkar Road, Parel, Mumbai

PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi

Department of Physics, University of Mumbai, (UDPMU), Potentiostat/Galvanostat

Ref. No. SCMF/ENG/ NIT-24/ Date: N O T I C E I N V I T I N G T E N D E R

क न द र य भ ड रण लनगम

Tamil Nadu Energy Development Agency, Chennai-6

Tender for supply of spare parts use in RO Systems & Aquaguards

a. Technical bid for hiring office space for CBN, Chennai. b. Financial bid for hiring office space for CBN, Chennai.

TENDER No: IMU/2018/0009 Issue Date: 15 th May, 2018

No. CIDCO/EE(ULWE-I)/2015/ Date: 09/07/2015

WANTED LEASED PREMISES FOR OUR UNDER MENTIONED BRANCHES. Sr no Branch Name Locality City Carpet Area (approx)

CITY & INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED

NOTICE INVITING TENDER FOR LEASE OF GODOWN PREMISES AT KAKINADA IMPORTANT DATES 3 LAST DATE FOR TENDER SUBMISSION : UP TO 1500 HRS

TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE

Transcription:

TENDER DOCUMENT FOR ELECTRICAL AUDIT OF BRANCHES & OFFICES OF MUMBAI NORTH ZONE AT Bank of India, Mumbai North Zonal Office, 1 st floor, Opp. Natraj Market, S.V. Road, Malad (West), Mumbai 400064 E-mail Address : MNZ.GOD@bankofindia.co.in Website: www.bankofindia.co.in

INVITATION FOR TENDER/BIDS (ELECTRICAL AUDIT) Bank of India invites Sealed Tender/Bids from eligible consultant or firm for Electrical Audit of branches and offices (Except high rise buildings and building having four floor and more then four floors) of Mumbai North Zone in the state of Maharashtra. 1. Interested eligible Bidders may obtain tender document from our office Bank of India, Mumbai North Zonal Office, 1 st floor, Opp. Natraj Market, S.V. Road, Malad (West), Mumbai 400 064 between 10.00 a.m. to 5.00 p.m. (on working days) and (on 1 st, 3 rd & 5 th Saturday) from 03.06.2016 on payment of non-refundable, amount of Rs.500/- as Price of Bidding Document only in the form of DD/Pay-Order favoring Bank of India. The sealed offers can be delivered at above address in person or can be dropped in Tender Box in Zonal Office between 10.00 a.m. to 5.00 p.m. (on other working days and on 1 st & 3 rd & 5 th Saturday) upto 10.06.2016 (last date) upto 5.00 pm. 2. Forms downloaded through website would be NOT be accepted/considered valid without the payment of the price of Bidding Document. Document must be enclosed in a separate envelope. Part I to be filled & enclose with technical bid and Part II to be filled & enclose with financial bid. 3. Price of Bidding Document Rs.500/- Date of commencement of sale 08.07.2016 of tender document Last Date for sale of Bidding Document Last Date and Time for receipts of tender/bid Address of Communication Contact Person <At Zonal office> 29.07.2016 29.07.2016 upto 17.00 pm Bank of India, Mumbai North Zonal Office, 1 st floor, S.V. Road, Malad (West), Mumbai 400 064 1. Mr Vinod Haldankar 022-28825772 2.Mr. Shankar V Nadkarni 022-28818422 Date of opening of Bids/Tender 30.07.2016

Estimated Cost Earnest Money deposit Time of Completion Rs.280000/- approx. 5% of estimated cost 02 month 4. Each part should be kept in a separate cover and the cover containing technical details should be marked Envelope No.1 and super scribed with TECHNICAL BID and the cover containing financial details should be marked Envelope No.2 and super scribed with COMMERCIAL BID. Earnest Money Deposit (EMD) should be kept in separate cover marked Envelope No.3 super scribed with EARNEST MONEY DEPOSIT. All these 3 enevelops duly sealed should be put in a Envelope No.4 and super scribed with Offer for Electrical Audit of branches / Offices in Mumbai North Zone and it should also bear the Name, Address and Telephone No. of the offeror. The 4th Envelope duly sealed should be addressed to the Zonal Manager,Mumbai North Zonal Office and submitted before the last date mentioned above. 5. The Bid has to be accompanied by an Earnest Money Deposit (EMD) 5% of estimated cost for electric audit in the form of a demand draft or payslip in favour of Bank of India, Payable at Mumbai. 6. The bids/proposal shall remain valid for 90 days from the last date of submission of the bids. 7. Bank of India reserves the right to accept or reject in part or full any or all the offers without assigning any reasons therefore. Zonal Manager Mumbai North Zone

