ffiAPGVE} GRAM;ENA VIKAS BANK (A Government of lndia Undertaking) Head Office :: WARANGAL (Sponsored by APGVB) Planning & Development Depa*ment

(FROM MANUFACTUERS/APPROVED DEALERS ONLY) Proof of dealership to be enclosed along with the Tender document VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS TENDER No IN BRANCHES AND OFFICES IN 775 BRANCHES UNDER 11 REGIONAL OFFICES & HEAD OFFICE SPREAD IN TELANGANA & ANDHRA PRADESH 31 IN TWO Brp SYSTEM THROUGH E-TENDER 27.02.2024

Date of download of www.apavbank.in Period of Tender Tender Document From 27.O2.2O2O to 23.O3,2O2O Corrigendum will also become part Corrigendum may be issued of the tender document without Issue of CORRIGENDA during Feriod of Tender which tender shall be invalid and be summarily rejected Pre-Bid Meetinq date 06.03.2020 - 11.OO AM D.No.2-5-Bl1 , 1't Floor, Last Date of RECEIPT Up to 12.OO Ncoa Opp: Life Line Hospital, of Sealed Tenders on 23.O3.2O2O Ramnagar, _ Date of OPENING At 12.30 PM on HANMAKONDA 506001 Technical & Price Bids 23.O3.20eO District: Warangal, Telangana Date of Will be advised after completion of opening of Technical & Reverse Auction Indicative Price Bid Tender Cost: favour Andhra Rs.1000.00 Demand Draft in of Non Refundable Pradesh Grameena Vikas Bank, EMD Rs.20,0001- Warangal MSME/NSIC CERTIFICATE If the vendor is registered under the EMD & Tender cost (should show item code of RELEVANT TRADE & RELATED FISN Exemption supply) CODE 8424 ONLY 4o/o of the value of the contract Demand Draft or Bank Guarantee from a Security Deposit includinq EMD amount Scheduled Bank other than APGVB Liability Starting from the date of completion Defect Three years 36 Months Period I certificate

E.REVERSE AUCTION iGTIIaIFE Two Bid Process 1- 2t Paqes Part-i-Technical Bid E-Auction process 22 - 25 Paqes Annexures 26 - 38. Paqes Part - II - Indicative Price Bid (BOO) 39 - 42 Pases

TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 1 of 42

A. INVITATION OF BID FOR AWARD OF CONTRACT FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES

Andhra Pradesh Grameena Vikas Bank (APGVB), Head Office, Warangal, invites applications to execute the captioned works in sealed bids from eligible vendor/firm/company/contractor for award of contract for REFILLING and SUPPLY OF NEW fire extinguishers in branches and offices under the jurisdiction of the Bank in Telangana & Andhra Pradesh.

The estimated cost of the above works is Rs.18,00,000.00(approx). For further details log on to Bank’s website www.apgvbank.in (Tenders) from the above given date

For amendments/corrigendum if any, interested suppliers are requested to keep monitoring above portal till last date as no separate publicity through newspapers will be made. For any clarifications, please call to 7901618253 / 9440663873.

1. The Tender Format will be a TWO – BID system with REVERSE AUCTION.

2. Interested eligible bidders may obtain tender document from the “Tender” section of our website www.apgvbank.in. The Cost of tender document is ₹1000/- (non- refundable) which should be paid by means of DD/Pay order drawn in favour of APGVB Payable at Warangal. Bids not accompanied with cost of Tender document would be summarily rejected. 2. Price of Tender Document ₹1000.00 Date of availability of tender Period of Tender (Three Weeks) document on Bank’s website From 27.02.2020 to 23.03.2020 Last Date for availability of tender 23-03-2020 Document on Bank’s website Pre-Bid Meeting 06.03.2020 at APGVB Head office, Warangal Clarifications shall be posted only on the Date of posting of clarifications APGVB website under Tenders (Important / corrigendum - A day after Links) Pre-Bid Meeting No individual communication shall be provided to the Bidder). The signed and stamped copy of Technical Last date, time and Mode of bid (Part -1) and Indicative price submission of Technical Bid Bid(Part-2) along with relevant document (Part-1) and documents needs to be submitted before Indicative price Bid(PART-2) 23.03.2020 upto 12.00 Hrs. separately. Website Details: www.apgvbank.in E-Procurement Technologies Ltd. Reverse Auction Process B-705, Wall street II, Opposite Orient Club, to be conducted by Near Gujarat college, Ahmedabad- 380006, Phone: 079-40016826

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 2 of 42

THE GENERAL MANAGER-I ANDHRA PRADESH GRAMEENA VIKAS BANK Address of the Employer & HEAD OFFICE, WARANGAL, address for Communication H.no-2-5-8/1, First floor, Opp: Life line Hospital, Ramnagar, Hanmakonda, Telangana-506001 Email: [email protected]

L.Kiran Kumar – 7901618253 Contact Person & Contact details K.Ram Reddy - 9440663873

Date of opening of Bids/Tender 12.30 Noon on 23-03-2020 **(Half an hour after the last date and time of submission)

Earnest Money Deposit ( EMD) Rs.20,000/-

Initial Security Deposit 4% of the final tendered value including EMD Period of contract Three Years Rates validity Rates shall be firm for three years Eligibility Criteria Section C – Page No.s 4/5 No. of Agencies to be THREE (3) only empanelled Six months from the date of issue of Work Time allowed for completion order

0.50% per week subject to max 5%of the value Liquidated Damages of work for new supplies, and 10% of the Value of Refilling

Rates quoted by the tendered shall remain firm throughout the contract period of three years Rates (including authorized extension). Goods & Service Tax will be paid extra as applicable.  No advance is payable.  On receipt of complete materials with satisfactory test reports at site and against installation, Testing and commissioning 90% of cost will be paid.  The balance 10% of cost will be treated as Retention money deposit which will be released Payments terms after the defect liability period of three year from the date of Commissioning the system.  Retention money will be released on producing a Bank guarantee for an equal sum valid until the expiry of the defect liability period.

For amendments/corrigendum if any, interested suppliers are requested to keep monitoring above portals till last date as no separate publicity through newspapers will be made.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 3 of 42

3. An amount of Rs.20,000/- (Twenty Thousand only) must be paid as Earnest Money Deposit (EMD) in the form of a demand draft or pay order in favour of APGVB, payable at Warangal. The DD of both, the cost of tender document as also EMD, should be submitted as part of the bid.

4. The bid shall remain valid for 90 days from the last date of submission.

5. APGVB reserves the right to accept or reject in part or full any or all the bids without assigning any reasons therefor.

General Manager-1

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 4 of 42

B. Instructions for Bidders

1. Duly filled and completed bids in all respects in a sealed envelope super scribed “Tender for award of contract for REFILLING and SUPPLY OF NEW Fire Extinguishers for branches and offices in APGVB” shall be submitted at our office in a sealed envelope at the following address:-

ANDHRA PRADESH GRAMEENA VIKAS BANK HEAD OFFICE, WARANGAL, H.no-2-5-8/1, First floor, Opp: Life line Hospital, Ramnagar, Hanmakonda, Telangana-506001

2. Envelop No.1 : should contain DDs being the cost of tender document and cost of EMD along with its details as per Annexure-I and should be superscribed “Tender Cost & EMD”

or Rule 170 of GFR exempts MSME registered units from EMD/ Tender Cost

the MSME CERTIFICATE (to avail exemption of Tender Cost and EMD) in the relevant trade, i.e., Fire Extinguishers with HSN Code 8424 only are eligible. MSME certificate in any other service or HSN code is not acceptable and the tender will be rejected.

