Tender Notice for Empanelment of vendors for maintenance of ATM... Proposals are invited from vendors for empanelment for the maintenance... ,

Tender Notice for Empanelment of vendors for maintenance of ATM sites.
Proposals are invited from vendors for empanelment for the maintenance of ATM sites.
The Tender Document may be obtained by sending an email on [email protected],
[email protected], [email protected] or the same may be downloaded from the
website: www.pnbindia.in:
The Tender document will be available on any working day from 16/07/2014 to
25/07/2014 between 10 A.M. to 5 P.M. Duly filled and sealed quotations with all
supporting documents will be accepted from 16/07/2014 to 25/07/2014between 10 A. M.
to 5 P.M at the below mentioned address:
INFORMATION TECHNOLOGY DEPARTMENT
CIRCLE OFFICE,S-20/56 D,
KENNEDY ROAD
THE MALL CANTT, VARANASI
Last date of submission of bids is 25/07/2014 till 5:00 PM. Last date of seeking
clarification on the Tender document is 18/07/2014 till 5:00 PM.
The cost of the tender document is Rs. 2000/- which is to be given in form of draft
favoring “PNB CO: Varanasi”. This is to be submitted alongwith the bid.
The final decision on tendering process will be of Bank and Bank reserves the right of
cancelling the whole or in part the process of tendering without any notice or liability to
the vendors.
For any queries please contact Shri Kashif Nehal Beg (Mobile No 7897991900 or on
0542-2504427).
AGM
Punjab National Bank
REQUEST FOR PROPOSAL
FOR
EMPANELMENT
OF
VENDORS
For
MAINTENANCE OF ATM SITES
Circle Office, Varanasi,
Tel:0542-2504427
2503762
Bid Details
TENDER FOR EMPANELMENT OF VENDORS FOR MAINTENANCE OF ATM SITES
1.
Start Date of commencement 16/07/2014
of Bidding Process.
2.
Last date and time for sale of 25/07/2014 till 5:00 PM
Bidding Documents
3.
Last date and time for receipt 18/07/2014 till 5:00 PM
of queries from bidders for
Clarifications
4.
Last Date of submission of 25/07/2014 till 5:00 PM
bids
5.
Place of opening of Bids
Punjab National Bank,
S-20/56 D,
KENNEDY ROAD
THE MALL CANTT, VARANASI
6.
Address for communication
AGM-IT
Punjab National Bank,
S-20/56 D,
KENNEDY ROAD
THE MALL CANTT, VARANASI
Tel: 0542-2504427,2503762
7.
Contact to Bidders
Interested Bidders are requested to send the
email to, [email protected],
[email protected], [email protected]
containing following information, so that in case of
any clarification same may be issued to them:
Name of company, contact person, Mailing
address with Pin Code, Telephone No., Fax No.,
email address, Mobile No. etc.
Note:
Bids will be opened in presence of the bidders’ representative who chooses to attend.
Annexure I
The Asst General Manager
Punjab National Bank,
Circle Office
Varanasi
Sir,
Reg: Our bid for Empanelment of Vendors for Maintenance of ATM Sites
We submit our Bid Document herewith.
We understand that




