selection of vendors for supply and maintenance of below ... - 2017.pdf · for empanelment of...

12
Relationship beyond banking Head Office: Star House, Plot: C-5, “G” Block, Bandra Kurla Complex, Bandra(East), Mumbai 400 051. Ph:022 6668 4413, E-mail: Headoffice.Security.bankofindia.co.in REQUEST FOR PROPOSAL (RFP) For Empanelment of vendors for supply, installation Commissioning & Maintenance of Security Gadgets 1. GENERAL Bank of India, Head Office, Mumbai invites Request for Proposal (RFP) for supply, installation, testing, commissioning and maintenance of security equipments/ gadgets like Burglar Alarm System, Fire Alarm System, CCTV, ATM, etc, at its various branches/offices (approx.. 5200 nos.) located all over India, from reputed firms/ manufacturers/ authorized suppliers/system integrators, who have experience in supply, installation, testing, commissioning and maintenance of these Lists. The security products/gadgets for which proposals are being invited, are as follows:- (a) Burglar Alarm System (8 Zone Micro Controller (expandable to 24 Zones) based Security Alarm Panel with IP CMS connectivity with GSM & PSTN Dialer, able in 10 Nos and 3 messages) (b) Cash Cabin Door Alarm (c) Fire Alarm SystemConventional and Addressable with accessories (d) Smoke Detectors, Heat Sensors, Flame Sensors (e) Fire cum burglar Alarm System (f) Auto Dialers (g) CCTV system - Hybrid/Tribid DVR, Cameras (Analogue, HD & IP) Hard Disk Drives, accessories, etc. (h) ATM DVRs, Pinhole Camera (i) Time Locks (Manual, Electronics) (j) Metal Detectors (Hand held and Door Frame Metal Detectors) (k) Mobile CCTV for Cash Vans (l) Cash Van Alarm (m) Guard Tour System (n) Access Control System (Biometrics, Proximity) (o) Boom Barriers (p) Turnstile Doors (Circular and Box Type) NOTE: AT LEAST TWO PARTICIPATING BIDDERS/SYSTEM INTEGRATORS SHOULD BE HAVING AUTHORISATION FROM THE ORIGINAL EQUIPMENT MANUFACTURER FOR INSTALLATION & MAINTENANCE OF THE PRODUCT. SECURITY PRODUCTS OF THE MANUFACTURERS NOT MEETING THIS REQUIREMENT WILL NOT BE CONSIDERED. -2

Upload: dinhhuong

Post on 20-Jul-2018

216 views

Category:

Documents


0 download

TRANSCRIPT

Relationship beyond banking

Head Office: Star House, Plot: C-5, “G” Block,

Bandra Kurla Complex, Bandra(East), Mumbai 400 051. Ph:022 6668 4413, E-mail: Headoffice.Security.bankofindia.co.in

REQUEST FOR PROPOSAL (RFP) For Empanelment of vendors for supply, installation Commissioning & Maintenance of Security Gadgets

1. GENERAL Bank of India, Head Office, Mumbai invites Request for Proposal (RFP) for supply, installation, testing, commissioning and maintenance of security equipments/ gadgets like Burglar Alarm System, Fire Alarm System, CCTV, ATM, etc, at its various branches/offices (approx.. 5200 nos.) located all over India, from reputed firms/ manufacturers/ authorized suppliers/system integrators, who have experience in supply, installation, testing, commissioning and maintenance of these Lists. The security products/gadgets for which proposals are being invited, are as follows:-

(a) Burglar Alarm System (8 Zone Micro Controller (expandable to 24 Zones) based Security Alarm Panel with IP CMS connectivity with GSM & PSTN Dialer, able in 10 Nos and 3 messages)

(b) Cash Cabin Door Alarm (c) Fire Alarm System– Conventional and Addressable with accessories (d) Smoke Detectors, Heat Sensors, Flame Sensors (e) Fire cum burglar Alarm System (f) Auto Dialers (g) CCTV system - Hybrid/Tribid DVR, Cameras (Analogue, HD & IP) Hard Disk Drives, accessories, etc.