Envelope No.2 : The technical bid (Annexure- II) along with all required documents and CORRIGENDUM, IF ANY, issued during the tender period, should be placed in a separate sealed cover with superscription “Technical Bid for Refilling and supply of Fire Extinguishers”. Any tender document without the “CORRIGENDUM”, if any, shall be summarily rejected.

Envelope No.3 : The Indicative Financial Bid (Annexure-X, both Part-1 & 2 and Annexure-XI) should be placed in a separate sealed envelope with superscription “Financial Bid”.

Envelop No.4 All the three (1+2+3) envelopes should then be placed in a separate Envelop No. 4 with superscription “Tender for award of contract for refilling and supply of new Fire Extinguishers for branches and offices in APGVB” and should be sent by post / courier or submitted by hand so as to reach on before the stipulated date & time for receipt of tender. No bid received after the stipulated time and date will be accepted under any circumstances. 3. Technical Bids will be opened at 12.30 PM. on 23rd Mar, 2020 by the committee. 4. Indicative Financial bids of the technically qualified bidders will be opened on the same date after technical bids are verified and finalized. 5. Bids shall remain open to acceptance by the Bank for a period of 90 days from the last date of submission of the bids. Bidders shall not cancel or withdraw the bid during this period. In case the bidder withdraws the offer prior to the expiry of 90 days, it will be treated as default and the earnest money deposited will be forfeited. The tender document is non-transferable. 6. Rates should be quoted both in figures and words in columns specified. All

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 5 of 42

erasures and alterations made while filling the tender must be attested by initials of the bidders. Overwriting of figures is not permitted; failure to comply with either of these conditions will render the bid void. In case of any discrepancy in the amount of any item, the corresponding rate quoted will prevail & amount will be concluded accordingly. 7. Each page of the tender document should be signed by the bidder submitting the bid in token of his/their having acquainted himself/themselves with the general conditions of contract, specifications, special conditions etc. as laid down in the tender document. Any bid with any of the pages of the tender document not signed will be rejected. 8. The bid submitted on behalf of a firm shall be signed by all the partners of the firm or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract. Non-compliance will make the bid liable to rejection. 9. The Bank reserves the right to accept or reject any or all the bids, either in whole or in part without assigning any reason for doing so. 10. Conditional bid shall be rejected. 11.@@Wherever No. of years are mentioned for the performance of eligibility or otherwise, the date to reckon the completed no. of years would be 31st day of March last.

12.The contractor shall strictly comply with all the terms and conditions of the tender document

C. Qualification Requirement of the Bidder

The vendor/contractor/firm/company, which fulfills the following qualifications, will be eligible for bidding: 1. The bidder should have an office in the state of Telangana / Andhra Pradesh at one of the following centers: a) Hyderabad b) Vishakapatnam

2. The bidder should have minimum 03 (three) years of experience@@ in the field of maintenance / refilling of Fire Extinguishers and their Installation. 3. The contractor should be an income tax assesse and should have filed income tax return for the last three assessment year@@. 4. The average financial turnover of last three years@@ shall be at least Rs.5.00 Lakh per annum. 5. The applicant should have a valid PAN of Income Tax Department 6. The applicant should have a valid GST registration 7. The bidder/firm must have at least one running contract with any Scheduled Commercial Bank (SCB) / Regional Rural Bank (RRB) / Cooperative Bank. 8. The bidder must have / have had successful contract for refilling and installation of fire extinguishers in SCBs/RRBs / Cooperative Banks as mentioned below during last three years@@:

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 6 of 42

a) at least three (03) similar contracts with SCBs / RRBs / Cooperative Banks with minimum of 40 Branches in each contract and of the three, at least one contract must be within the states of Telangana & Andhra Pradesh. i. or b) at least two (02) similar contracts with SCBs / RRBs / Cooperative Banks with minimum of 50 Branches in each contract and of the two, at least one contract must be within the states of Telangana & Andhra Pradesh. i. or c) at least one (01) similar contract with SCBs / RRBs / Cooperative Banks with minimum of 80 Branches in the contract of which at least 50 Branches must be in the states of Telangana & Andhra Pradesh

9. The bidder could be a sole proprietary concern/partnership firm or a company and should be registered with the Government accordingly.

10.The contract for refilling and supply of new fire extinguishers will be valid for 03 (three) years. The work performance of vendor will be reviewed every year and in case of unsatisfactory services, Bank will have a right to terminate the contract during the agreement period by giving one month advance notice.

11.The company/ firm/bidder should have valid GST No., and should be registered under relevant government laws for EPF, ESI, labour welfare etc, as applicable.

12. The applicant should not have incurred any loss in three years or more during the last five years ending 31.03.2018, duly certified by a Chartered Accountant. The firm should not be under liquidation, court receivership or similar proceedings.

13. The applicant should have a solvency of minimum Rs.18.00 lakhs certified by a scheduled Bank. The solvency Certificate should not have been obtained earlier than 01.06.2019.

14.The firm/vendor should be either the Original Equipment Manufacturer (OEM) or an authorized dealer of an OEM of fire extinguishers for last three years having the authority to supply and refill the fire extinguishers complying with relevant related BIS standards.

15. If the applicant is a dealer / distributor, have to submit a letter for the OEM for having authority to deal / distribute the product as per ANNEXURE-III

16. The supplicant should enclose/provide the details of major works done during the last seven (7) years and works now on hand. ANNEXURE-V & VI

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 7 of 42

D. General Terms and Conditions-

1. General

a. The EMD amount of Rs.20,000/- in respect of the successful bidder shall be retained. Initial Security Deposit (ISD) of 2% of tendered value (which includes EMD) shall be deposited along with the letter of Intent (ANNEXURE-IV) and the Agreement (ANNEXURE-X). The 4% of tendered value (L-1 quote) will be retained as Final Security Deposit which includes 2% of ISD shall be considered as Final Security Deposit and shall remain till completion of the contract i.e. three years from the date of award work order. In the event of default or not carrying out the contracted services, as per terms and condition of the tender, it will be forfeited. b. PRE-BID MEETING: Pre-Bid meeting for clarification of doubts of the bidders with regards to the tender will be held on 06/03/2020 at 11.30 AM at 4th floor of the Bank’s premises at Head Office, Warangal. The participating bidders can submit their queries till 5.00 PM on 05/03/2020 on our email [email protected].

