Professional Documents
Culture Documents
Selection of Agency For Providing Comprehensive Amc For Ups Systems
Selection of Agency For Providing Comprehensive Amc For Ups Systems
Selection of Agency For Providing Comprehensive Amc For Ups Systems
Department of Treasuries,
Office of Commissioner of Treasuries,
5th & 6th Floor, KPCL Green Building,
#3 Palace Road
Bengaluru - 560001
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Table of Contents
1. Introduction.......................................................................................................................4
2. Scope of work.....................................................................................................................5
3. Bidding details....................................................................................................................7
4. Service Level Agreement (SLA)........................................................................................15
5. General Terms and Conditions........................................................................................17
Appendix-1 – Covering Letter............................................................................................28
Appendix-2 – Turnover Details.........................................................................................31
Appendix-3 – Undertaking on Office Premises................................................................32
Appendix-4 – Details of the Bidder...................................................................................33
Appendix–5 – Financial Bid Format..................................................................................34
Appendix–6 – Format of Performance Bank Guarantee..................................................35
Appendix–7 – Bill of Quantities.........................................................................................38
Appendix–8 – Support Terms & Condition.......................................................................45
Appendix–9 – Format for EMD declaration......................................................................47
Page 2 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Glossary
DoT Department of Treasuries
CoT Office of Commissioner of Treasuries
GoK Government of Karnataka
TNMC Treasury Network Monitoring Centre
EMD Ernest Money Deposit
PBG Performance Bank Guarantee
PO Purchase Order
LOI Letter of Intent
SI System Integrator
CAMC Comprehensive Annual Maintenance Contract
UPS Uninterrupted Power Supply
PCB Printed Circuit Board
Page 3 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
1. Introduction
This RFP is for selection of an agency for providing Comprehensive Annual Maintenance
Contract (CAMC) for UPS system operating in 218 location of Treasury offices across the
State. For evaluation clauses of the tender refer section 3 of the RFP.
The bid comes under the two cover bid category i.e. Technical bid and Financial bid. An
evaluation committee will be formed by DoT for evaluation of the bids. The committee
would evaluate Technical bids based on the details provided in the RFP. Decision of the
committee would be final and binding upon all the bidders. The bids will be opened on
or after the date and time specified in e-Procurement portal. The Financial Bids of only
the technically qualified bidders will be opened for evaluation. The bidder will be
decided based on L1 criteria. L1 will be calculated as per the explanation given in the
financial bid format.
The bid with the lowest total price (i.e. all-inclusive price) will be considered for the
award of the contract.
Page 4 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
2. Scope of work
The scope of work for the successful bidder is as follows -
2.1 The scope of the work is Comprehensive Annual Maintenance Contract of UPS
operating at 218 Treasury Offices across State as per Appendix-7.
2.2 The CAMC proposed is for both preventive and breakdown maintenance and
includes all spare parts required for the UPS in the locations listed in
Appendix-7 with UPS ratings & quantity as mentioned below:
Sl. OEM Quantity
UPS Rating
No.
1 5KVA PowerOne 182
2 15KVA Microsystems Pvt 23
3 20KVA Ltd 1
4 25KVA 6
5 30KVA 5
6 100KVA (SMF) 2
7 30KVA (SMF) 1
8 15KVA (SMF) 1
9 3KVA (SMF) 33
Page 5 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
2.7 Incase UPS is not rectified within 48 hours (except TNMC UPS) / 8 hours
(TNMC UPS) of reporting time, then the bidder shall ensure to provision
standby UPS as per SLA.
2.8 The bidder shall adhere to Support terms & conditions mentioned in
Appendix-8.
2.9 Field conditions: The potential bidder(s) may inspect the UPS installed at
Treasury Offices before quoting the CAMC rates. Once the CAMC is awarded
to the successful bidder, the bidder shall commence both preventive and
breakdown maintenance within the first 15 days of issue of work order.
2.10 The total contract period will be for 1 year, extendable by 1 year with
existing terms and conditions, with mutual consent.
The number of UPS listed in Appendix-7 is indicative. DoT will not assure any
guarantee, commitment or estimate on the total number of UPS to be maintained
during the contract period. Payment shall be made based on the actual number of
periodic maintenance visits made by the successful bidder.
Page 6 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
3. Bidding details
The tender calls for Selection of an Agency for providing Comprehensive AMC for UPS
Systems at Treasuries across State as per this document. Partial offers are liable for
rejection. Firms who fulfil technical criteria specified in this RFP can bid for this tender.
Please note that payments submitted through cheque or demand draft shall not be
accepted. Further details regarding e-Payment, please refer to e-Procurement portal at
the above mentioned website or call e-procurement helpline.
Note: It will be in the interest of the bidders to familiarize themselves with the e-
Procurement system to ensure smooth preparation and submission of the tender
documents and the bid; well within the bid submission time and date. DOT shall not be
responsible for non-submission of the bids by any bidder due to either technical
reasons or the non-compliance by the bidder to the process requirements for
submission of valid bids on the e-procurement portal.