If our Bid for the above job is accepted, we undertake to enter into and execute
at our cost, when called upon by the Bank to do so, a contract in the prescribed
form. Unless and until a formal contract is prepared and executed, this bid
together with your written acceptance thereof shall constitute a binding contract
between us.
If our bid is accepted, we are to be jointly and severally responsible for the due
performance of the contract.
You may accept or entrust the entire work to one vendor or divide the work to
more than one vendor without assigning any reason or giving any explanation
whatsoever.
Vendor means the bidder who is decided and declared so after examination of
commercial bids.
Date:
Place:
Yours faithfully
Signature of Authorised Signatory
Name of Signatory:
Designation:
Seal of Company
Annexure II
BIDDER’S UNDERTAKING
We hereby undertake and agree to perform various services in terms of the Scope of
Work and other terms and conditions as per Bank’s requirement and abide by all the
terms and conditions including all annexure, corrigendum(s) etc. stipulated by the Bank
in this RFP.
Date:
Place:
Signature of Authorised Signatory
Name of Signatory:
Designation:
Seal of Company
1. PUNJAB NATIONAL BANK
Punjab National Bank is one of the largest Public Sector Banks in India with more than
6000 Branches/Offices geographically located all across India. The Bank is fully
computerized and networked providing effective and efficient customer services and
Back office operations. The Bank also has a wide network of ATMs spread over a vide
area in ATM Sites in various types of locations like metropolitan, urban, semi-urban and
rural. These branches/ATM locations are divided in the administrative units called
Circles.
At Circle Office Varanasi, ATMs are spread over the following Districts: Allahabad,
Varanasi, Mirzapur, Kaushambi, Ballia, Ghazipur, Sant Ravidas Nagar, Chandauli, Mau,
Azamgarh, Sonebhadra, Mughalsarai and Jaunpur.
2. INTRODUCTION
Punjab National Bank invites bids from reputed bidders for empanelment of vendors for
undertaking maintenance of ATM Sites as per Scope of Work as defined in this
document for ATM Sites which are located within the purview of Varanasi Circle
Empanelment of the bidder may be done for one ATM/cluster of ATMs in different areas
within the Circle.
3. ELIGIBILITY CRITERIA:
i.
The bidder should be engaged in the business of integrated maintenance of
various commercial sites including Bank Branch premises or ATM Premises for
atleast last one year. The said maintenance work must have included
maintenance of all components of sites including electrical work/civil work/air
conditioners/Signages/Glow signboards, earthing etc. Experience Certificate
to be provided to substantiate claim of the bidder.
ii.
The vendor shall provide a list of sites (ATM/Branch) maintained by it. During
the evaluation process Bank shall have the option of conducting the surprise
visits to these sites to cross check the condition. In case any site provided is
found or found to be in bad condition, Bank may reserve the right to reject the
bid of that bidder on this ground.
iii.
The Bidder should not have been debarred or/and blacklisted from any of the
tender during last five year. Self certificate to be provided.
iv.
The bidder should have minimum turnover of 1 crore during each of the last 2
financial years i.e from 01/04/2012 to 31/03/2013 & 01/04/2013 to 31/03/2014 &
should have earned operating profit during the same financial years. Balance
sheet must be submitted along with Technical bid.
v.
The bidder should be registered for Service Tax and VAT. Particulars (i.e
registration number) should be provided.
NOTE: If it is found at any juncture that fake certificates are produced, Bank shall
have the option of blacklisting the company as well as lodging an FIR against the
company.
This invitation of Bids is open to all firms which are engaged in the business of site
maintenance provided bidder fulfills the minimum qualification criteria as mentioned in
Annexure- I.
4. SCOPE OF WORK
After empanelment of the vendor(s), a joint survey shall be conducted of all sites to
assess the condition of the site and equipments/ infrastructure. At the time of taking
over the site an inventory of items will be made by the successful bidders, authenticated
by the branch officials/circle officials and kept on record. Defects noted shall be notified
to the Bank. The notified defects shall be counter signed by the visiting Bank official.
Thereafter, the vendor shall submit quotation for restoring the defective equipments. On
receipt of work order, the vendor shall repair/replace the defective part. Charges for this
activity shall be payable by Bank.
Note: Bank shall have the option of getting the faulty part repaired/replaced from
any other vendor also in case the price quoted for replacement is found to be on
a higher side.
i.
General Maintenance:



ii.