“Amendments / Corrigendum”: On the basis of clarifications sought by the participant bidders in the Pre-Bid Meeting, appropriate “Amendment / Corrigendum” shall be issued on the Bank’s website only and the bidder must refer the same before final submission of the Tender c. The Bank in order to evaluate and compare the bids/response to tender received, may seek clarification from some or all of the bidders. Such clarifications and responses will necessarily be in writing. The Bank has right to disqualify the vendor whose clarification is found to be not suitable. d. The Bank will not return the bids/responses received from the bidders. The information provided by the bidder/s will be held in confidence and will be used for the sole purpose of evaluation of bids

2. Opening and Evaluation of Bids (Evaluation Methodology)

a. The tendering vendors may participate in the tender opening & evaluation process.

b. Technical bids will be opened on the date of opening by the “Tender Opening Committee”.

c. No bid shall be rejected for opening, except for late bids, which shall be returned unopened to the Bidders. Bids (and modifications sent) that are not opened at Bid Opening shall not be considered further for evaluation, irrespective of the circumstances. Withdrawn bids will be returned unopened to the Bidders.

d. Only those Bidders whose Technical bids have been found to be in conformity with the eligibility terms and conditions would be taken up by the Bank for the further detailed evaluation. The Bank reserves the right to evaluate the bids on technical & functional parameters including possible visit to the

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 8 of 42

bidders’ office / workshop, inspect other contracted site/s to verify the functionalities, responses, etc.

e. During evaluation of the Bids, the Bank, at its discretion, may ask the Bidder for clarifications. The request for clarification and the response shall be in writing, and no change in the prices or substance of the Bid shall be sought, offered or permitted. The Bank will evaluate and compare the Indicative Price bids of the bidders who qualify technically. Envelope superscribed “Indicative Financial bid” should contain only the Indicative price bid quoted by vendor in prescribed format Annexure-XI (Part-1 part-2). No other format will be accepted by the Bank.

f. The prices/offered shall be valid for 90 days only. No condition should be stipulated in the indicative financial bids. Conditional bids will be summarily rejected.

g. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the successful bidder does not accept the correction of the errors, their Bid will be rejected, and their EMD may be forfeited. If there is a discrepancy between words and figures, the amount in words will prevail. L1 will be decided on the basis of TCO (Total Concept of Ownership), the final totals of all indicative prices quoted in the indicative commercial bids in ANNEXURE – XI, (Part – 1 - Rates for Refilling & Part – 2 Rates of New supply).

h.

i. After identifying the indicative LOWEST PRICE, the Bank will take in to consideration the market rates and then declare a BASE RATE. A static decremental value for REVERSE AUCTION will also be declared.

j. The Bank reserves the right to place the orders with L2 & L3, if the L2 & L3 vendor match the L1 price finalized in the Reverse Auction. If L2 & L3 do not undertake to match the L-1 price finalized in the Reverse Auction, the Bank also reserves the right to place orders with any other two vendors who match the finalized L-1 price.

k. Maximum of THREE vendors will only be put on panel.

l. POs will be placed in the proportion of 60:20:20.

m. The rates quoted in the price bid shall be EXCLUSIVE OF GST.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 9 of 42

n. The refilling rate as well as rates for supply and installations will be inclusive of the cost involved in travelling of the workmen and transportation of the cylinders for refilling and HPT from Branches / offices to workshop / testing centres. The rates quoted will be uniform for all the Branches in the Region, irrespective of their distance from Regional Office centre. The list of details of locations of the Branches from each Regional Office is provided. The Tenderers / Bidders should satisfy themselves about the locations of all the Branches, their distance from Regional Office and the cost of travelling / transportation involved in refilling / HPT / supply must be factored in by the bidders while quoting the rates of refilling / HPT / new supply.

o. Cost of spares (ANNEXURE-XII) will not be taken into account for deciding the lowest bidder. However, rates of spares / accessories as quoted by the bidder will be further rationalized by the Bank in consultation with the bidder keeping in view the quotes for the same received from other bidders and the rationalized rates will be acceptable to the bidder.

3. Termination for Convenience The Bank, by written notice sent to the firm, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Bank’s convenience, the extent to which performance of the Bidder under the Contract is terminated, and the date upon which such termination becomes effective.

4. Injury to persons, property & Bank’s Indemnity The Agency shall be liable for and shall indemnify the Bank against any expense, liability, loss claim or proceedings in respect of any injury or damage whatsoever to any property or personnel in so far as such injury or damage arisen out of or in the course of or by reason of carrying out of the works and provided always that the same is due to any negligence or omission or default of the agency or workers or any sub-contractor.

5. Labour Laws The Agency shall observe and strictly adhere to all prevailing labour laws inclusive of Contract Labour (Abolition and Regulation) Act of 1970 and other safety regulations including amendments made, if any, afterwards.

6. Bank reserves the right to the following:-

a. Reject any or all proposals received in response to the tender notice without giving any reason whatsoever b. Waive or Change any formalities, irregularities, or inconsistencies in proposal format / delivery process c. Extend the time for submission of proposal. d. Modify the document, by an amendment that would be displayed on Bank’s Website e. To independently ascertain information from the Banks and other institutions to which bidder has already extended services for similar assignments

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 10 of 42

E. Scope of Work A. Type of Work – New Supplies B. Type of Work – Refilling of existing units C. Area of operation – Telangana & AP

A. Type of Work – New Supplies

1) No of Branches / Offices – 50 a) Water Stored Pressure – 30 b) ABC 4 kg.………………. – 50 c) CO2 (4.5Kgs) ……….. – 30 d) CO2 (2 Kgs) …………. – 30

(The quantity specified above is approximate and may vary + or – 25%)

B. Type of Work – Refilling of existing units

2) Refilling of existing units - 2300 (Approximate – May vary + or – 25%)

C . Area of operation – Telangana & Andhra Pradesh

The Fire extinguishers are to be refilled across the Bank in eleven REGIONS spread in two states as furnished hereunder:

a) The following 21 districts of Telangana region

S. New Erstwhile S. New Erstwhile No Districts District No Districts District 1 Jaishanker Bhupalapally 12 Khammam KHAMMAM 2 Warangal Rural 13 Bhadradri Kothagudem 3 Warangal urban WARANGAL 4 Jangaon 14 Medak 5 Mahabubabad 15 Sangareddy MEDAK 6 Mulugu 16 Siddipet

7 Mahabubnagar 17 Nalgonda 8 Nagarkurnool 18 Yadadri Bhuvanagiri NALGONDA 9 Narayanpet MAHABUBNAGAR 19 Suryapeta 10 Wanaparthy 11 Jogulamba Gadwal 20 Rangareddy RANGAREDDY 21 Vikarabad

b) The following 3 districts of Andhra Pradesh

1) Srikakulam 2) 3) Vishakapatnam

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 11 of 42

The details of branches and their distances from their Regional Offices are given in the following pages for ascertaining / valuation of the prices for refilling & supply