Page 7 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
All interested bidders shall pay Tender Processing fee and submit their Technical and
Commercial Proposals electronically using the unified e-Procurement platform of
Government of Karnataka. The e-Proc portal is available at:
http://eproc.karnataka.gov.in
Bids shall be submitted only through the unified e-Procurement system before the
scheduled date and time for bid submission. Bids submitted after the due date and time
will not be considered and DOT will not be liable or responsible for any delays due to
unavailability of the portal and/or the connectivity or any technical issues. Bidders are
advised to get familiar with the bid submission on the e procurement portal and ensure
that the bids are submitted well in advance to prevent any last minute glitches.
DOT, GoK will respond to any request for clarification on the Tender Document,
received not later than the dates prescribed in e-procurement portal. Clarifications
Page 8 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
(including the query but without identifying the source of inquiry) will be uploaded on
the e-procurement portal (http://eproc.karnataka.gov.in) for the information of the
prospective bidders.
Page 9 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Bids shall remain valid for 180 days after the date of opening of Technical Bids
prescribed by the DOT, GoK. A bid valid for a shorter period may be rejected as
non-responsive.
3.13 DOT, GoK’s Right to Vary Scope of Contract at the time of Award
The DOT, GoK may at any time, by a written order given to the Bidder, make changes to
the scope of the Contract as specified.
3.14 DOT, GoK’s Right to Accept Any Bid and to reject any or All Bids
a) The DOT, GoK reserves the right to reject any bid and to annul the Tender
process and reject all bids at any time prior to award of Contract, without
thereby incurring any liability to the affected Bidders or any obligation to inform
the affected Bidders of the grounds for the DOT, GoK’s action.
b) The DOT, GoK reserves the right to negotiate the commercials with the L1
Bidder.
Page 10 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
DOT may constitute a Tender Scrutiny Committee, which shall evaluate the bids
submitted by the bidders for the compliance.
h) The Bidder shall furnish the information required in the formats prescribed in
the RFP. Required documents for qualifying are summarized below. The Bidder
will be evaluated against the criteria given in this section and the bids that do not
conform/comply to the requirements will be rejected.
i) DOT GoK will examine the bids to determine whether they are complete,
whether required EMD Declaration has been furnished, whether the documents
have been properly signed by authorised signatory, and whether the bids are
generally in order and substantially responsive. In such bids, DOT GoK may ask
Bidder(s) for additional information, visit to Bidder’s site and/or arrange
discussions with their professional, technical faculties to verify claims made in
technical evaluation bid documentation.
j) A bid determined as substantially not responsive is liable for rejection by DOT
GoK.
k) DoT, GoK reserves the right to conduct Demonstration of the proposed make &
model of the Printer so as to check whether proposed printer meets all the
requirements of the tender at any point of time.
Bidders meeting the compliance requirements on all the technical evaluation criteria
will be qualified for next stage of evaluation.
The bid with the lowest total price (i.e. all-inclusive price) can be considered for the
award of contract.
The Agency shall provide the specification of the printer that would be deployed in DOT,
as per this RFP, within 7 calendar days from the date of issue of LOI. The printer
proposed by agency found to be in deviation from the requirement described in this
RFP will stand summarily rejected.
Page 13 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
DOT will not be liable for any compensation or grant, whatsoever, even if any electrical
accident occurs during the contract period
Page 14 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
make the award to the next Best Value Bidder or call for new Bids.
Page 15 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Selected Bidder should adhere to the SLA mentioned below from the date of acceptance
of Work Order (WO).
Any delay beyond this SLA as per WO will render the Bidder liable for penalty at the
rate as mentioned in the table below:
Sl. No Activity Rate
1 1st Period Up to 4 weeks from the date of issue of WO: No penalty
Maintenance
Delay beyond 4 weeks – 1 % of WO value per week shall
be deducted as penalty up to 4 weeks.
Delay beyond 6 weeks – 1.5 % of WO value per week
shall be deducted as penalty up to 6 weeks.
Maximum penalty for 1st Periodic Maintenance is capped
up to 10% of total value.
In case if the selected bidder fails to comply with the
above SLA’s, then DoT reserves the right to terminate
the contract and forfeit the PBG submitted by the bidder.
2 Breakdown If any of the UPS system(s) is found to be non-functional,
Maintenance visits it will be reported to support team and support engineer
(excluding should attend the issue within the 20 hours of reporting
COT/TNMC UPS) time. For any delays in attending the call beyond 20
hours of reporting, applies penalty of Rs. 1000/- per
Unit per day will be applicable.
2 Breakdown If any of the UPS system(s) is found to be non-functional,
Maintenance visits it will be reported to support team and support engineer
(COT/TNMC UPS) should attend the issue within the 4 hours of reporting
time. For any delays in attending the call beyond 4 hours
of reporting, applies penalty of Rs. 1000/- per Unit
every two hours will be applicable.
4 Rectifying Rectification of the problem relating to the functionality
Breakdown calls of UPS (including spares replacement) should be
completed within 4 working hours of engineer attending
Page 16 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
In the above case 2, case 3, case 4 & case 5, delays of more than two (02) working days
from the reporting day in two or more locations within same quarter, shall be
considered as material breach. For material breach, the DOT reserves the right to issue
a final termination notice giving time of five (05) days for rectification of breach. In case
the bidder fails to rectify the breach in the indicated timeline, DOT reserves the right to
terminate contract and forfeit the performance bank guarantee.