Electrical work



iii.
Maintenance of all electrical equipments and system, stabilizers including
wiring except those for which separate Annual Maintenance arrangement
is made by the Bank. (UPS, UPS batteries, Network equipments)
Maintenance of earthing and regular check up (once in a fortnight) of the
same.
Arrangement of LAN cable in case of need.
Civil Work and maintenance of furniture.




iv.
Deep cleanliness of entire ATM.
Maintenance of lights, wirings in ATM room including that of signage and
lollypop boards.
Replacement of all types of faulty power switches, tube lights, spotlights,
bulbs, CFL etc.
Complete maintenance of routine civil work like painting, false ceiling,
tiles, flooring, wall panels and replacement of the same whenever
required.
Proper maintenance of front door including replacement of glass, door
spring/ front closures and rubber beading whenever required.
Maintenance of front area of ATMs to ensure there are no potholes.
Maintenance of shutters.
Glow sign Board

Maintenance of Glow sign Board, sign-board, lollypop boards, signage flex
and keeping them always in good working condition. This includes
replacement of electrical tube also in case it is not working.

v.
Washing cleaning of glow sign board after every 15 days.
Maintenance of AC



vi.
Regular servicing and maintenance of AC i.e atleast once in a quarter or
as and when required. All electrical spares of ACs shall also be required
to be replaced free of cost including compressor, cooling coil, condenser.
Gas charging as and when required.
Repairing leakage of water as and when required.
Miscellaneous

Complete cleaning of glass with specified liquid, dusting, cleaning of
furniture, fixtures, machine, floor at sites where guards are not present
and deep cleaning of sites at least once in 15 days for sites where guards
are present.
5. Payment Terms


The payment shall be released by the concerned branch from which the
ATM is attached on half-yearly basis (at the start of the AMC period
provided Bank guarantee is submitted by the vendor).
Price quote must be exclusive of taxes (tax shall be paid by the Bank as
applicable).
6. Turn around Time (TAT)

Severity Level 1:The turnaround time (TAT) for attending and resolving the
complaints related to electrical issues, earthing or any other issue which led to
complete disruption of services of ATM shall be maximum 2 hours for local sites
(i.e within the city sites of Allahabad, Varanasi and Mirzapur, Jaunpur) and 5
hours for sites other than these.

Severity Level 2: The turnaround time (TAT) for attending and resolving the
complaints related to Air conditioners shall be maximum 4 hours for local sites
(i.e within the city sites of Allahabad, Varanasi and Mirzapur) and 8 hours for
sites other than these.

Severity Level 3:The turnaround time (TAT) for attending and resolving the
complaints related to civil work and other miscellaneous, general issues (like
doors, tiles, glow sign boards etc) shall be maximum 6 hours for local sites (i.e
within the city sites of Allahabad, Varanasi and Mirzapur) and 1 day for sites
other than these.
7. Penalty Clause

If the vendor fails to resolve the complaint for Severity Level 1 issues within the
specified timelines then penalty of Rs. 150/- shall be charged for per 2 hour of
delay.

If the vendor fails to resolve the complaint for Severity Level 2 issues within the
specified timelines then penalty of Rs. 100/- shall be charged for per 3 hour of
delay.