BRANCH DISTANCES FROM REGIONAL OFFICES (RO) ASHOKNAGAR BHADRACHALAM Distance from Distance S. S. Code Branch Name Regional Code Branch Name from RO No No Office (KMS) (KMS) 1 7150 Achampet 175 1 4113 A.R.Pally 45 2 7117 Akuthotapally 107 2 4110 Aswapuram 48 3 7143 Amangal 105 3 4129 Aswaraopeta 83 4 8180 Ameenpur 4.5 4 4145 B.Gangaram 71 5 8178 Annaram 35 5 4163 B.P.Agraharam(Wyra) 54 6 8115 Ashok Nagar 2 6 4144 Bandaru Gudem 60 7 8202 Bandamkommu 3.5 7 4171 Beerapally 61 8 8171 Bhel Township 4 8 4117 Bhadrachalam 45 9 8193 Bollaram Village 22 9 4203 Bodu 32 10 8205 Botnhapally 40 10 4181 Buggapadu 48 11 7192 Burgula 88 11 4119 Burgampahad 35 12 7183 Chatanpalli 77 12 4124 Chandrugonda 24 13 7111 Chowdergudem 72 13 4134 Chennoor 63 14 8184 Doulthabad-Ask 89 14 4195 Cherla 95 15 8160 Gajwel 83 15 4111 Chintoor 105 16 8195 Gomaram 51 16 4187 Chunchupally 1 17 8149 Gouraram 74 17 4174 D. Pet X Road 10 18 7194 Hyderabad X Roads Kalwakurthy 124 18 4159 Dammapeta 70 19 8164 Ida Bollaram 22 19 4112 Dummugudem 65 20 7205 Inmul Narva 94 20 4204 Edulla Bayyaram 79 21 7125 Irvin 125 21 4120 Enkoor 40 22 8181 Jagdevpur 96 22 4206 Gollapalli 11 23 8110 Jinnaram 21 23 4189 Jagadambacentre Yellandu 38 24 7157 Jupally 135 24 4186 Jagannadhapuram 42 25 7179 Kadthal 90 25 4157 Julurpadu 20 26 8179 Kallakal 53 26 4109 Kamepally 57 27 7164 Kalwakole 67 27 4193 Karakgudem 89 28 7167 Kalwakurthy 128 28 4194 Karepally 47 29 8207 Karkapatla 72 29 4154 Khankhanpeta 58 30 7161 Karvanga 154 30 4132 Konijerla 61 31 7127 Kolkulpally 121 31 4192 Korrajulagutta 45 32 7145 Kondanagula 185 32 4168 Kothagudem 3 33 7180 Kothapeta 68 33 4141 Kukkunuru 79 34 7166 Kothur 65 34 4140 Kunavaram 95 35 8111 Kuknoorpally 95 35 4190 Laxmidevipalli 6 36 8208 Lig Colony 3 36 4188 Morampally Banjar 30 37 8203 Madhavpuri Hills, Ameenpur 5 37 4142 Mulakala Pally 32 38 8128 Manoharabad 51 38 4207 Nagineniprolu 40 39 8204 Mig Colony (Bhel) 6 39 4167 Narasapuram 55 40 8127 Nacharam 73 40 4199 Nava Bharath Ngr, Paloncha 15 41 7182 Nandigaon 73 41 4156 Nellipaka 57 42 8161 Narsapur 39 42 4115 Paloncha 20 43 7193 Old Bazar, Achampet 176 43 4136 Panditha Puram 60 44 8177 Ontimamidi 66 44 4208 Papakollu 25 45 7204 Padkal 107 45 4108 Patwari Gudem 58 46 7110 Padra 196 46 4205 Peddyreddy Gudem 35 47 7112 Peddakothapally 179 47 4103 Penuballi 47 48 8119 Pragnapur 82 48 4139 Pinapaka 80 49 8172 R.C Puram 1 49 4198 Pv Colony, Samithisingaram 60 50 7138 Shadnagar 77 50 4123 R.Kothagudem 88 51 8117 T.Bollaram 67 51 4164 Ramavaram 6 52 7106 Talakondapally 107 52 4126 Rebbaram 63 53 7102 Telkapally 154 53 4175 Sarapaka 42 54 8176 Tellapur 9 54 4107 Sathupally 65 55 7104 Thummanpet 161 55 4118 Seethapuram 65 56 8168 Toopran 67 56 4197 Shantinagar, Wyra 56 57 8186 Toopran Road, Gajwel 74 57 4158 Sujathanagar 10 58 7123 Uppunuthala 157 58 4130 Tekulapally 20 59 7146 Urukondapet 126 59 4135 Thallada 44 60 8194 Velimela 15 60 4165 Thimmarao Peta 42 61 7141 Veljerla 86 61 4166 Upperu 85

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 12 of 42

62 7199 Veltoor 154 62 4128 V.R.Puram 97 63 8155 Waddepally 185 63 4137 Velairpad 96 64 8211 Yerravally 123 64 4114 Vemsoor 65 65 4184 Venkateshwara Colony,Bcm 45

66 4180 Vinayakapuram 71

67 4160 Yellandu 40

KHAMMAM Kms MAHABOOBNAGAR Kms 1 6268 Aipoor 62 1 7181 Addakal 34.2 2 4201 Ambedkar Center,Madhira 56 2 7133 Alampur 129 3 6257 Arvapally 89 3 7187 Amtakur 61.2 4 4179 Banjara Colony Madhira 56 4 7122 Avancha 46.6 5 6311 Bheemavaram 70 5 7173 Badepally 23.8 6 4102 Bonakal 30 6 7135 Balampet 81 7 4150 Burhanpuram 3 7 7184 Balanagar 49.7 8 4133 Ch.Madharam 29 8 7210 Bhageeratha Colony 2 9 6260 Chilukuru 44 9 7129 Bhoothpur 10.6 10 4149 Chinthakani 19 10 7186 Bijinepally 2.2 11 4155 Church Road Kmm 2 11 7116 Bonkur 117 12 4196 Dendukuru 61 12 7147 Chinnaporla 66 13 6308 Dondapadu 65 13 7175 Devarkadra 24 14 4172 G.M.Road 3 14 7207 Dhanwada 45.9 15 6315 Gandhi Park Center, Huzurnagar 53 15 7120 Dharur 107 16 6238 Garidepally 68 16 7148 Elikicherla 44.6 17 6246 Huzoornagar 52 17 7119 Elkur 120 18 4170 Kalakota 42 18 7168 Gadwal 95 19 6254 Kethepally 79 19 7200 Gandhi Chowk,Wanaparthy 55.5 20 4101 Khammam 2 20 7108 Gangapur 15.6 21 6296 Kkg Road, Kodada 38 21 7185 Ghanpur 38.8 22 6280 Kmm X Road Kodad 36 22 7121 Gopalpet 55.5 23 6224 Kodad 36 23 7152 Gummadam 79 24 6292 Kudakuda Road 64 24 7105 Gundumal 43.7 25 4106 Kusumanchi 23 25 7211 Hakeempet 54 26 4121 Madhira 56 26 7212 Hanwada 12.5 27 4183 Madupalle 52 27 7177 Ieeja 131 28 6309 Mamilla Gudem 35 28 7132 Jadcherla 17 29 4162 Mamunoor 76 29 7162 Jinnaram (Mbnr) 37.2 30 4200 Maturu 0 30 7115 Kadukuntla 57.4 31 6219 Mella Cheruvu 58 31 7134 Kaukuntla 36.4 32 6230 Mothy 41 32 7189 Kodair 84.6 33 4152 Mudhigonda 11 33 7136 Kodangal 71 34 6210 Munagala 60 34 7203 Koilkonda 12.5 35 6298 Nadigudem 47 35 7209 Kollapur 97.4 36 4104 Nagulavancha 22 36 7155 Kondapur 43.5 37 6223 Nakrekal 86 37 7131 Kosgi 45.9 38 6293 Nalla Bandlagudem 46 38 7140 Kothakota 62.6 39 4146 Nelakonda Pally 21 39 7201 Krishnariver Road,Gadwal 95 40 6266 Nemmikal 71 40 7188 Maddur 68 41 6222 Nuthankal 63 41 7151 Maganoor 74.9 42 6265 P.Kondaram 97 42 7101 Mahabubnagar 3.5 43 6281 P.S.R.Centre Suryapet 62 43 7190 Maktal 63.8 44 4151 P.S.R.Road Kmm 3 44 7158 Mandoddi 155 45 4169 Palair 27 45 7174 Marikal 37.2 46 4185 Pandurangapuram 4 46 7118 Midgil 37.3 47 4161 Patharlapadu 29 47 7159 Moosapet 24.3 48 4153 Pedagopathy 21 48 7170 Nagarkurnool 57.9 49 6248 Pedaveedu 70 49 7213 Nagarkurnool Road, Badepally 18.7 50 6247 Penpahad 71 50 7171 Narayanpet 67.1 51 4178 Prakash Nagar 4 51 7197 Narva 62 52 4182 Proddutur 31 52 7191 Nawabpet 18.8 53 6245 Raghunadhapalem 72 53 7172 Old Palamoor 1.2 54 6295 Ramapuram 59 54 7178 Padmavathi Colony 1.8 55 4176 Raparthinagar 4 55 7202 Pamapur 64.3 56 6215 Shaly Gowdaram 104 56 7176 Pebbair 67.4 57 4202 Siripuram 46 57 7149 Pedda Adiryal 47.5 58 4177 Srinagar Colony 5 58 7124 Pedda Mandadi 47.9 59 4131 Sublaid 37 59 7196 Pentlavally 113 60 6231 Suryapeta 63 60 7154 Pothireddipally (Mbnr 47.4 61 4191 Tanikella 13 61 7103 Rajapoor 33.6 62 6323 Thallagadda, Suryapeta 66 62 7160 Ramchandrapur 15.8 63 4148 Thallampadu 5 63 7206 Ravalpalli 115 64 6300 Thipparthy Road Nakirekal 86 64 7126 Remaddula 75 65 6212 Thirumala Giri 100 65 7165 Sasanool 79.7 66 4125 Thirumalayapalem 18 66 7198 Shanthinagar 111 67 6201 Thungaturthy 81 67 7153 Sindhanoor 157 68 6271 Urlugonda 38 68 7137 Singavatnam 106 69 6322 Velidanda 66 69 7109 Tadur 45.9