Page 17 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Page 18 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
DoT GoK is not liable for any cost incurred by the bidder in the preparation and
production of the Proposal, the preparation or execution of any benchmark
demonstrations, simulation or training service or for any work performed prior to the
execution of a formal contract. All materials submitted become the property of DoT GoK
and may be returned at sole discretion. The content of each bidder’s Proposal will be
held in strict confidence during the evaluation process, and details of the Proposals will
not be discussed outside the evaluation process.
Page 19 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
a) Technical Rejection
i. Bids which do not conform to unconditional validity of the bid as
prescribed in the Tender.
ii. If the information provided by the Bidder is found to be incorrect /
misleading at any stage / time during the Tendering Process.
iii. Any effort on the part of a Bidder to influence the bid evaluation, bid
comparison or contract award decisions.
iv. Bids without power of authorization and any other document consisting
of adequate proof of the ability of the signatory to bind the Bidder.
v. Failure to furnish appropriate proofs for information provided
vi. Revelation of Prices in any form or by any reason before opening the
Financial Bid.
vii. Submission of the Financial bid details as part of the technical proposal.
viii. Failure to furnish all information required by the RFP Document or
submission of a bid not substantially responsive to the Tender Document
in every respect.
ix. Bidders not quoting for the complete scope of Work as indicated in the
Tender documents, addendum (if any) and any subsequent information
given to the Bidder.
x. Bidders not complying with all the Technical and General Terms and
conditions as stated in the RFP Documents.
xi. The Bidder not conforming to unconditional acceptance of full
responsibility of providing services in accordance with the Scope of work
and Service Level Agreements of this tender.
xii. If the bid does not confirm to the timelines indicated in the bid.
b) Commercial Rejection
i. Incomplete Price Bid
ii. Price Bids that do not conform to the Tender’s price bid format.
iii. Total price quoted by the Bidder does not include all statutory taxes and
levies applicable.
Page 22 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
by a 15 (Fifteen) days written notice, terminate this Agreement and such notice shall
become effective at the end of the notice period.
5.15 Limitation of Liability
Except in case of gross negligence or wilful misconduct:
a) Neither party shall be liable to the other party for any indirect or consequential loss
or damage, loss of use, or loss of profits or interest costs, provided that this exclusion
shall not apply to any obligation of the Supplier to pay liquidated damages to the
Purchaser; and
b) The total cumulative liability of either party arising from or relating to this
Agreement shall not exceed the total contract value provided, however, that this
limitation shall not apply to any liability for damages arising from (i) wilful misconduct
or (ii) indemnification against third party claims for infringement (iii) or tortuous
liability arising out of misconduct or negligence or (iv) death
c) DoT shall not be liable to the bidder in case of any loss or profits or additional costs
incurred etc. subsequent to termination of contract.
d) Liability arising out of any legal conditions shall survive the term (i.e. termination /
expiry) of the contract.
5.17 Notices
a) Any notice or other document, which may be given by either Party under this
Agreement or RFP or under the SLA, shall be given in writing in person or by pre-
paid recorded delivery post or by facsimile transmission or through email to the
notified address.
Page 23 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
b) In relation to a notice given under this Agreement, any such notice or other
document shall be addressed to the other Party's principal or registered office
address as set out below:
Commissioner of Treasuries
Bidder:
Address: Office of Commissioner of Treasuries,
Address: ……………….
5th & 6th Floor, KPCL Green Building,
Tel: ………………………
#3 Palace Road, Bengaluru - 560001
Fax: ………………………
Tel: 080-22028210
Email: ………………………
Fax: 080-22028209
Email: commr-treasury@karnataka.gov.in
c) Any notice or other document shall be deemed to have been given to the other
Party (or, if relevant, its relevant associated company) when delivered (if
delivered in person or through email) if delivered between the hours of 10.00 am
and 5.00 pm on a working day at the address of the other Party set forth above or
if sent by fax, provided the copy fax is accompanied by a confirmation of
transmission, or on the next working day thereafter if delivered outside such
hours, and 7 days from the date of posting (if by letter). In case of email
communication, the delivered report shall be deemed as the delivery time.
d) Either Party to this Agreement or to the SLA may change its address, telephone
number, facsimile number and nominated email for notification purposes by
giving the other reasonable prior written notice of the new information and its
effective date.
In case either party is not satisfied with the decision of the Additional Chief Secretary
(Finance Department), they can institute arbitration proceedings as per Indian
Arbitration and reconciliation Act, 1996, after a 30-day notice period.
Any dispute or difference or claim arising out of, or in connection with, or relating to the
present contract or the breach, termination or invalidity thereof, shall be referred and
settled under the Arbitration Center, Karnataka (domestic and international) rules
2012, by one or more Arbitrators appointed in accordance with its rules.