Instructions for Bidders 1. Sealed and completed bids shall be submitted at Bank of India, Mumbai North Zonal Office, 1 st floor, S.V. Road, Malad (West), Mumbai 400 064 and super scribed Tender For Electrical Audit of Branches and Offices for Mumbai North Zone sent to us at the address of owners not later than 5.00 pm on 29 th July 2016. Tender should clearly indicate on copy of the tender under their full signature the Name of Work, for which quoted. 2. No tenders will be received after 5.00 pm on 29 th July 2016 under any circumstances. 3. Technical Bids will be opened at 04.00 pm on 30 th July 2016 in the presence of Tender Committee and of the bidders or their representative which is not mandatory. 4. Tenders shall remain open to acceptance by the Bank for a period of 90 days from the date of opening of the price bid and the tenderer shall not cancel or withdraw the tender during this period. In case the tenderer withdraws their tender prior to the expiry of 90 days then the contractor shall be treated as the defaulter and the earnest money deposit will be forfeited. 5. The tender document is non-transferable. 6. Rates should be quoted both in figures and words in columns specified. All erasures and alterations made while filling the tender must be attested by initials of the tenderers. Overwriting of figures is not permitted; failure to comply with either of these conditions will render the tender void at the authority s option. No change in quoted rate in the original document and duplicate document, the lower of the rates quoted shall prevail. In case of any discrepancy in the amount of the item the corresponding rate quoted will prevail & amount will be concluded accordingly. 7. Each of documents should be signed by the contractors submitting the tender in token of his/their having acquainted himself/themselves with the general conditions of contract, specifications, special conditions etc. as laid down. Any tender with any of the documents not signed will be rejected. 8. The tender submitted on behalf of a firm shall be signed by all the partners of the firm or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Otherwise the tender may be rejected by the authorities. 9. The branches under the control of Mumbai North Zone are from Bandra to Achhad (Palghar Dist.) on the western line and only Sion on the central line. 10. Bank also reserve the right to award the work by distributing the electrical audit work of branches / offices, among the bidder/s at the L-1 rates, if decided by the higher authority. 11. The Bank will have a right to accept or reject any or all the tenders, either in whole or in part without assigning any reason whatsoever for doing so.

Qualification requirement of the Bidder: The bidder/consultant/firm/companies must fulfill the following qualification criteria- a) The bidder should have a proper infrastructure/office in Mumbai or at least in following places i. Navi Mumbai ii. Thane b) The bidder should have minimum 05(Five) year experience in the field of captioned work. c) The contractor should be an income tax assessee and should have filed income tax return for the last assessment year. d) The average financial turnover during the last three years ending as on 31 st March 2016 should be Rs. 10 (Ten) Lakh per year. e) The minimum educational qualification of an electric auditor/consultant should be a diploma holder in electrical engineering (DEE) or BEE certification by Min. of Energy and Power. Bachelor degree in electrical engineering will be considered an additional advantage to the firm. [Attach certificates with tender] e) The bidder/firm must have minimum 05(Five) year experience of successful execution of electric audit of similar nature in Govt./PSU/Nationalized banks/private firms. i) at least three(03) similar works costing minimum Rs.1.5 Lakh each out of which at least one work should have been in Mumbai. or ii) at least two(02) similar works costing minimum Rs. 02 (two)lakh each out of which at least one work should have been in Mumbai. or iii) at least one (01) similar work costing Rs.2.5 Lakh. If this single work was carried out outside Mumbai then at least minimum cost of Rs.03.00 (three) Lakh. f) The bidder could be a sole proprietary concern/partnership firm or a company and should be registered of Firms/Companies wherever applicable. g) The company/ firm/bidder should have valid sale tax no., P.F registration, ESI registration etc. whichever is applicable.