(h) ATM DVRs, Pinhole Camera (i) Time Locks (Manual, Electronics) (j) Metal Detectors (Hand held and Door Frame Metal Detectors) (k) Mobile CCTV for Cash Vans (l) Cash Van Alarm (m) Guard Tour System (n) Access Control System (Biometrics, Proximity) (o) Boom Barriers (p) Turnstile Doors (Circular and Box Type)

NOTE: AT LEAST TWO PARTICIPATING BIDDERS/SYSTEM INTEGRATORS SHOULD BE HAVING AUTHORISATION FROM THE ORIGINAL EQUIPMENT MANUFACTURER FOR INSTALLATION & MAINTENANCE OF THE PRODUCT. SECURITY PRODUCTS OF THE MANUFACTURERS NOT MEETING THIS REQUIREMENT WILL NOT BE CONSIDERED.

-2

-2- 2. SCOPE OF THE WORK

Supply, Installation, Maintenance of Security Gadgets like Burglar Alarm System, Fire Alarm, Auto-dialers, CCTV, etc. in all branches/offices of Bank of India all over the country. The Empanelment shall be for a period of 3 years, from 01.04.2017 to 31.03.2020. Upon empanelment, the selected agencies shall be allotted Zones depending upon their area of operation & service network. The Empanelment by the Bank should in no way be construed as work order. Work order for supply/ installation/maintenance shall be placed by the concerned Zones, as per their requirement, as and when it arises, with these empanelled Vendors.

3. SCHEDULE The following is an indicative timeframe for the overall process. Changes to the time frame, if any, shall be communicated to the Respondents during the process, through e- Mail

Tender Reference Details

Price of RFP Document Rs.5,000 /- (Non Refundable)

Date of commencement of issue of RFP Document 9th December 2016

Date of closure of sale tender document 5th January 2017 – 4.30 PM

Bid Security Deposit (EMD) Rs. 3.00 lacs (Interest free)

Queries for Pre Bid Meeting to be mailed by 19th December 2016 up to 4.30 PM

Pre Bid Meeting 20th December 2016 at 3.30 PM

Last Date & Time for receipt of tender offers 6th January 2016 at 01.30 PM

Date of opening of technical bids 6th January 2016 at 3.30 PM.

Address for Communication The Chief Security Officer Bank of India, ‘Star House’ Head Office, C-5, G-Block Bandra-Kurla Complex Mumbai 400051.

Telephone Contact Number 022-666684413/66684414

E-mail Id [email protected]

Website www.bankofindia.co.in -3

-3-

3. SUBMISSION OF APPLICATION

‘Request for Proposal’ Document/Application, complete in all respect, should be submitted along with payment of Rs. 5000/-(Non-Refundable) towards the cost of RFP Document and Earnest Money Deposit of Rs. 3,00,000/- (Rupees Three Lacs only) by way of DD/Pay Order in favour of Bank of India, Mumbai, on or before 1.30 pm 06/01/2017 in a sealed envelope. The Earnest Money Deposit of finally empanelled agencies will be kept as Security Deposit with the Bank for the period of empanelment. The EMD of agencies not found suitable/meeting the required eligibility criteria shall be returned, by 15th February 2017.

The agency must sign each page of tender document and duly filled & signed application form along with supporting documents, failing which the application is liable to be rejected.

The applications received late, or without application fee and earnest money or conditional applications would be rejected. Further, the Bank reserves the right to accept or reject any or all applications without assigning any reason. Vendors meeting the technical requirements, after scrutiny of the commercial bids, will have to enter into a agreement with the concerned Zonal Office, which they will be allotted, before rendering the services to the Branches/offices.