Arbitration proceedings shall be held in Bengaluru and the language of the arbitration
proceedings and that of all documents and communications between the parties shall be
English.
a) Neither Party to this Agreement shall be liable to the other for any loss or
damage which may be suffered by the other due (directly) to the extent and for
the duration of any cause beyond the reasonable control of the Party unable to
perform ("Force Majeure") events such as but not limited to acts of God not
confined to the premises of the Party claiming the Force Majeure, flood, drought,
lightning or fire, earthquakes, strike, lockouts beyond its control, labour
disturbance not caused at the instance of the Party claiming Force Majeure, acts
of Government or other competent authority, war, terrorist activities, military
operations, riots, epidemics, civil commotions etc. No failure, delay or other
default of any contractor or sub-contractor to either Party shall entitle such
Party to claim Force Majeure under this Article.
b) The Party seeking to rely on Force Majeure shall promptly, within 2 days, notify
the other Party of the occurrence of a Force Majeure event as a condition
precedent to the availability of this defence with particulars detail in writing to
the other Party and shall demonstrate that it has and is taking all reasonable
measures to mitigate the events of Force Majeure.
Page 25 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
5.20 Indemnity
The selected bidder (the "Indemnifying Party") undertakes to indemnify the DoT, (the
"Indemnified Party") from and against all losses, claims or damages on account of bodily
injury, death or damage to tangible personal property arising in favour of any person,
corporation or other entity (including the Indemnified Party) attributable to the
Indemnifying Party's performance or non-performance under this Agreement or the
SLAs.
The indemnities set out shall be subject to the following conditions:
a) The Indemnified Party, as promptly as practicable, informs the Indemnifying
Party in writing of the claim or proceedings and provides all relevant
evidence, documentary or otherwise;
Page 26 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
b) The Indemnified Party shall, at the cost of the Indemnifying Party, give the
Indemnifying Party all reasonable assistance in the defence of such claim
including reasonable access to all relevant information, documentation and
personnel provided that the Indemnified Party may, at its sole cost and
expense, reasonably participate, through its attorneys or otherwise, in such
defence;
c) If the Indemnifying Party does not assume full control over the defence of a
claim as provided in this Article, the Indemnifying Party may participate in
such defence at its sole cost and expense, and the Indemnified Party will have
the right to defend the claim in such manner as it may deem appropriate, and
the cost and expense of the Indemnified Party will be included in Losses;
d) The Indemnified Party shall not prejudice, pay or accept any proceedings or
claim, or compromise any proceedings or claim, without the written consent
of the Indemnifying Party;
e) All settlements of claims subject to indemnification under this Article will: (a)
be entered into only with the consent of the Indemnified Party, which
consent will not be unreasonably withheld and include an unconditional
release to the Indemnified Party from the claimant for all liability in respect
of such claim; and (b) include any appropriate confidentiality agreement
prohibiting disclosure of the terms of such settlement;
f) The Indemnified Party shall account to the Indemnifying Party for all awards,
settlements, damages and costs (if any) finally awarded in favour of the
Indemnified Party which are to be paid to it in connection with any such
claim or proceedings;
g) The Indemnified Party shall take steps that the Indemnifying Party may
reasonably require to mitigate or reduce its loss as a result of such a claim or
proceedings; and
h) In the event that the Indemnifying Party is obligated to indemnify an
Indemnified Party pursuant to this Article, the Indemnifying Party will, upon
payment of such indemnity in full, be subrogated to all rights and defences of
the Indemnified Party with respect to the claims to which such
indemnification relates;
Page 27 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Page 28 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
To,
The Commissioner,
Department of Treasuries,
5th & 6th Floor, KPCL Green Building,
#3 Palace Road,
Bengaluru – 560001
Sir/Madam,
Subject: Selection of an Agency for providing Comprehensive AMC for UPS Systems at
Treasuries across State
We, the undersigned Bidders, having read and examined in detail all the bidding
documents in respect to the tender for Selection of an Agency for providing
Comprehensive AMC for UPS Systems at Treasuries across State, do hereby propose to
provide our services as specified in Tender.
Technical Response
We confirm having submitted the information as required by you in your Request for
Proposal document. This is enclosed in our technical bid. In case you require any other
further information/documentary proof in this regard for evaluation of our bid, we
agree to furnish the same in time to your satisfaction.
Deviations
We declare that all the services shall be performed strictly in accordance with the bid
documents and there are no deviations from the requirements mentioned in this RFP.
within this period a formal contract is prepared and executed, this tender response,
together with your written acceptance thereof in your notification of award, shall
constitute a binding contract between us and DoT.
Blacklisting:
We hereby declare that our company is not blacklisted by Government of Karnataka or
any of its agencies for any reasons, whatsoever and not blacklisted by Central / any
other State / UT / Government, or its agencies for indulging in corrupt, or fraudulent
practices or deficiencies of services or for indulging in unfair trade practices as on the
date of submission of bid.
Litigation:
We hereby declare that our company is not involved in any major litigation that may
have an impact of affecting or compromising the delivery of the services as required
under this RFP.
We undertake, if our proposal is accepted, to adhere to the implementation plan for the
Proposed System at DOT put forward in RFP or such adjusted plan as may subsequently
be mutually agreed between us and DOT or its appointed representatives.
We hereby declare that our bid is made in good faith, without collusion or fraud and the
information contained in the bid is true and correct to the best of our knowledge and
belief.