Submission of bid:- The offers must be submitted in separate sealed covers as under:- Technical Bid:- a. Technical Bid as per Form-1 b. Technical bid containing all detailed which have asked by us and signed all tender document (annexure I) as a acceptance of technical parameter c. Demand Draft/Pay slip of <Rs. 5% of estimated cost> as a EMD( Earnest Money Deposit) in favour of Bank Of India payable at Mumbai. d. Demand draft/pay order of Rs. 500/- as a Tender cost, in case the tender download from our website or pay receipt if tender document was collected from our office. Commercial Bid:- Commercial bid have only the price bid quoted by vendor in prescribed format (annexure-ii)only. No other format will be accepted by the Bank. The prices/offer shall be valid for 90 days only. Scope of Work The work consists of the proposed electric audit work of branches and offices in Mumbai North Zone. In accordance for the work all electric equipment, tools, manpower etc. will be provided by the vendor. a. The electric auditor shall strictly comply the technical format during audit of the branch/offices. No other format will be accepted by the bank. b. If there will be any electric shut down required in branch or office for doing electric audit then branch may give a suitable date/time for same (as per conveniece) and may call /visit on holiday or Sunday for complete the job. No extra payment/ charge will be entertained by Bank. c. The Company/Firm shall be responsible for all injuries to the work or workmen, to persons, animals or things and for all damages to the structural and / or decorative part of property which may arise from the operations or neglect of himself or their, whether such injury or damage arise from carelessness, accident or any other cause whatsoever in any way connected with the carrying out the electrical audit of branch/offices. Insurance is compulsory and must be in effect during electric audit. d. The Bank will have a right to call electrical auditor once or more at zonal office/branch during electrical rectification work for branches/offices. The company/firm will also submit consolidated summary chart of proposed electrical work of all branches/offices. Company/Firm will not claim any amount for the same. e. If project work/electric audit works is found unsatisfactory before/during the project work then there will be penalty of Rs. 10,000/- or 2% of the work order cost whichever in higher. Bank

will have a right to terminate the contract in between or before the work by giving 15 (fifteen) days prior notice to the vendor. f. Company/Firm will prepare and provide SLD (Systematic Line Diagram) of electrical system of the branch and it will be attached in a separate sheet with their audit report. g. Company/firm will provide technical specification and rating for wire and electrical equipment as per his recommendations in separate sheet of each branch/office s electric report. h. Company/Firm may recommend / advise, the make and tentative price of wire and electrical equipment in separate sheet of each branch/office s electric report.

ARTICLES OF AGREEMENT ARTICLES OF AGREEMENT made this day of Two Thousand Sixteen between the Bank of India, a body corporate Constituted under the Banking Companies (Acquisition and Transfer of Undertakings) Act 1970 and having its office at Star House, G block, Bandra Kurla Complex, Bandra East, Mumbai 400051 (hereinafter referred to as the Owner or The Bank which expression shall include its successor or successors and assigns) of the ONE PART through the authorized officer Shri. (Designation) AND M/s., having its registered office at, (hereinafter referred to as the CONTRACTOR ) of the OTHER PART. WHEREAS the Owner is desirous of taking up (hereinafter called the Works ). AND WHEREAS the Bank has issued work order for electrical audit of branches and offices which includes SLD (Single Line Diagram), thermography, quantity and rating/specifications for propose electrical rectification work. The work/project to be known as Electrical Audit of Branches and Offices of Mumbai North Zone as per the term and conditions of the contract. AND WHEREAS the tender of the Contractor for the above work at, branches or offices under jurisdiction of Mumbai North Zone has been approved by the Bank. WHEREAS THE Contractor has deposited/bank Guarantee with the Bank 5% of the work order as a security deposit for the due performance of the Agreement.