4. EVALUATION PROCESS

Stage I – ‘Request for Proposal – Technical Evaluation’ Incomplete ‘Request for Proposal’, i.e. proposals not accompanied by the mandatory documents as mentioned under para ‘Details Required to be Submitted’, cost of application and EMD shall be rejected. Offers will be evaluated against the stipulated eligibility criteria based purely on valid proof of documents submitted by the Vendors. Offers not complying with the eligibility criteria will be rejected. Technical Evaluation will be done by a Committee of Officers based on Annual Turnover, experience, especially with nationalized banks, servicing network, etc., as per the Appendix ‘A’ and ‘B’ Stage-II – Display/Demonstration of Security Gadgets Shortlisted applicants, after technical evaluation, will be asked to display their products, gadgets, in our Office Complex. Security gadgets found suitable in the demonstration and approved by the Committee formed for this purpose, shall be finalized for empanelment. Stage-III – Financial Bids Financial Bids will be invited from the short-listed vendors for the security gadgets/equipment, approved & finalized during the demonstration of security gadgets. . Stage-IV – Reverse Bid Bank reserves the option for Reverse Bidding, after giving due notice to the eligible bidders.

-4

-4- Stage V- Rate Rationalisation L-1 will be decided on the basis of lowest rate for each item, quoted by bidders in Financial Bid or Reverse Bidding. Thereafter, all shortlisted vendors will be called for a meeting, in which the rates for various items will be discussed & rationalized/standardized on basis of L-1.

Stage-VI – Allotment of Zones The shortlisted agencies will be allotted to various Zones as per their servicing network & experience. The standard rates for all security gadgets/equipment approved and finalized will be advised to all Zones and the vendors. Only the vendors having their Office set up within the jurisdiction of the Zone’s, will be considered for that particular Zone.

5. LAST DATE FOR SUBMISSION OF RFP Request for Proposal (RFP) along with the documents (as mentioned under Para 7 (Details required to be submitted) should be submitted latest by 1.30pm on 6th January 2017. The RFP document will be opened on the same day at 3.30pm. 6. ELIGIBILITY CRITERIA FOR BIDDERS a. The Bidder should be a registered company/firm, and should be:- i. Original Equipment Manufacturers (OEMs) and/or

ii. their authorized dealers, capable of providing integrated solution of supply, installation, after sale services and maintenance of the system provided.

b. At least two participating bidders/system integrators should be having

authorisation from the original equipment manufacturer for installation & maintenance of their products. Security products of the manufacturers not meeting this requirement will not be considered. Likewise, the Bidder whose security products are not being sponsored by atleast one additional bidder will not be considered.

c. Bidder should have authentic PAN, Sales Tax, CST, VAT, TIN, Service Tax, ESI

and EPF distinguished registration numbers etc. Sales tax registration for each State, for which the bidder is applying, is mandatory requirement;

. d. Turnover - The Bidder should have Annual turnover of Rs. 1.00 Crore for each

of the last 3 Financial Years 2013-14, 2014-15 & 2015-16. e. Solvency : Bidder should submit a Solvency Certificate for Rs. 1.00 Crore,

issued by Bidder’s Bank. f. Experience - Applicants should have minimum Three (3) years’ experience in

the field of supply, installation and maintaining the security equipment required by the bank and for which empanelment is sought, as on 30 November 2016.

g. Product Certification. All products being offered should be of latest technology

and should be certified by the Bureau of Indian Standards BIS, UL, EN, FCC, CE and tested at Electronic Regional Test Laboratory or any other industry recognized certification as applicable and acceptable to bank. -5