We understand that our bid is binding on us and that you are not bound to accept a Bid
you receive.
It is hereby confirmed that I/We are entitled to act on behalf of our company/
corporation/ firm/ organization and empowered to sign this document as well as such
other documents, which may be required in this connection.
Thanking you,
Yours faithfully
Seal :
Date :
Place :
Business Address:
Page 31 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
This is to certify that the annual turnover furnished by << COMPANY NAME >> for last 3
years i.e. 2017-18, 2018-19 and 2019-20 from the sale and services contracts of UPS
Systems is as below. This is as per the Statement of Accounts which has been duly
verified by me and found correct.
Place:
Date:
Page 32 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
This is to certify that << COMPANY NAME >> has an office in the Bengaluru. Relevant
address proof is enclosed.
Name of Signatory:
Bidder Name:
Date
Place
Page 33 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Page 34 of 48
Appendix–5 – Financial Bid Format
Bidders shall quote all-inclusive price. This price shall be inputted by bidders directly in
e-Procurement portal.
Note:
a) The above rates are inclusive of preventive maintenance visits & breakdown
maintenance visits alongwith spares, standby UPS and the transportation costs,
or any other charges if any.
b) The all-inclusive price inputted directly in the e-Procurement portal (i.e., Total
CAMC charges in the financial format) will be taken as the basis for evaluation of
financial bid and to determine the L1 cost.
c) DoT reserves the rights to vary the order from 75% to 125% of the total
intended requirement, at the discovered price.
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
PERFORMANCE GUARANTEE
Ref:
Bank Guarantee No:
Date:
To
The Commissioner,
Department of Treasuries,
5th & 6th Floor, KPCL Green Building,
#3 Palace Road,
Bengaluru – 560001
1. Against contract vide Advance Acceptance of the Tender No.<Tender Number dated
DD/MM/YYYY> pertaining to “Selection of an Agency for providing Comprehensive
AMC for UPS Systems at Treasuries across State ” (hereinafter called the said
'contract') entered into between the Department of Treasuries, Government of
Karnataka, (hereinafter called the Purchaser) and M/s._________________ , a Company
incorporated under the Companies Act and having its Registered Office
at ..................................................(hereinafter called the Bidder) this is to certify that at the
request of the Bidder we (name of the Bank / Branch .........................................................) a
body corporate constituted under the Banking Companies [Acquisition and Transfer of
Undertakings] Act, 1970 and having its, Registered Office
at..................................................................................... and a branch office
at ................................................................................................ are holding in trust in favour of the
Purchaser, an amount of Rs.......................
(Rupees................................................................................................................................only)
to indemnify and keep indemnified the Purchaser against any loss or damage that may
be caused to or suffered by the Purchaser by reason of any breach by the Bidder of any
of the terms and conditions of the said contract and/or in the performance thereof. We
agree that the decision of the Purchaser, whether by any breach of any of the terms and
conditions of the said contract and/or in the performance thereof has been committed
by the Bidder and the amount of loss or damage that has been caused or suffered by the
Purchaser shall be final and binding on us and the amount of the said loss or damage
shall be paid by us forthwith on demand and without demur to the Purchaser.
Page 36 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
3. It is fully understood that this guarantee is effective from the date of the said contract
and that we........................ (Name of the Bank /Branch) undertake not to revoke this
guarantee during its currency without the consent in writing of the Purchaser.
5. The payment so made by us under this bond shall be a valid discharge of our liability
for payment there under and the Bidder shall have no claim against us for making such
payment.
6. We .....................(Name of the Bank / Branch) further agree that the Purchaser shall
have the fullest liberty, without affecting in any manner our obligations hereunder to
vary any of the terms and conditions of the said contract or to extend time of
performance by the Bidder from time to time or to postpone for any time or from time
to time any of the powers exercisable by the Purchaser against the said Bidder and to
forebear or enforce any of the terms and conditions relating to the said contract and we,
.....................................(Name of the Bank / Branch) shall not be released from our liability
under this guarantee by reason of any such variation or extension being granted to the
said Bidder or for any forbearance by the Purchaser to the said Bidder or for any
forbearance and or omission on the part of the Purchaser or any other matter or thing
whatsoever, which under the law relating to sureties, would, but for this provision have
the effect of so releasing us from our liability under this guarantee.
7. This guarantee will not be discharged due to the change in the constitution of the
Bank or the Bidder.
i) Our liability under this Bank Guarantee shall not exceed of Rs............................... (Rupees
in words only)
iii) We........................................... (Name of the Bank / Branch) are liable to pay the
guaranteed amount or any part thereof under this Bank Guarantee only and only if you
serve upon us a written claim or demand on or before ......................................