NOW IT IS HEREBY AGREED AS FOLLOWS: 1) In consideration of the payments to be made to the contractor as hereinafter provided the contractor shall upon and subject to the said conditions execute and complete the works shown upon the said terms and conditions with All the Due Care and Attention. 2) The Owner will pay to the contractor on item rate basis, the sum of Rs. (Rupees Lakhs Thousand Hundred and only) (hereinafter called the contract amount and in the manner specified in the said conditions. However, the actual sum will be worked out and paid on the actual value of work done, irrespective of the contract sum. 3) The scheme of the ----------------------------------- works, agreement and documents above mentioned shall form the basis of this contract and all disputes to be decided in the manner prescribed in the conditions attached hereto. 4) The contractor shall be responsible for all injuries to the work or workmen, to persons, animals or things and for all damages to the structural and/or decorative part of property, which may arise due the project execution. The bank will not responsible or will not entrainment any such type of claims or reimbursement, if any such case arise during the project. 5) The Bank have a right to invoke a penalty of Rs. 10,000/- or 2% of the work order value (whichever is higher) against unsatisfactory performance and may terminate the contract before/during the project by giving 15 (fifteen) days prior notice to the vendor. 6) The said conditions shall be read and be treated as forming part of this agreement and the parties hereto will respectively be bound hereby and to abide by and submit themselves to the conditions and stipulations and perform the same on their parts to be respectively observed and preferred. 10) Any dispute arising under this Agreement shall be referred to the arbitration to a sole arbitrator appointed with consent of the Owner and the Contractor as indicated in the Article of General Conditions. The award of the arbitration shall be final and binding on both parties. IN WITNESS WHEREOF, the parties hereto have executed these presents the day and year first hereinabove written. WITNESS EXECUTANTS 1) 2) 1) OWNER 3) 4) 2) CONTRACTOR In case of the company, the common seal be affixed pursuant to resolution of Board of Directors in accordance with Articles of Association of the Company the directors etc., as the case may be affixing common seal may initial in token thereof and also by putting their names.

TECHNICAL BID Form I (To be filled) Basic Information Sr. Particulars Details Name of the Company/Firm/Applicant and address of the registered office:- Phone No:- Fax No:- 01 E-mail:- Mobile No:- Website, if any:- 02 Date and year of establishment (enclose documentary evidence) 03 Type of the organization (whether sole proprietorship, partnership, private ltd. or Co-operative body etc.) 04 Name of the proprietor/partners/directors of application with address and phone no. (in case) a. b. c. 05 Details of registration- whether partnership firm, company etc. Name of registering authority, Date and Registration number. (enclose documentary evidence) 06 Whether the firm has worked for the Government/Semigovernment/Municipal Authorities or any other public organization Banks etc. if so, give details. 07 No. of years of experience in the relevant field. (enclose certificate) 08 Address of office through which the proposed work of the bank will be handed and the name & designation of the officer in charge. 09 Adequate and satisfactory evidence to indicate financial capacity of the applicant to undertake the said works with names of bankers and their full addresses.

(solvency certificate from a bank & income tax clearance certificate has to be attached) 10 Yearly turnover of the organization during last three years(year wise)- as certified by the chartered accounted (enclose copy of balance sheet of last 03 years) 11 Name of electrical auditor /engineer/inspector ( full details and qualification) ( enclose document) 12 Whether electrical engineer/auditor /inspector is having valid BEE certification. ( enclose certificate) 13 Income tax no:- Rs. for 2013-14 Rs. for 2014-15 Rs. for 2015-16 (Provisional) Permanent A/c no; (enclose documentary evidence) 14 Details of staff member who will execute the project (may attach separate sheet) Sr. Name of the project/work and employer Nature of work Work order No. & date Present stage work of Value contract (Rs.) of Brief details of the dispute (if any) (Signature of Bidder with seal of Firm)

Annexure I FORMAT FOR ELECTRIC AUDIT OF BRANCHES/OFFICES (To be filled by electrical auditor only) 1.1 General information- Branch Zone- Date - Sr. Details 01 Type of branch (Metro/Urban/Semi-Urban/Rural) 02 Staff strength detail of branch Officers- Clerk- Sub Staff- 03 Name of designated branch security officer with contact no 04 Name of Electrical Auditor and contact no 1.2 Last Audit- Sr Date of last electric audit Electric risk rating Start on Complete (High/Medium/Low) date Compliance date Closure date 1.3 Electric Supply Detail- Sr. Electric supply company/dept. Sanction Load Maximum Load ( in last one year) Average Load (in last one year) Any penalty (in last one year)