If the vendor fails to resolve the complaint for Severity Level 3 issues within the
specified timelines then penalty of Rs. 75/- shall be charged for per 4 hour of
delay.
The calculation of penalty of downtime shall exclude period due to force majeure events
which may be due to any cause beyond the reasonable control of the vendor, including,
fire, flood, explosion, acts of God, civil commotion, strikes or industrial action of any
kind, riots, insurrection, war or acts of government.
8. Other Terms and Conditions
1. Successful bidder will be empanelled for the period of 2 year, i.e. the
Maintenance Agreement will initially be for a period of 2 years. This shall be
renewable on expiry of the initial 2 years for further periods of one year at
each time and so on unless specifically terminated by either party by giving
minimum one month written notice prior to the end of maintenance contract
period under the existing agreement. However, Bank shall have the option of
terminating the contract at any stage in case is found that the services of the
vendor are not satisfactory. If the L1 bidder is not able to execute the
contract to the satisfaction of the Bank then the task may be assigned
to the L2 bidder if the L2 bidder is agreeable to match the rate of L1
bidder.
2. Rate
shall
include
replacement
of
burnt
out/
damaged
equipments/fittings/luminaries already provided in the ATM room and outside.
Replacement shall be of same make/shape /size or equivalent or as approved
by the Bank.
3. All material cost will be borne by the vendor and material used will be of
standard make and specifications. A list of approved materials specification is
enclosed as Annexure-B.
4. Vendor authorized representative shall visit all the ATMs at least twice a week
and at convenient time and shall rectify all the discrepancies/shortcomings.
5. The vendor shall share the visit report and point out the shortcomings/action
taken (if any). This report is to be submitted to the concerned branch
Manager and Circle office on weekly basis. The report is also to be got signed
from the concerned branch manager.
6. Vendor shall provide a mechanism of lodging the complaint i.e through email,
phone/IVRs or providing a web portal.
7. Vendor shall provide contact details of local in-charge alongwith the
escalation matrix which should be updated as and when the changes occur.
8. The vendor shall maintain a record of all the work done ATM wise and shall
be required to produce before the Bank in case it is required.
9. The vendor shall take all safety measures while performing the maintenance
activity.
10. Vendor shall be liable for the damages towards any loss caused to the Bank
by the employees/ worker of the vendor during maintenance of the ATM.
11. Vendor shall abide by rules and regulation of Labour Laws as well as
Contract labour and violation of the same shall be sole responsibility of the
vendor.
9. PERFORMANCE BANK GUARANTEE:The successful bidder will have to submit Performance Bank Guarantee (PBG)
amounting to 50% of the Annual Maintenance Charges per site. The validity of the Bank
guarantee shall be 2 years and thereafter renewable for the period extended by the
Bank
10. COST OF BIDDING
The Bidder shall bear all the costs associated with the preparation and submission of its
bid and Punjab National Bank, hereinafter referred to as ‘The Bank’, will in no case be
responsible or liable for these costs, regardless of the conduct or outcome of the
bidding process.
11. BIDDING DOCUMENT
The Bidder is expected to examine all instructions, forms, terms and conditions and
technical specifications in the Bidding Documents. Failure to furnish all information
required by the Bidding Documents or submission of a bid not substantially responsive
to the Bidding Documents in every respect will be at the Bidder’s risk and may result in
the rejection of its bid.
12. LANGUAGE OF BIDS
The bids prepared by the bidder and all correspondence and document relating to the
bids exchanged by the bidder and PNB, shall be written in English.
13. AMENDMENT OF BIDDING DOCUMENTS
a. At any time prior to the deadline for submission of bids, the Bank may, for any
reason, whether at its own initiative or in response to a clarification requested by
a prospective bidder, modify the Bidding documents by amendments which will
be binding on all who are interested in bidding.
b. In order to provide prospective Bidders a reasonable time period to take the
amendment, if any, into account in preparing their bid, the Bank may, at its
discretion, extend the deadline for submission of bids.
14. AUTHENTICATION OF ERASURES/OVERWRITING ETC.
Any inter-lineation, erasures, or overwriting shall be valid only if the person(s) signing
the bid initial(s) them.
15. BID CURRENCIES
Prices shall be expressed in Indian Rupees only.
16. BIDDING PROCESS (TWO STAGE) –
Bidders are required to submit Technical Bid and Commercial bid separately in
sealed envelope. These 2 bids should be placed in a common sealed envelope.
1. Stage 1-TECHNICAL BID
a. For the purpose of the present job, a bidding process will be followed with the
empanelment of vendors for maintenance of ATM Sites.
b. The bidder will have to submit the Technical Bid containing all documents
substantiating bidders’ claim for meeting Bank’s Eligibility Criteria for this tender
in sealed envelope, duly super scribing “TENDER FOR MAINTENANCE OF
ATM SITES.” and “TECHNICAL BID”.