Signature
Full name/designation/ Address of the official and date
WITNESS NO. 1
Page 37 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Signature
WITNESS NO. 2
Signature
Page 38 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
1 TNMC (SMF type batt) 100 2 65AH 32
30 1 65AH 32
Office of
Commissioner of
2 Treasuries (COT) 20 1 110AH 20
(SMF type batt) 15 1 75AH 16
3 Bengaluru (Urban) 30 1 200AH 20
4 1. Anekal 5 1 80AH 8
5 2.Bengaluru North 5 1 80AH 8
3.Bengaluru
6 East(KR PURAM) 5 1 80AH 8
7 Stamps & depots 15 1 75AH 20
STATE HUZUR
TREASURY
8 BENGALURU 30 1 200AH 20
Pension Payment
9 Treasury 15 1 75AH 20
10 Bengaluru(Rural) Bengaluru(Rural) 15 1 75AH 20
11 1.Devanahalli 5 1 80AH 8
12 2.Doddaballapura 5 1 80AH 8
13 3.Hosakote 5 1 80AH 8
14 Ramanagar Ramanagar 15 1 75AH 20
15 1.Channapattana 5 1 80AH 8
16 2.Kanakapura 5 1 80AH 8
17 3.Magadi 5 1 80AH 8
18 Chickballapura Chickballapura 15 1 75AH 20
19 1.Bagepalli 5 1 80AH 8
20 2.Chintamani 5 1 80AH 8
21 3.Gowribidanur 5 1 80AH 8
22 4.Gudibande 5 1 80AH 8
23 5.Sidlaghatta 5 1 80AH 8
24 Kolar Kolar 25 1 130AH 20
25 Bangarpet 5 1 80AH 8
26 2. Malur 5 1 80AH 8
27 3. Mulbagal 5 1 80AH 8
28 4. Srinivasapura 5 1 80AH 8
29 5. Robertsonpet 5 1 80AH 8
30 Tumkur Tumkur 25 1 130AH 20
1.Chicknayakanahal
31 li 5 1 80AH 8
32 2. Gubbi 5 1 80AH 8
33 3. Koratagere 5 1 80AH 8
34 4. Kunigal 5 1 80AH 8
Page 39 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
35 5. Madhugiri 5 1 80AH 8
36 6. Pavagada 5 1 80AH 8
37 7. Sira 5 1 80AH 8
38 8. Tiptur 5 1 80AH 8
39 9. Turuvekere 5 1 80AH 8
40 Mysore Mysore 30 1 200AH 20
41 1. H.D. Kote 5 1 80AH 8
42 2. Hunsur 5 1 80AH 8
43 3. K.R. Nagar 5 1 80AH 8
44 4. Nanjangudu 5 1 80AH 8
45 5. P.T. Patna 5 1 80AH 8
46 6. T. Narasipura 5 1 80AH 8
47 Chamarajanagar Chamarajanagar 15 1 75AH 20
48 1.Gundlapet 5 1 80AH 8
49 2.Kollegal 5 1 80AH 8
50 3. Yelandur 5 1 80AH 8
51 Mandya Mandya 15 1 75AH 20
52 1.K.R. Pet 5 1 80AH 8
53 2. Maddur 5 1 80AH 8
54 3. Malavalli 5 1 80AH 8
55 4. Nagamangala 5 1 80AH 8
56 5. P. Pura 5 1 80AH 8
57 6. Srirangapatna 5 1 80AH 8
58 Madikeri Madikeri 15 1 75AH 20
59 1.Somwarpet 5 1 80AH 8
60 2. Virajpet 5 1 80AH 8
61 3. Ponnampet 5 1 80AH 8
62 4. Nopoklu 5 1 80AH 8
63 5. Kushalnagar 5 1 80AH 8
64 Hassan Hassan 15 1 75AH 20
65 1.Alur 5 1 80AH 8
66 2. Arakalagud 5 1 80AH 8
67 3. Arasikere 5 1 80AH 8
68 4. Belur 5 1 80AH 8
69 5. C.R. Patna 5 1 80AH 8
70 6. Holenarasipura 5 1 80AH 8
71 7. Sakaleshpura 5 1 80AH 8
72 Shimoga 25 1 130AH 20
73 1.Badravati 5 1 80AH 8
74 2. Hosanagara 5 1 80AH 8
75 3. Sagar 5 1 80AH 8
76 4. Shikaripura 5 1 80AH 8
77 5. Soraba 5 1 80AH 8
78 6. Theerthahalli 5 1 80AH 8
79 7. Shiralakoppa 5 1 80AH 8
Page 40 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
80 Koppal Koppal 15 1 75AH 20
81 1.Gangavati 5 1 80AH 8
82 2. Kushtagi 5 1 80AH 8
83 3. Yelburga 5 1 80AH 8
84 Chitradurga Chitradurga 15 1 75AH 20
85 1.Challakere 5 1 80AH 8
86 2. Hiriyur 5 1 80AH 8
87 3. Holalkere 5 1 80AH 8
88 4. Hosadurga 5 1 80AH 8
89 5. Molakalmuru 5 1 80AH 8
90 Davanagere Davanagere 15 1 75AH 20
91 1.Jagalur 5 1 80AH 8
92 2. Harihara 5 1 80AH 8
93 3. Harappanahalli 5 1 80AH 8
94 4. Channagiri 5 1 80AH 8
95 5. Honnali 5 1 80AH 8
96 6. Mayakonda 5 1 80AH 8
97 Chickmagalur Chickmagalur 15 1 75AH 20
98 1.Kadur 5 1 80AH 8
99 2. Koppa 5 1 80AH 8
100 4.MUDIGERE 5 1 80AH 8
101 4. N.R. Pura 5 1 80AH 8
102 5. Shrungeri 5 1 80AH 8
103 6. Tarikere 5 1 80AH 8
104 Mangalore 25 1 130AH 20
105 1.Belthangadi 5 1 80AH 8
106 2. Puttur 5 1 80AH 8
107 3. Sulya 5 1 80AH 8
108 4. Mulki 5 1 80AH 8
109 5. Vittla 5 1 80AH 8
110 3. Moodbidri 5 1 80AH 8
111 7. Bantwal 5 1 80AH 8
112 Udupi Udupi 15 1 75AH 20
113 1.Hebri 5 1 80AH 8
114 2. Karkala 5 1 80AH 8
115 3. Kundapura 5 1 80AH 8
4.