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 13 of 42

70 4147 Yellandu X Road 0.5 70 7195 Tudukurthy 50.2 71 6270 Yendlapally 77 71 7139 Vepur 44.4 72 4105 Yerrupalem 75 72 7169 Wanaparthy 60.01 73 7208 Yenugonda 0

NALGONDA Kms NALGONDA Kms 1 6204 A.D.Pally 66 71 6288 Thurkapally 90 2 6321 Addaguduru 54 72 6273 V.T.Nagar(N) 2 3 6226 Agamothkur 32 73 6217 Valigonda 48 4 6289 Akkenapally 33 74 6302 Vangapally 82 5 6227 Alair 97 75 6301 Veliminedu 39 6 6235 Ammanabole 40 76 6286 Vemulapalli 38 7 6297 Angadipeta 79 77 6294 Venkiryala 82 8 6242 Anjanapally 82 78 6241 Vijayapuri(N) 64 9 6225 Athmakur 55 79 6216 Yadagiri Gutta 85 10 6269 Bhonagiri 70 11 6228 Bibinagar 80 PARVATHIPURAM 12 6276 Bollepally 62 1 2269 Arikathota 50 13 6251 Bommala Ramaram 98 2 2201 Badangi 50 14 6312 Bts Colony, Nalgonda 3 3 2268 Balijipet 50 15 6278 Chandur 36 4 1131 Bathili 100 16 6307 Cheekatimamidi 85 5 2204 Bhadragiri 50 17 6287 Cherlapally 4 6 1176 Bhamini 90 18 6208 Chinthapally 87 7 2222 25 19 6258 Chityala 27 8 1113 Burja 55 20 6275 Choutuppal 52 9 2274 Chinabhogila 12 21 6214 Dameracherla 63 10 2216 Chinamerangi 24 22 6237 Devarakonda 61 11 2212 Chinthada 40 23 6291 Dindi X Roads,Devarakonda 62 12 2273 Fort Bobbili 25 24 6233 Eduluru 26 13 2258 Galavalli 80 25 6253 Gattuppal 42 14 2215 Garugubelli 14 26 6318 Gokaram 52 15 1178 Gullaseetharampuram 72 27 6207 Gundlapally(Dindi) 120 16 2256 Gutchimi 12 28 6240 Gundrampally 46 17 1149 Guttavalli 70 29 6221 Gurrampodu 31 18 1190 Honjaram 95 30 6282 H.B.Colony Mlg 45 19 2247 Jiyyammavalasa 35 31 6261 Halya 57 20 1174 Kollivalasa 63 32 6303 Hanumanpeta,Miryalguda 44 21 2227 Komarada 16 33 6283 J.D.Pur X Roads 71 22 1145 Korada 92 34 6305 Julur 74 23 1138 Korasavada 110 35 6262 K Malle Pally 72 24 1105 Kotturu 75 36 6239 Kanegal 16 25 1155 Kurigam 90 37 6320 Kannekal 29 26 2257 Kurupam 25 38 6255 Kattangur 15 27 1117 L.N.Peta 88 39 6284 Kondamadugu 86 28 2232 M.Mamidipalli 60 40 6306 Kothapally 67 29 1187 M.Singapuram 48 41 6249 Koyyala Gudem 58 30 2276 Main Raod, 45 42 6317 Lenkalapally 54 31 2205 Makkuva 33 43 6272 M.G.Road(N) 2 32 1183 Nivagam 81 44 6299 Madgulapally 28 33 2214 Pachipenta 60 45 6316 Malkapur 61 34 1169 Pahtapatnam 113 46 6252 Mall 97 35 2287 Pakki 45 47 6234 Mariyala 89 36 1146 Palakonda 50 48 6285 Marriguda 62 37 2270 Palakonda Road,Parvathipuram 1 49 6243 Miryala Guda 44 38 2272 Panchali 51 50 6250 Mota Kondur 90 39 2220 Parvatipuram 0.5 51 6203 Mothukuru 35 40 2249 Pedabondapalli 6 52 6279 Munugode 23 41 2210 Pedamanapuram 57 53 6314 Munugode X Roads, Nalgonda 24 42 2237 Pinapenki 40 54 6202 Nalgonda 0 43 2234 Piridi 35 55 6209 Nampally 51 44 1171 Pogiri 80 56 6319 Narammagudem 67 45 2260 Poram 65 57 6213 Narayanapur (S) 72 46 1181 R.Amudalavalasa 60 58 6218 Narketpally 20 47 2209 R.B.Puram 37 59 6232 Nereducherla 54 48 1112 Rajam 72 60 6236 Nidamanoor 50 49 2259 Salur 45 61 6206 P.A.Pally 82 50 2282 Sambara 40 62 6290 Pasanoor 60 51 1128 Sarubujjili 70 63 6205 Pedavoora 52 52 1180 Seedhi 113 64 6211 Pochampally 69 53 1106 Seethampeta 63 65 6229 Rajapeta 107 54 1191 Temburu 135 66 6277 Ramannapeta 33 55 2271 Terlam 50 67 6310 Sarvail 44 56 2226 Thotapalli 14 68 6313 Savarkarnagar, Nalgonda 1 57 2255 Uttaravalli 55