-5- h. Installation Work Experience: Only those Bidders will be considered who have

the experience of installing all the major Security Gadgets required in a Bank Branch viz. Burglar Alarm, Fire Alarm and CCTV. The bidder should have installed these Systems in atleast 500 Bank Branches, during last 3 years and should be having Annual Maintenance for atleast 1000 Branches. (as on 30/11/2016). Please attach proof of same. However, applicants bidding for Time Locks, Turnstile Doors, Access Control, Boom Barriers are not covered under this clause. Such vendors should have carried out installations during last 3 years as under:-

i. Time Locks - 500 Locations. ii. Boom Barriers -100 Locations iii. Proximity/Biometric Access Control - 300 Locations iv. Turnstile Doors – 200 Locations v. DFMDs - 300 Locations

g. Blacklisting: The applicant should not have been blacklisted by any Bank in

past 3 years or services terminated due to poor performance. An undertaking stating that the company/firm has not been blacklisted should be submitted.

7. DETAILS REQUIRED TO BE SUBMITTED

a. Name of the firm - b. In the business since when - c. Registration particulars - d. PAN or Income Tax Registration Certificates - e. Sales Tax Registration No. – f. VAT Registration No. - g. Proof of having offices and complete after sales service infrastructure. in

centers, where it is bidding. h. Proof of adequate availability of technical expertise & staff strength including

name of persons, address, phone no.s, manpower, etc. i. Proof of having their manufacturing facility for the items mentioned in RFP or

authorized dealership from the manufacturer. Copy of agreement to be submitted.

j. Proof of execution of such works in last three consecutive years (copy of work orders, completion certificate to be enclosed).

k. Proof of having executed supply & installation works for at least two nationalized banks for last 3 years for minimum amount of Rs. 50.00 Lacs & above per annum. Performance report/certificate for same to be enclosed.

l. Proof of having installed Burglar Alarm, Fire Alarm and CCTV at atleast 200 Bank Branches, during last 3 years.

m. An undertaking that firm is capable of undertaking installation & maintenance work in rural areas where majority of bank’s branches are located.

n. Audited Financial Statement for last three consecutive years. o. Service Tax Registration number, wherever applicable.

The above details MUST be submitted with proof. .

-6

-6- 8. PRE-BID MEETING Pre-Bid meeting for clarifying the doubts of the Bidders with regards to the tender will be held on 20/12/2016 at 3.00 pm at Bank’s Head Office in Mumbai. Participating bidders to submit their points for clarification during pre-bid meeting latest by 5.00pm on 19/12/2016 on email id: [email protected]. On the basis of clarification sought by the bidders in the Pre Bid Meeting, appropriate “Addendum” shall be issued on Bank’s website only and bidder must refer the same before final submission of the Tender. 9. WARRANTY The offer must include comprehensive on-site warranty of 3 years from the date of installation and commissioning of the equipment. Supplier shall be fully responsible for the manufacturer’s warranty in respect of proper design, quality and workmanship of all equipment, accessories, etc., covered by the offer. The supplier must warrant all equipment, accessories, spare parts etc., against any manufacturing defects during the warranty period. During the warranty period of 3 years, the bidder/system integrator shall maintain the equipment and repair/replace all the defective components at the installed site at no additional charge of whatsoever nature to the Bank, except for AMC charges as agreed, which shall be applicable after the expiry of Guarantee period i.e. ONE Year from the Date of Installation of Equipment.

10. ANNUAL MAINTENANCE CONTRACT

The selected bidder/vendor shall be required to undertake the Annual Maintenance Contract for all the existing security gadgets installed in the branches under the Zone/s allotted to the vendor and also for the new systems installed, after the expiry of initial Guarantee period, at the mutually agreed rates. The qualified bidder should have technical expertise and capability for maintaining all the existing and the new products which shall be included in the current empanelment An undertaking for the same should be submitted by the Bidders.

11. GENERAL INSTRUCTIONS/CONDITIONS

a. Please read the terms and conditions carefully before filling the application form. b. Please sign all the pages of the tender document including each page of the application form. c. There should be no cutting/over writings. The cuttings/over writings, if any should be duly attested. d. The Bank reserves all rights to: i. Accept or reject the application either in whole or in part. ii. Reject any or all the applications partially or wholly. iii. Cancel or withdraw this tender. iv. Accept or reject any deviation from these conditions.