116 Shankaranarayana 5 1 80AH 8
117 5. Bramvar 5 1 80AH 8
118 6. Byndur 5 1 80AH 8
119 Belgaum Belgaum 30 1 200AH 20
120 1. Athani 5 1 80AH 8
121 2. Bailahongala 5 1 80AH 8
122 3. Chikkodi 5 1 80AH 8
123 4. Gokak 5 1 80AH 8
124 5. Hukkeri 5 1 80AH 8
Page 41 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
125 6. Khanapura 5 1 80AH 8
126 7. Raibhag 5 1 80AH 8
127 8. Ramadurga 5 1 80AH 8
128 9. Saudatti 5 1 80AH 8
129 10. Nippani 5 1 80AH 8
130 11. Sankeshwar 5 1 80AH 8
131 12. Kagwad 5 1 80AH 8
132 13. Kittur 5 1 80AH 8
133 14. Moodalagi 5 1 80AH 8
134 Dharwad Dharwad 15 1 75AH 20
135 1.Kalghatgi 5 1 80AH 8
136 2. Kundgol 5 1 80AH 8
137 3. Navalagunda 5 1 80AH 8
138 Gadag Gadag 15 1 75AH 20
139 1.Lakshmeshwar 5 1 80AH 8
140 2. Mundaragi 5 1 80AH 8
141 3. Naragund 5 1 80AH 8
142 4. Shirahatti 5 1 80AH 8
143 5. Ron 5 1 80AH 8
144 Haveri Haveri 15 1 75AH 20
145 1.Byadagi 5 1 80AH 8
146 2. Hangal 5 1 80AH 8
147 3. Hirekerur 5 1 80AH 8
148 4. Savanur 5 1 80AH 8
149 5. Shiggaon 5 1 80AH 8
150 6. Ranibennur 5 1 80AH 8
151 Bijapur Bijapur 15 1 75AH 20
152 1. Bagewadi 5 1 80AH 8
153 2. Indi 5 1 80AH 8
154 3. Muddebihal 5 1 80AH 8
155 4. Sindgi 5 1 80AH 8
156 5. Talikote 5 1 80AH 8
157 6. Nidagundi 5 1 80AH 8
158 7. Chadachan 5 1 80AH 8
159 8. Almatti 5 1 80AH 8
160 Bagalakote Bagalakote 15 1 75AH 20
161 1.Badami 5 1 80AH 8
162 2. Biligi 5 1 80AH 8
163 3. Banahatti 5 1 80AH 8
164 4. Guledgudda 5 1 80AH 8
165 5. Ilkal 5 1 80AH 8
166 6. Jamkhandi 5 1 80AH 8
167 7. Hungund 5 1 80AH 8
168 8. Mudhol 5 1 80AH 8
169 Karwar Karwar 25 1 130AH 20
Page 42 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
170 1. Ankola 5 1 80AH 8
171 2. Bhatkal 5 1 80AH 8
172 3. Haliyal 5 1 80AH 8
173 4. Honavar 5 1 80AH 8
174 5. Kumata 5 1 80AH 8
175 6. Mundagod 5 1 80AH 8
176 7. Siddapur 5 1 80AH 8
177 8. Sirsi 5 1 80AH 8
178 9. Supa (Joida) 5 1 80AH 8
179 10. Yellapur 5 1 80AH 8
180 11. Dandali 5 1 80AH 8
181 12. Gokarna 5 1 80AH 8
182 Hubli Hubli 15 1 75AH 20
183 Gulbarga Gulbarga 30 1 200AH 20
184 1. Afzalpur 5 1 80AH 8
185 2. Alland 5 1 80AH 8
186 3. Chincholi 5 1 80AH 8
187 4. Chittapur 5 1 80AH 8
188 5. Jewargi 5 1 80AH 8
189 6. Sedam 5 1 80AH 8
190 7. Shahabad 5 1 80AH 8
191 8. Kalgi 5 1 80AH 8
192 Yadgir Yadgir 15 1 75AH 20
193 1. Gurumitkal 5 1 80AH 8
194 2. Hunsigi 5 1 80AH 8
195 3. Shahapur 5 1 80AH 8
196 4. Shorapur 5 1 80AH 8
197 5. Kembhavi 5 1 80AH 8
198 Bellary Bellary 25 1 130AH 20
199 1. Hadagali 5 1 80AH 8
200 2. Hospet 5 1 80AH 8
201 3. Kudaligi 5 1 80AH 8
4.