1.4 Details of Electrical Equipment- Sr. Equipment Make and Model Qty. Rating ( AMP or KVA or core x Sq. mm or Watt) 01 UPS 02 Batteries 02 D. G. Set 03 Miniature circuit Breaker (MCB) 04 MCCB (Molded case circuit breaker) 05 ELCB (Earth leakage circuit breaker) 06 RCCB (Residual current circuit breaker) 07 SFU/HRC fuse 08 Electric wire a. 1.5 sq. mm b. 2.5 sq. mm c. 04 sq.mm d. 06 sq.mm 1.5 UPS and Batteries- AMC Vendor & expiry date UPS connection (Three phase/single phase) Any Overload on UPS (Yes/No) (if yes give reason/details) (Overload-more then 80% of UPS capacity) Any battery bypassed with UPS (Yes/No)(if yes give details) Any chemical rust or loose connection on battery terminal/lug (Yes/No)(if yes give reason/ details) Whether ventilation/cooling is provided in UPS room (Yes/No) Unwanted material kept inside UPS & battery room (Yes/No) ( if yes give details) Any overheating in wire/fuse/mcb/switche s etc.(yes/no) (if yes give reason/detail) No. of batteries (more then 03 year old) & having capacity below 80% of full capacity Last date of battery back-up test on full load & have any deformity (give details)

1.6 AC units- AMC vendor & expiry date (if any) Proper electric connection with compressor contactor, relay and capacitor Auto timer (functional/nonfunctional) provided) (if adequate rating MCB/fuse for ACs unit (Yes/No) 1.7 Diesel Generator- AMC Vendor & expiry date (if any) Date of last engine oil and filter replacement ( Not more then 06 month or 250 running hrs ) All gauges like temp. meter, Voltmeter, ammeter, wattage, KWH, hour meter etc. are working properly (Yes/No) (If no give reason/detail) Any deformity noise, leakage, fuel consumption rate and spark in exhaust system (Yes/No) ( if yes give reason/detail) 1.8 Details of other electrical equipment Sr Equipment Make and Model Qty. Detail 01 Computers 02 Printers 03 Passbook printers 04 Cash counting Machine 05 Split ACs/Window ACs 06 Fans 07 Router 08 Fire alarm and Burglar alarm 09 CCTV 1.9 Electric supply ( Single phase/three phase) (please tick)- Phase-I Phase-II Phase-III 1.10 Electric Load Distribution( in volt)- R-phase(R-N) Y-phase (Y-N) B- phase(b-n)

2.1 Earthing System- Sr Separate earthing for UPS and raw power (Yes/No) Type of earthing (chemical/normal) Earth resistance (in ohm) Earth identified (Yes/No) pit 2.2 Heating of wire/panels- Sr. Thermography of electric wire and panel (Yes/No) No. of location/spot (where temp. is more then 78 0 c) Detail of heating equipment ( attach thermography image & system generated report) Reason 2.3 Other Electrical Risk - Sr Electrical Risk Category (High/Medium/Low) 01 Any hanging electrical wire/ temporary electric connection etc. in premises 02 Any multi pin plug or extension cable/board use in premises 03 Any dangling/loose electric connection or portion of live wire with damage jacket/insulation 04 Flammable combustible material dumped near electric panel ( those electrical equipment run on 24x7 basis) 05 Voltage Fluctuation 06 Any MCB/Fuse etc. by pass from the electrical system 07 Any other electrical risk Reason/detail and recommendation ( For High only)

2.4 ATM/E-gallery (Only for on-site)- No. of Kiosk No. of AC units Auto timer for ACs available(yes/no) & Auto timer (functional/nonfunctional) UPS & batteries /non-working) (working Thermography of wire and panel (yes/no) (If temp. more then 78 0 c, give detail) Any poor rating MCB/fuse etc. used in ATM/E-gallery (Yes/No) Any loose connection/multi pin plug etc. in ATM/Egallery (Yes-No) Any other electrical observation in ATM/E-gallery 2.4 Risk Rating- Overall electric risk category (High/Medium/Low) Reason 2.5 Summary- Sr. Observation Rating (High/Medium/Low) Recommendation (Strictly specify detail of electrical equipment/wire etc. only)( e.g.- 01 MCB of 16 amp of UPS incomer replace) (Signature of electrical auditor)

ANNEXURE- II COMMERCIAL BID Tender issued to- Name of work:- Electric Audit of Branches & offices of Mumbai North Zone Sr. Description & scope of work Qty. Rate Total Amount 01 Electric audit of all branches & 70 offices under jurisdiction of branches /offices Mumbai North Zone as per prescribed format only. The rate shall include labor cost, travelling, equipment handling charges etc. Note:- Cost inclusive of all taxes such as VAT, service tax, swach bharat tax, krishi kalyan cess, sale tax etc. and other expenses like travelling, labor cost, Equipment handling charge etc. in short Total cost should be all inclusive. (Signature of Bidder with seal of Firm)