12. Validity of Offer – The Offer by Vendors should be valid till 31.03.2017.

Capt. Rakesh Patney AGM & CSO

-7-

Appendix A

PART A – BIDDER’S PROFILE

Sr Item Particulars/Details Proof to be attached

1 Name of the Bidder

2 Status of Bidder - Proprietorship/ Partnership// Company/etc.

Incorporation Certificate as Annexure ‘i’

3. Date of Establishment -do-

4. Whether Original Equipment Manufacturer (OEM) OR System Integrator

Annexure ‘ii’

5. Name of the Proprietor / Partners / Directors

Annexure ‘iii’

6. Address of Registered Office With Phone No. & Email Id.

Annexure ‘iv’

7.

Correspondence Address

8. Name of Contact Person

Phone No.

Mobile No.

Email ID

9. Address of Manufacturing unit For OEMs

Annexure ‘v’

10 List of products for which authorized and applying for

Details to be submitted as per

Appendix ‘A & B’

Filled up Appendix ‘A’ & ‘B’ to be attached as

Annexure ‘vi’

11. Is there any agreement with OEMs for Authorised Dealers

Copy of Agreement to be attached as Appendix ‘vii’

12. Authority Letter from the OEMs for Warranty & services

Format for letter is given in Appendix ‘C’

Filled up Appendix C to be attached as Annexure ‘viii’

13 Name of Banks, with whom the Vendor is empanelled

a. Copies of agreement to be attached as

Annexure ‘ix’ b.

c.

d.

-8

-8-

APPENDIX ‘A’

PART B – BIDDER’S FINANCIAL DETAILS

Sr Item Particulars/Details Proof to be attached

1 Name of the Bidder

2 PAN No.

3 Sales Tax No. (State wise)

4 Service Tax No

5 ESIC

6 EPF

7

Annual Turnover during last 3

Financial Years (Copies of

Audited Balance Sheet showing TO for 13-14, 14-15 & 15-16)

FY 2013-14 - Copies of Audited Balance to be attached

as Annexure ‘x’ FY 2014-15 -

FY 2015-16 -

b.

c.

d.

8 Details of Work completed in last 3 years 2013-14, 14-15 & 15-16

Details to be submitted as per Appendix ‘D’

Filled up Appendix ‘D’ To be attached as

Annexure ‘xi’

9. Solvency Certificate for Rs. 1.00 Crore

Issued by Bidder’s Bank, after 01.10.2016

To be attached as Annexure ‘xii’

-9

-9-

APPENDIX B

DETAILS OF THE SECURITY EQUIPMENT

BEING OFFERED FOR EMPANELMENT

(Technical Specifications/Data Sheet of Products Offered

should be attached)

A. CCTV

Ser Name of Security Item Make & Model & Certification (CE / UL)

1. DVR (Hybrid / Tri-bid)

4 Channel

8 Channel

16 Channel

2 Cameras

Fixed Dome IR Camera

Varifocal Dome IR Camera

Fixed Bullet IR Camera

Varifocal Bullet IR Camera

Standalone IP Camera

3. 19” / 21” LED Monitor

4. Cabinet with Locking arrangements for protection of DVR

5. ATM DVR with built-in monitor

6. Mobile DVR (CCTV) for Cash Vans

B. ALARM SYSTEMS

Ser Name of Security Item Make & Model & Certification (CE/UL/EN/LPCB)

1. Burglar Alarm System - 8 Zone Micro Controller (expandable to 24 Zones) based Security Alarm Panel with IP connectivity with GSM & PSTN Dialer, able in 10 Nos and 3 messages