c. TECHNICAL BID will NOT contain any pricing or commercial information at
all. Technical bid documents with any commercial information will be rejected.
d. In this stage, TECHNICAL BIDs will be opened and evaluated. Only those
bidders satisfying the ELIGIBILITY CRITERIA and other requirements, as
determined by the Bank and accepting the terms and conditions of this document
shall be short-listed.
2. Sage-2 -Commercial Bid
Commercial bids of only those bidders shall be opened who are technically
shortlisted.
Bidder who has quoted the lowest rate shall be shortlisted for the
job/project and shall be termed as L1 bidder.
Bank shall also classify the L2 bidder (in case more than one bidders are
technically qualified) i.e the bidder which has quoted the 2nd lowest rate.
Bank shall have the option of taking services of L2 bidder (at the rate
quoted by it in commercial bid) in case the services of L1 bidder is not
found satisfactory provided L2 bidder is agreeable to the rates quoted by
L1 bidder.
Note: The bid shall contain no interlineations, erasures or over writing except as
necessary to correct errors made by the Bidder, and in such case, corrections shall be
duly confirmed under signature/initials of the person(s) signing the bid.
17. SUBMISSION OF BIDS
The bidders shall duly complete the formats of Technical Bid and the Commercial bids
and the same will be submitted in physical copy. Bidders are also required to submit the
attested copies of technical supporting documents in physical form alongwith Technical
Bid on or before the last date and time of bid submission.
18. DEADLINE FOR SUBMISSION OF BIDS
Bids must be submitted not later than the specified date and time mentioned in the Bid
Document. If specified date of submission of bids is declared a holiday for the Bank, the
bids will be received up to the specified time on the next working day. The Bank may, at
its discretion, extend this deadline for submission of bids by amending the bid
documents, in which case all rights and obligations of the Bank and bidders, previously
subject to the deadline, will thereafter be subject to the deadline extended. All the
correspondence/bid should be addressed to Bank at the following address:
The ASST. GENERAL MANAGER-IT
S-20/56 D, KENNEDY ROAD
THE MALL CANTT, VARANASI
19. LATE BIDS
Any bid received by the Bank after the deadline for submission of bid, prescribed by the
Bank, will be rejected and/or returned unopened to the Bidder.
20. MODIFICATION AND/OR WITHDRAWAL OF BIDS
Bids once submitted will be treated as final and no further correspondence will be
entertained on this. No bid will be modified after the deadline for submission of bids. No
bidder shall be allowed to withdraw the bid, if bidder happens to be successful bidder.
21. Negotiation with L1 bidder
The Commercial Proposal submitted by the L1 vendor/vendors may be subject to
negotiations at the Circle Office level.
22. CONTENTS OF DOCUMENTS TO BE SUBMITTED
The bidder shall submit the following documents:
Documents required in Bid (Sealed Cover)
Technical Bid:
1. Annexure I, Annexure II
2. Supporting documents in support of Pre-Qualification Criteria as per
Annexure - III
3. Bidder’s information
Annexure – IV
4. Terms and Conditions
Annexure - V
5. Compliance statement
Annexure -VI
Commercial Bid:
As per Annexure VII
Note: Commercial bid in any case not be in any other format other than that
specified in Annexure VII
23. CLARIFICATIONS OF BIDS
To assist in the examination, evaluation and comparison of bids the Bank may, at its
discretion, ask the bidder for clarification and response shall be in writing and no
change in the price or substance of the bid shall be sought, offered or permitted.
24. BANK’S RIGHT TO ACCEPT OR REJECT ANY BID OR ALL BIDS
The Bank reserves the right to accept or reject any bid and annul the bidding process
and reject all bids at any time prior to award of contract, without thereby incurring any
liability to the affected bidder(s) or any obligation to inform the affected bidder(s) of the
ground for the Bank’s action.
25. GOVERNING LAW AND DISPUTES
All disputes or differences whatsoever, arising between the parties out of or in relation
to the construction, meaning and operation or effect of these Tender Documents or
breach thereof shall be settled amicably. If, however, the parties are not able to solve
them amicably, the same shall be settled by arbitration in accordance with the
applicable Indian Laws, and the award made in pursuance thereof shall be binding on
the parties. The Arbitrator/Arbitrators shall give a reasoned award. Any appeal will be
subject to the exclusive jurisdiction of courts at Varanasi.
The vendor shall continue work under the Contract during the arbitration proceedings
unless otherwise directed in writing by the Bank or unless the matter is such that the
work cannot possibly be continued until the decision of the arbitrator or the umpire, as
the case may be, obtained. The venue of the arbitration shall be Varanasi.
26. USE OF CONTRACT DOCUMENTS AND INFORMATION
The supplier shall not, without the Bank’s prior written consent, make use of any
document or information provided by Supplier in Bid document or otherwise except for
purposes of performing contract.
27. ASSIGNMENT
The vendor shall not assign, in whole or in part, its obligations to perform under the
contract, except with the Bank’s prior written consent.
28. SUCCESSFUL BIDDER TO ENSURE THE FOLLOWING:


In case any part of the work / process is required to be out-sourced by the
successful bidder, the bidder shall seek prior approval of the Bank.
The successful bidder must ensure and confirm due diligence / KYC / Physical
verification of its own as well as the employees, its service providers / sub-


contractors and must be able to provide documentary evidence for the same if
required.
The successful bidder must build adequate safeguards to ensure that the
information / documents / records / assets of the Bank are maintained in a way
that the same are safe and there is no co-mingling of similar information with
other organizations to which it may be providing services.
The successful bidder shall ensure preservation of all documents /data in
accordance with all legal/regulatory obligations
29. SIGNING OF RATE CONTRACT:-
The successful bidder(s) shall be required to enter into a AMC Agreement with the Bank
within 7 days of the award of the tender or within such extended period as may be
specified by the Bank on the basis of the Tender document, the tender of the successful
bidder, the letter of acceptance and such other terms and conditions as may be
determined by the Bank to be necessary for the due performance of the work in
accordance with the Bid and the acceptance thereof.
Until a formal contract is prepared and executed, the bid submitted by the successful
bidder together with written acceptance thereof shall constitute a binding contract
between the bidder and the Bank.
Signature of Authorized Signatory
Name of Signatory:
Designation:
Seal of Company
Annexure- III
PRE QUALIFICATION CRITERIA FOR BIDDERS FOR EMPANELMENT OF
VENDORS FOR MAINTENANCE OF ATM SITES
Sl.
No.
1.
2.
Pre Qualification Criteria
Compliance
Yes/No
The bidder should be engaged in the business of integrated
maintenance of various commercial sites including Bank
Branch premises or ATM Premises for atleast last one year.
The said maintenance work must have included maintenance
of all components of sites including electrical work/civil work/air
conditioners/Signages/Glow
signboards,
earthing
etc.
Experience Certificate to be provided to substantiate claim
of the bidder
The vendor shall provide a list of sites (ATM/Branch)
maintained by it. During the evaluation process Bank shall
have the option of conducting the surprise visits to these sites
to cross check the condition. In case any site provided is found
or found to be in bad condition, Bank may reserve the right to
reject the bid of that bidder on this ground.
3.
The Bidder should not have been debarred or/and blacklisted
from any of the tender during last five year. Self certificate to
be provided.
4
The bidder should have minimum turnover of 1 crore during
each of the last 2 financial years, i.e. from 01/04/2012 to
31/03/2013 and 01/04/2013 to 31/03/2014 and should have
earned operating profit during the same financial years. Copy
of audited Balance sheets must be submitted along with
Technical bid.
5
The bidder should be registered for Service Tax and VAT.
Particulars (i.e registration number) should be provided.
Note:-The bidder has to provide all documentary evidence of above along with
bid.
If it is found at any juncture that fake certificates are produced, Bank shall have
the option of blacklisting the company as well as lodging an FIR against the
company
Signature of Authorized Signatory
Name of Signatory:
Designation:
Seal of Company
Annexure-IV
BIDDER’S INFORMATION
Name:
Constitution:
Address:
Name and Address of authorized person/Company Secretary (Please attach the copy of
company resolution/Partnership Deed):
Names & Address of the Partners, if applicable:
Contact Person(s):
Telephone, Fax, e-mail:
Number of years of experience in Site Maintenance Business:
Please give brief financial particulars of your firm for the last 2 financial years i.e.
01/04/2012 to 31/03/2013 and 01/04/2013 to 31/03/2014.
(Amount in lacs)
Financial Particulars for the year
Operational Profit
Total Turnover
Signature of Authorised Signatory:
Name of Signatory:
Designation:
Seal of Company
2012-13
2013-14
ANNEXURE-V
COMPLIANCE STATEMENT
DECLARATION
Terms and Conditions
Please note that any deviations mentioned elsewhere in the bid will not be
considered and evaluated by the Bank. Bank reserves the right to reject the bid, if
the bid is not submitted in proper format as per RFP.
Compliance Description
Compliance
(Yes/No)
Remarks/
Deviations
Terms and We hereby undertake and agree to abide
Conditions
by all the terms and conditions including all
annexure, corrigendum(s) etc. stipulated by
the Bank in this RFP. (Any deviation may
result in disqualification of bids).
Technical
We certify that the systems/services offered
Specification by us for this tender confirms to the
specifications stipulated by you with the
following deviations
(If left blank it will be construed that there is no deviation from the specifications given
above)
Date: _______
Place: ______
Signature of Authorised Signatory
Name of Signatory:
Designation:
Seal of Company
Annexure- vii-Commercial Bid
Commercial bid should be submitted in a separate envelope. i.e other than
Technical Bid as per the below format.
S. No
1
Description
Rate of site maintenance of ATM (per site per
month)
Rates quoted above are exclusive of any taxes.
Rate
Annexure “B”- Approved material type by Bank
S.No
Element
1a
Vitrified tiles Flooring
1b
Granite Slabs
1c
2
Moulding on Granite/
Marble
False ceiling
3
Wall Paneling
4
Main door and Glazing
5
Wooden Box
6
Fire Extinguisher
8
9
Foot mat
V M Items
10
Signage
11
11a
Cabling
UPS Cabling
Specifications
Vitrified tiles of a minimum of 9mm thickness, size 24" x 24", 4"
skirting, all fixed in 1:5 cement mortar, complete with cutting and
filling joints with white cement. Make of tiles Johnson/ Bell / Euro /
Asian / Nitco / Naveen / Somani
19 mm thck granite slabs (in ruby red color) as per the flooring
pattern of the bank (Steps and Cladding)
Half round moulding on granite / marble
Armstrong Board false ceiling as per the reflected ceiling plan, along with
the arrangements for the light fittings etc / 2'x2' Metal Ceiling tiles
Wall paneling with GI frame and 9 mm thick marine plywood finished
with 1.5 mm thick cedar veneer including grooves melamine polish /
Indoor ACP Paneling in the shade of wall paneling done as per
PNB standard colour, with aluminum framing
8 mm thick glass door PNB monogram in itching pattern with
aluminum frame and fixed glazing with 8 mm thick glass and
aluminum standards section (8' x 8')
For provision of Access Lock between fixed glazing and main
entrance door.
1 kg. Capacity "ABC" type Fire Extinguisher.
Door mat of appropriate size as per the site requirements
(1)Writing Ledge cum information panel with built in Trash Bin and
storage space made of 16 Swg MS Steel, Powder Coated with
Asian Paint powder, finish with PU Coating for scratch resistance
and UV protection. Set should be painted in logo color. (2) S.S.
logo - Bank logo in SS plate - 18 inch dia. (3) Poster Frame - One
Set poster frame consisting 2 sheets of Imported acrylic of 5mm
thickness. Front sheet with half inch molding and edge polished;
back sheet with polished edge. 4 aluminum stud for fixing the
frame on wall (4) Push, Pull, Access Lock direction Sticker pack. One set of Push, Pull, Press to Exit - sticker pack. (5) Pin Board One pin board for fixing notices and other communication. Made
of 24" x 18" soft board with Hardwood and aluminum frame,