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 14 of 42

69 6220 Thipparthy 20 58 1114 Veeraghattam 25 70 6263 Thripuraram 54

SANGAREDDY Kms SRIKAKULAM Kms 1 8120 Ananthasaagar 23 1 1158 Akkulapeta 16 2 8199 Bhanur 28 2 1188 Alikam 11 3 8156 Bilalpur 54 3 1196 Arasada 52 4 8123 Budhera 38 4 1160 Arasavilli 2 5 8197 By Pass Road, Sangareddy 0 5 1161 Balaga 2 6 8133 Chalki 89 6 1108 Baruva 110 7 8108 Chegunta 70 7 1110 Borivanka 125 8 5165 Cheriyal 150 8 1163 Borubhadra 40 9 8188 Chinna Koder 147 9 1127 Budithi 30 10 8105 Chitkol 41 10 1103 Calingapatnam 22 11 8130 Chittapur 110 11 1168 Chilukalapalem 8 12 8138 Chowtkur 21 12 1152 Dharmavaram 10 13 8162 Dhanura 43 13 1143 Gujarathipeta 2 14 8109 Doulthabad 80 14 1136 Haripuram 95 15 8106 Dubbak 117 15 1159 Hb Colony 3 16 8183 Gurralagondi 152 16 1157 Ichapuram 132 17 8189 Housingboard Colony,Siddipet 127 17 1164 Jalamuru 28 18 8148 Ibrahimnagar 147 18 1104 Jarjangi 27 19 8125 Indrakannu 20 19 1126 Kalivaram 20 20 8167 Isnapur 18 20 1195 Kallepally 8 21 8151 Jarasangam 66 21 1130 Kanchili 115 22 8153 Jogipet 31 22 1151 Karajada 12 23 8112 Kajipur 120 23 1115 Kasibugga 83 24 8122 Kangti 110 24 1185 Kaviti 130 25 5118 Komuravelly 125 25 1189 Korlam 103 26 8187 Kotilingala Siddipet Town 120 26 1172 Kothapalli 40 27 8116 Laxmapur 82 27 1137 Krishnapuram 11 28 5168 Maddur, Warangal 122 28 1147 Laveru 30 29 8198 Malakapur 8 29 1165 Mabbagam 20 30 8142 Manur 100 30 1193 Mamidipally 102 31 8201 Market Area, Sadasivapet 18 31 1111 Mandasa 98 32 8191 Market Area,Patancheru 25 32 1148 Mattamsariapalli 100 33 8150 Marvelly 45 33 1107 Meliaputti 73 34 8139 Medak 75 34 1197 Muddada 16 35 8170 Medak Market Area 75 35 1132 Murapaka 20 36 8206 Mirdoddi 129 36 1121 Nandigam 45 37 8185 Mumbojipally 65 37 1139 Narasannapeta 20 38 8196 Nangnoor 148 38 1194 Naupada 58 39 8157 Narayankhed 80 39 1167 New Colony, Sklm 1 40 8190 Narsingi 81 40 1173 Nimmada 28 41 8152 Nizampet 42 41 1192 Old Bus Stand 1 42 8134 Papannapet 65 42 1175 Palasa 84 43 8163 Patancheru 25 43 1184 Pallisaradhi 90 44 8175 Pothireddypally X Road 4 44 1182 Peddapadu 2 45 8103 Pulkal 31 45 1156 Pinnintipeta 35 46 8132 Pullur 150 46 1109 Polaki 30 47 8114 Raikode 64 47 1177 Ponnada 7 48 8200 Raipally Road, Narayankhed 80 48 1129 Priyaagraharam 35 49 8158 Ramayampet 90 49 1120 Pundi 71 50 8135 Regode 65 50 1133 Purushottapuram 25 51 8182 Rudraram 13 51 1153 Pydibheemavaram 40 52 8154 Sadasivpet 18 52 1150 Ragolu 6 53 8101 Sangareddy 2 53 1140 Ranasthalam 25 54 8141 Sanjivanraopet 70 54 1124 Santabommali 32 55 8166 Saraswatinagar 127 55 1116 Santhakaviti 38 56 8140 Shankarampet 65 56 1102 Saravakota 35 57 8209 Shankarampet (R) 76 57 1179 Smpuram 12 58 8165 Shantinagar 0 58 1162 Sompeta 110 59 8102 Shivampet 15 59 1101 Srikakulam 0 60 8159 Siddipet 127 60 1170 Srikurmam 18 61 8173 Siddipet Market Area 127 61 1118 Srimukhalingam 40 62 8113 Singtham 55 62 1142 Tekkali 50 63 8192 Tadkal 112 63 1186 Tekkalipatnam 90 64 8104 Terpole 14 64 1166 Thadivalasa 17 65 8121 Toguta 116 65 1119 Tholapi 17 66 8210 Wasar 97 66 1123 Tilaru 25 67 8144 Watpally 62 67 1125 Unukuru 50 68 8131 Yeldurthi 56 68 1122 Urlam 20 69 8147 Yousufpet 71 69 1144 Vajrapukotturu 80