Panic Switches, Magnetic Sensors, PIR Sensors & Vibration Sensors

2. Auto – Dialer

PSTN/GSM and compatible with CMS

Minimum 4 voice/SMS messages and 8 user contacts for communication

3. Cash Cabin Door Alarm (Standalone)

4. Cash Van Alarm

5. Fire Alarm – Conventional

2, 4, 8 & 16 Zones

Should be Compatible with Auto-dialer &CMS

6 Fire Alarm – Addressable

2 Loop & 4 Loop

Should be Compatible with BMS -10

-10-

Ser Name of Security Item Make & Model & Certification (CE/UL/EN/LPCB)

7. Detectors - Smoke, Heat & Flame Detectors, MCP, Response Indicators, Hooters with strobes. Control Module & Monitor Module (for Addressable Alarm only).

8 Cables

Cable (2 Core 0.5 Sq.mm)

RG, VGA, 2 core 1.5 Sq.mm Armoured

C. MISCELLANEOUS

Ser Name of Security Item Make & Model & Certification

1. Time Locks - Manual & Electronic

Cash Safe

Strong Room Door

2 Access Control – Proximity

Controller – 2 / 4 Door

Reader

Access Control – Proximity & Biometric

3 Stand Alone Biometric Reader Cum Controller

Electromagnetic Lock (single / double leaf)

. Accessories

4 Biometric Tour Guard (UL/FCC/CE)

5 Door Frame Metal Detectors (4 Zone)

6 Hand Held Metal Detectors

7 Turnstile Door – Box Type

Turnstile Door – Circular/Revolving Type

8 Boom Barrier (4m / 6m)

9 Public Addressable (PA) System

Analogue / Digital

10 UPS (1KVA/2KVA) for Security Gadgets only

SMF Batteries with atleast 3 hours backup

-11

-11-

APPENDIX ‘C’

(TO BE SUBMITTED ON THE LETTER HEAD OF THE OEM)

To, The Chief Security Officer Bank of India ‘Star House’, C-5, G-BLOCK, Bandra Kurla Complex, Bandra East, Mumbai – 400 051. Dear Sir,

Authorization from OEM for Supply, Installation, Commissioning & Maintenance of Alarm Systems, Fire Alarm, CCTV, Access Control, etc

We, M/s _____________________________who are established and leading Original Equipment Manufacturer (OEM) for Electronic Security product, such as CCTV/ Alarm Panel/ Fire Alarm/Access Control do hereby authorize M/s _________________________ having their registered office at _____________________________________ to submit quote, negotiate, supply, install and provide after sales support for our range of products quoted by them to meet the above mentioned tender. We also confirm that we, as OEM, are responsible that the System Integrator uses genuine products. We will conduct Audit of the products being installed by the System Integrator, as and when required by the Bank without any extra cost, as a service support to the Bank. We hereby confirm to extend our back to back technical support and warranty for a period 3 years, from the date of installation & commissioning at the Branch. Also, as an OEM, we assure that the quoted models are not end of life and necessary spares would be provided at cost to bidder for period of five years, as per OEM standards for this tender/project. Thanking you, Yours faithfully, Authorised Signatory (Name & Designation, seal of the OEM) Contact No. E-Mail Address

-12

-12-

APPENDIX ‘D’

(TO BE SUBMITTED ON THE LETTER HEAD OF THE BIDDER)

DETAILS OF WORK DONE DURING LAST 3 YEARS

YEAR 2013-14

Ser Description of Work Organisation where work done

Value of Work (in Rs.)

Proof submitted (Copy of Work Order/Bill)

1

2

3

4

5

6

7

8

YEAR 2014-15

Ser Description of Work Organisation where work done

Value of Work (in Rs.)

Proof submitted (Copy of Work Order/Bill)

1

2

3

4

5

6

7

8

YEAR 2015-16

Ser Description of Work Organisation where work done

Value of Work (in Rs.)

Proof submitted (Copy of Work Order/Bill)

1

2

3

4

5

6

7

8

NOTE: The work carried should be pertaining to the installation of security gadgets/equipment, which are listed in the RFP document.