Hagaribommanahall
202 i 5 1 80AH 8
203 5. Sandur 5 1 80AH 8
204 6. Siriguppa 5 1 80AH 8
205 7. Kurugod 5 1 80AH 8
206 8. Kottur 5 1 80AH 8
207 Raichur Raichur 15 1 75AH 20
208 1. Devadurga 5 1 80AH 8
209 2. Lingasugur 5 1 80AH 8
210 3. Manvi 5 1 80AH 8
211 4. Sindanur 5 1 80AH 8
212 5. Mudgal 5 1 80AH 8
213 Bidar Bidar 15 1 75AH 20
Page 43 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
UPS
Batt.
Sl. Rating in No. of Batt.
Qty
No District Treasury Sub-Treasury KVA UPS AH
214 1. Aurad 5 1 80AH 8
215 2. Basava kalyan 5 1 80AH 8
216 3. Bhalki 5 1 80AH 8
217 4. Humnabad 5 1 80AH 8
218 Bengaluru Rural Nelamangala 5 1 80AH 8
Page 44 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
Page 45 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
1 Annual Maintenance Contract (AMC) is for all UPS systems mentioned in the
Appendix-7 across the State.
2 The AMC proposed includes both preventive and breakdown maintenance and
includes all spare parts required for the UPS system. It only excludes the
replacement of Battery incase if it becomes faulty during the contract period.
3 Carry out preventive maintenance in every three months by a qualified technical
person identified by the Bidder.
4 Preventive Maintenance shall be scheduled and notified atleast one day in advance
to concerned Treasury Officer / Facility Management Engineer.
5 Preventive Maintenance activity shall generally be planned and executed during
working hours of Treasury Offices (ie., between 10am to 5:30pm)
6 Only Technical/Skilled manpower shall be deputed to look after functioning and
maintenance of the UPS both during preventive and breakdown maintenance.
7 The bidder should be conversant with the handling of repair and maintenance of all
ratings of UPSs listed in this tender including transformer / transformer-less types.
8 The service comprises of preventive and breakdown maintenance and also includes
carrying out necessary repairs and fittings as required for normal functioning of
UPS.
9 During the preventive service the technical person shall clean the AC (inter parts
with blower). The blower is to be brought by the successful bidder.
10 During the preventive service the technician shall check both input and output
cables/wires are in order or not. Check the input voltage, output voltage, battery
voltages, Earthing and overall health of UPS etc.
11 Incase of preventive & breakdown calls, the service engineer has to generate service
report and get it signed by respective Treasury Officer and the same shall be
consolidated and submitted to Department at the end of every Quarter.
12 The breakdown maintenance call shall be attended within 20 working hours and the
UPS will be set functional within 24 working hours of the complaint for all ratings
excluding 100KVA. While, for 100KVA UPS, the breakdown maintenance call must
Page 46 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
be attended within 4 working hours and the UPS will be set functional within 8
working hours of the complaint.
13 Incase UPS had a major failure and is not restored within stipulated period for a
breakdown visit ie., 24 hours (excluding COT/TNMC UPS) / 8 hours (for COT/TNMC
UPS), necessary spare parts to restore UPS or a standby UPS shall be provisioned to
the respective Treasury Office within 48 hours of reporting time.
14 The AMC is comprehensive in nature and includes replacement cost of all original
spare parts for proper functioning of the UPS. If any part give repeated problem i.e. 2
repairs in a minimum period of two months’ time, then the bidder must replace the
spare part with a new one. The AMC also covers damage and burning of any part of
the UPS. All the components required to be replaced will be of same make or of
equivalent quality. In the service report (both preventive/breakdown), the details of
the part name & number and serial number (if any) must be brought out clearly.
15 In case of repair/maintenance services of the defective UPS are required to be taken
to bidder’s service centre to put UPS under satisfactorily operational condition, then
the same will be borne by the contractor. In this respect any cost to be incurred
towards transportations of the same as well as arranging standby UPS shall be borne
by the bidder. The bidder under no condition shall sub-contract the maintenance job
to outside agency.
16 Technical proposal submitted shall also have the escalation matrix contact details
(email id’s and phone numbers) and escalation process for handling technical issues
raised.
Page 47 of 48
Selection of an Agency for providing Comprehensive AMC for UPS Systems at Treasuries
across State
I, hereby submit a declaration that the tender submitted by the undersigned, on behalf
of the tenderer..... (Name of the Tenderer), shall not be withdrawn or modified during
the period of validity or extended period of validity.
I, on behalf of the tenderer.... (Name of the Tenderer), also accept the fact that in case
the tender is withdrawn or modified during the period of its validity/extended validity
period or if we fail to sign the contract in case the contract is awarded to us or we fail to
submit a Performance security and Additional Performance Security, if any, before the
deadline fixed in the Tender Document, then ......(Name of the tenderer) will be debarred
for participation in the tendering process for the Procurements of this Procurement
Entity for a period of one year from the date of default.
Page 48 of 48