covered with satin of appropriate colour.
- VM Item to come in a singular module painted in Bank’s
colours and containing writing ledge, waste dispenser and
cheque drop box in an integrated design.
- A collapsible lid between the cheque drop box outlet and
Waste Bin to avert instance of cheques being dropped
accidentally in the waste Bin while being collected..
Main signage board of Illuminated Fabric with Vinyl cut letters with
ISI make electrical (8' x 3')
Cabling of of Finolex or Havells Fire Guard make:
UPS Cabling of 2.5 Sq.mm Finolex Fire Guard Cable with
conduiting
11b
Power Cabling
11c
Signage Cabling
11d
11e
Earthing cable
VSAT Cabling
11f
Lighting Cabling
12
12a
12b
Switches
Electric Main switch
Modular Distribution Board
13
13a
Light Fixtures
Mirror optics
13b
PL Spot Lights
13c
Dome light
14
Earthing
15
Wooden Cabinet
18
Rolling Shutter
19
Shutter boxing
22
Mains cabling
25
UPS
26e
Black Granite Flooring/front end anti skid paving tiles for flooring finishing with cement mortar (1:5)
side wall
complete with cutting and joints filling. Nearest shade/specs which
is locally available as approved sample shall be used
GI Frame Work
GI frame work in the form of truss along with vinyl sheets etc. for
cut lettering shall be made as per the site conditions for keeping
the provisions of neon signage, box for rolling shutters and for
illumination purpose including other displays banks logo etc (8' x
3')
Front Façade
Sandtex matt texure paint (snowcem) as per the drawing. In case
of 12 mm thick granite tiles or 19mm thick granite slab cladding
29
30
Raw Power Cabling of 4.0 Sq.mm Finolex Fireguard Cable with
conduiting for AC and power points
Signage cabling of 2.5 Sq.mm Finolex Fireguard Cable with
conduiting
6 Sq.mm copper wire with flexi conduit
PVC / flexi conduit to roof top for connectivity of VSAT Dish
antenna along with 2 sq.mm copper wire for earthing of dish
antenna.
Lighting Cabling of 1.0 sq.mm or 3/22 Finolex fire guard cable with
conduiting
MK/ Havells/ Crabtree Make:
Main switch 63 Amps 415 volt T.P.N with HRC fuse
Modular Distribution Board comprising of Incomer three phase
63A Isolator, 6 Nos. 10A Single Pole MCBs. Two Double Pole
63A MCBs. 6 Nos. Switch/Sockets 5/15A. 6 Nos of 20A Metal
Clad sockets with matching plugs. All Switches, MCBs, ELCBs,
cables to be ISI make : Crabtree, Havells, Anchor Roma, MK,
Indokrupp, Finolex, Siemens, GE
Philips / Atco / Wipro / Osram make:
2’ x 2’ Mirror optics fixtures of Philips / Wipro make with 4 x 18w
tube lights
1 X 18w Down lights with Philips / Atco Choke and Philips or
Osram CFL Lights
18w Dome Lights with Philips / Atco Choke and Philips or Osram
CFL Lights
Chemical earthing:
Wooden Cabinets of size 3'x3'x8' with louvered wooden shutters
for keeping UPS and VSAT etc.
Providing and fixing rolling shutter of 16 G MS sheet including
floor locks. MS cover for drum, including synthetic enamel paint of
approved make.
Wooden boxing comprising of 2" X 2" wood frame work. 12mm
marine plywood trap with magnetic catch. Entire boxing finished
with enamel paint of approved shade.
4 core -4 sq.mm copper armored cable of ISI make from
Distribution board to ATM room.
ISO Certified 3KVA 4hrs/8 Hour backup with SMF Batteries
applicable rates would apply.
34
Air Conditioners
35
Notice Board
1.0T High Wall Split A.Cs with Five Star rating, EER 3.1, cordless
remote, with stabilizer, timer, caging and temperature display
system. Of vendors of repute, like Voltas, Blue Star, LG or
equivalent, 5 star rating, and having a good service network
across the country. Copper, drain pipe length not exceeding 10ft
Notice Board made of 12 mm thick soft board frame with
teakwood and finished with fabric