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 15 of 42

70 8126 Zaheerabad 57 70 1141 Vandrangi 30 71 8174 Zaheerabad Main Road 57

VISAKHAPATNAM Kms VISAKHAPATNAM Kms 1 3363 Adivivaram 14 74 3323 Vemulapudi 95 2 3382 Akkayapalem 4 75 3391 Vishalakshi Nagar 6 3 3351 Allipuram 3 76 3338 Yellamanchili 75 4 3343 Anakapalle 40 77 3398 Yendada 10 5 3304 Arakuvaley 112 VIZIANAGARAM 6 3360 Arilova 8 1 2203 Alamanda 24 7 3371 Atchutapuram 45 2 3377 Anandapuram 50 8 3354 Baji Jun 10 3 2266 Balajinagar 1 9 3326 Bhogapuram 52 4 3334 Bheemunipatnam 28 10 3328 Chinagantyada 20 5 2261 Bhogapuram 21 11 3335 Chinamushidivada 18 6 2229 Boddam 34 12 3388 Chinna Waltair 3 7 2208 Bonangi 25 13 3339 Chinthapalli 146 8 2233 Bondapalli 18 14 3306 Chittivalasa 30 9 3357 Buchaiahpeta 83 15 3327 Dabagardens 3 10 2230 Budathanapalli 20 16 3319 G.Madugula 132 11 3361 Cheedikada 76 17 3309 Godicherla 96 12 2213 32 18 3346 Gunupudi 115 13 2252 8 19 3389 H.B.Colony 2 14 3349 Chodavaram 75 20 3320 Haripalem 47 15 3333 Chowduwada 65 21 3324 K.Agraharam 70 16 2202 Denkada 9 22 3332 K.D.Peta 115 17 3347 Devarapalli 57 23 3395 Kailasapuram 4 18 2267 Devupalle 26 24 3301 Kancharapalem 4 19 2278 Dharmapuri R 3 25 3364 Kasimkota 52 20 2280 Dharmavaram, Vizianagaram 28 26 3396 Kommadi 12 21 2254 23 27 3358 Kotavurutla – 3358 110 22 2206 Gantyada 13 28 3369 Kothakota, Vishakapatnam 115 23 2224 Garbham 42 29 3373 Kothur Jn, Pisinikadi 45 24 2239 Garividi 27 30 3315 Koyyuru 140 25 3329 Gavaravaram 67 31 3340 Kurmannapalem 25 26 3372 Govada 70 32 3331 Lankelapalem 30 27 2217 Govindapuram 30 33 3366 M Jagannadhapuram 52 28 2211 Gurla 15 34 3400 Maddilapalem 2 29 2279 Jagannadapuram@Jonnalavalasa 6 35 3322 Madhurawada 10 30 2219 Jami 18 36 3401 Maharanipeta 4 31 2275 Jarajapupeta 15 37 3375 Munchingputtu 162 32 2285 K L Puram 3 38 3362 Murali Nagar 8 33 3321 K.J.Puram 85 39 3383 Mvp Colony 3 34 3308 K.Kotapadu 53 40 3378 Nakkapally 70 35 2235 Konada 26 41 3386 Narava 20 36 2289 Kondakarakam 8 42 3374 Narsingabilli 58 37 2283 Kotha Agraharam 3 43 3337 Narsipatnam 90 38 2264 Kothapeta, Vznm 4 44 3318 Nathavaram 113 39 2207 Kottavalasa 55 45 3385 Nathayyapalem 18 40 2277 Kumaram 12 46 3380 Nehru Chowk, Anakapalli 42 41 2236 Kumili 15 47 3390 P.M.Palem 12 42 2245 Lakkavarapukota 34 48 3302 Paderu 112 43 3310 Madugula 93 49 3394 Pamulavaka 110 44 2231 Mentada 32 50 3305 Parawada 46 45 2240 Merakamudidam 47 51 3342 Payakaraopeta 100 46 2253 Mettapalli 37 52 3344 Pedabayalu 132 47 2238 Nellimarla 13 53 3393 Pedagantyada 22 48 3359 Padmanabham 16 54 3314 Pedagummuluru 91 49 2241 Pedamajjipalem 21 55 3370 Pedarachapalli Jn. 80 50 2288 Paul Nagar 3 56 3368 Peddaboddepalli 90 51 2281 Pedavemali 12 57 3403 R.K.Beach 4 52 2265 Pusapati Rega 21 58 3402 Railway New Colony 4 53 2284 Ramatheertham 14 59 3381 Rajugari Beedu, Payakaraopeta 100 54 3311 Ravikamatam 93 60 3384 Ramngar, Visakhapatnam 5 55 3336 Sabbavaram 52 61 3330 Rolugunta 115 56 3376 Sarepalli 60 62 3365 S.Rayavaram 78 57 2218 Sathiwada 21 63 3397 Sagarnagar 12 58 3312 Sontyam 31 64 3348 Satyavaram 115 59 2248 37 65 3350 Seetammadara 1 60 3379 Tallavalasa 27 66 3387 Seethampeta (Vsp) 2 61 2286 V T Agraharam 2 67 3317 Sirasapalli 35 62 3325 V.R.R.Peta 82 68 3355 Sriharipuram 25 63 2244 Vedullavalasa 40 69 3399 Sujathanagar 15 64 3341 Vemulavalasa 32 70 3307 Tallapalem 58 65 2225 Vepada 43

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 16 of 42

71 3316 Thummapala 42 66 2223 Vizianagaram 2 72 3392 Town Kotha Road 10 67 2263 Vzm Contonment 1 73 3367 Vempadu 95 68 2262 Vzm Dasannapeta 5

WARANGAL Kms WARANGAL Kms 1 5101 Aknepally 80 51 5128 Mulugu 45 2 5102 Akulavarighanpur 120 52 5129 Nallabelly 45 3 5103 Azamnagar 75 53 5130 Nan-Madur 35 4 5104 Bachannapet 80 54 5131 Nekkonda 45 5 5105 Balapala 75 55 5153 Ngos Colony 2 6 4122 Bayyaram 70 56 5167 Nidigonda 50 7 5164 Bheemaram 6 57 5132 Oorugonda 15 8 5106 Bhupalapally 75 58 5133 Palakurthy 60 9 5107 Budharaopet 45 59 5134 Parkal 35 10 5108 Challagarige 50 60 5135 Pasara 70 11 5149 Chelpur 67 61 5146 Raghunadhpalli 45 12 5151 D.P. O. Ext.Ctr. 1 62 5170 Raiparthy 30 13 5109 Damera 7 63 5173 Ramnagar 0 14 5172 Danthalapally 70 64 5154 Rangasipeta 16 15 5152 Dharmasagar 20 65 5136 Regonda 45 16 5159 Dornakal 85 66 5141 Sangem 30 17 5110 Ellanda 25 67 5175 Singarajupally 80 18 5142 Enugallu 30 68 5137 Tarigoppula 60 19 5111 Fort Warangal 9 69 5138 Tekumatla 76 20 4173 Garla 80 70 5139 Thorrur 40 21 5158 Gavicherla 20 71 5140 Venkatapur 60 22 5144 Ghanpur (Mlg) 70 72 4127 Venkatapuram 130 23 5112 Ghanpur(Station) 30 73 4143 Wazeed Nagaram 130 24 5163 Gopalapuram 5 74 5160 Yadav Nagar 4 25 5156 Gudur 55 75 5143 Zafferghad 45 26 6304 Gundala 75 27 5113 Hanamkonda 4 28 5147 Hasanparthi 10 29 5169 Hunter Road, New Sayampet, 5 30 5114 Janagaon 55 31 5155 Jangaon -II 55 32 5174 Julywada 4 33 5115 Kashibugga 8 34 5116 Kazipet 10 35 5117 Kesamudram 45 36 5148 Khanapur 50 37 5119 Korivi 70 38 5120 Kothapally Gori 65 39 5166 Kumarpally 4 40 5121 Lingala Ghanpur 65 41 5171 Machapur 25 42 5161 Madikonda, Khazipet 13 43 5157 Mahaboobabad - II 86 44 5122 Mahabubabad 86 45 5123 Mallampally 30 46 5124 Mallur 125 47 5150 Mamnoor Camp 14 48 5125 Mandapally 35 49 5126 Maripeda 60 50 5127 Mucherla 10

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 17 of 42

TYPE OF INVENTORY FOR REFILLING

The types of Fire Extinguishers now in branches are :

a) ABC Dry Chemical Powder – stored pressure type b) CO2 Gas Type – 4.5 Kgs c) CO2 Gas Type – 2.0 Kgs d) Water Stored pressure – 9 liters

QUANTITY OF INVENTORY EXISTING IN BRANCHES / OFFICES

LIST OF BRANCHES EXPIRING BEFORE 31.03.2020

Water Stored ABC Dry Chemical S. Total CO2 Type CO2 Type REGION pressure 9 Powder stored Total Branches 2 kgs 4.5 Kg No. Ltrs pressure type 1 ASHOKNAGAR 64 65 66 45 20 196 2 BHADRACHALAM 68 46 39 32 9 126 3 KHAMMAM 72 70 70 56 15 211 4 MAHABOOBNAGAR 73 56 74 51 23 204 5 NALGONDA 79 75 82 33 20 210 6 PARVATHIPURAM 58 44 59 50 4 157 7 SANGAREDDY 71 71 71 37 34 213 8 SRIKAKULAM 70 64 72 54 18 208 9 VISAKHAPATNAM 77 61 84 58 17 220 10 VIZIANAGARAM 68 42 75 52 5 174 11 WARANGAL 75 66 74 63 15 218 TOTAL 775 660 766 531 180 2137

LIST OF BRANCHES EXPIRING AFTER 31.03.2020

Water Stored ABC Dry Chemical CO2 Type CO2 Type S. REGION pressure 9 Powder stored Total 2 kgs 4.5 Kg No. Ltrs pressure type 1 ASHOKNAGAR 1 1 0 1 3 2 BHADRACHALAM 17 18 11 7 53 3 KHAMMAM 0 0 0 0 0 4 MAHABOOBNAGAR 0 0 0 0 0 5 NALGONDA 0 0 19 9 28 6 PARVATHIPURAM 0 0 0 0 0 7 SANGAREDDY 0 0 0 0 0 8 SRIKAKULAM 2 2 2 0 6 9 VISAKHAPATNAM 0 0 0 0 0 10 VIZIANAGARAM 0 0 0 0 0 11 WARANGAL 0 0 0 0 0

TOTAL 20 21 32 17 90

2. The agency will maintain the data sheet of fire extinguishers of each branch/office with details such as manufacturing date, type and capacity of extinguishers, location, date of refilling and next due date for refilling etc.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 18 of 42

They must ensure timely refilling/hydraulic testing of Fire Extinguishers. A copy of the Branch / Office wise data sheet of Fire Extinguisher will be provided to the Regional Office as well as to the concern Branch/Office. 3. HPT has to precede refilling in case of all the fire extinguishers since the refilling and HPT periodicity are same. Conventional Water-CO2 & DCP type and Stored pressured Water-CO2 and ABC type fire extinguishers will be Hydraulic Pressure Tested and refilled at the vendor’s workshop / authorized OEM’s workshop through the vendor. Hydraulic Pressure Testing (HPT) of the cylinders of CO2 gas type fire extinguishers will be got carried out at the OEM’s authorized HPT Centre / any other Authorized HPT Centres and Test Certificate issued by the Testing Centre shall be submitted to the Branch / RO while claiming charges for HPT. For HPT / refilling of all the fire extinguishers, the contractor will carry them to their workshops / Testing Centre only after exclusive permission of Branch Manager / Office in-charge.

4. In view of the conventional Water-CO2 and DCP fire extinguishers required to be refilled before their due date of refilling / HPT such as in the event of having been discharged to extinguish the fire or for any other reason, the refilling can be done onsite.

In similar cases, however, the Stored Pressure Type and CO2 gas type fire extinguishers will be required to be carried to the workshop for refilling since the same cannot be done onsite. In both the eventuality, since HPT will not be done, this must be noted importantly that only refilling charges will be payable. 5. The vendor/contractor will follow the norms and a procedure laid down in IS 2190:2010 certifications for refilling and maintenance of fire extinguishers. 6. The REFILLING / HYDRAULIC PRESSURE TESTING of extinguishers will be done as under:

Hydraulic Refilling Pressure S No Type of fire extinguisher Shelf Life Periodicity Test periodicity

1 Water-CO2 (Stored Pressure Type) 2 Years 2 Years 10 Years ABC Dry Chemical Powder 2 2 Years 2 Years 10 Years (Stored Pressure Type/modular) Carbon Di-Oxide (CO ) Gas – 2 Kg 3 2 3 Years 5 Years 15 Years & 4.5 Kg

(Note:- In case of CO2 type fire extinguishers, whenever it is empty or its weight is reduced by more than 20% from total weight for whatsoever reason, extinguishers will be refilled)

7. The vendor will carry fire extinguisher to his own workshop for the same purpose only after taking prior approval of the Branch Manager. The log sheet of hydraulic testing will be maintained by the vendor and shared with the Branch / Regional Office (Concerned Department) also. 8. The Vendor/contractor will strictly follow the periodicity for refilling of fire

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 19 of 42

extinguishers as per schedule and maintenance detail of fire extinguishers mentioned above and details of refilling / due date will be prominently mentioned on the sticker displayed on fire extinguishers. 9. The type and capacity for new fire extinguishers (whenever required) will be decided by the Regional Office and the new fire extinguishers must be BIS 15683:2006 certified. 10.Report of refilling must be accompanied with the HPT report (from the vendor

for all the fire extinguisher except CO2 gas type, HPT report of which will be provided by an authorized HPT centre). In case a fire extinguisher fails in hydraulic test, consequent requirement of new fire extinguisher will be projected to Regional Office and only after firm order new replacement fire extinguisher will be provided.

F) Refilling and Maintenance Procedure-

1. All fire extinguishers MUST be discharged / emptied at the site before being taken to the workshop for refilling of fire extinguishers. While discharging the Fire extinguishers at the Branch / Office, the demonstration of operation of every fire extinguisher will be given to staff members of the concerned Branch/ office. 2. Replacement of old gas cartridge and extinguishing media of the fire extinguisher must be carried out in conventional fire extinguisher. 3. Fire extinguishers taken for refilling must be returned within three days in case of Branches within municipal limits of centre and within seven days in case of all other Branches. 4. In case all the fire extinguishers are simultaneously due for refilling in a Branch / Office, the vendor will have to provide at least two fire extinguisher (one Dry Powder / ABC- 4Kg/6Kg and one Water CO2-9 liter type) in the Branch as substitute fire extinguisher for the period, the extinguishers of the Branch / office will be taken away to workshop for HPT / refilling. In case the Branch office is spread over more than one floor, two substitute fire extinguishers will be required to be provided on each floor. 5. In case the vendor is unable to return the fire extinguishers after refilling within due date, penalty upto 10% of the refilling cost per week of delay may be levied by the Bank. Repeated violations may result in termination of the contract and forfeiture of the EMD. 6. All fire extinguishers, refills and spare parts must confirm to performance and other specifications as laid down IS 15683:2006 and other relevant IS specifications amended from time to time by BIS. 7. The process of refilling will also include proper cleaning of interior and exterior of fire extinguishers, polishing the painted portion with wax polish, brass/gun metal parts with metal polish, chromium plated parts with silver polish and thorough washing of the plastic components with soap solution and sun drying them. 8. Record of refilling and HPT of all fire extinguishers shall be created Branch /

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 20 of 42

office wise building wise and a copy of it should be handed over to the Branch and also Regional Office.

9. Checking of nozzles, port hole, vent hole, cap assembly, syphon tube, safety pin/clip, discharge pipe etc, wall bracket / fire stand of fire extinguishers 10. Checking coloring of fire extinguisher, if required painting of the cylinder with prior approval of the Branch Manager; 11. Pasting of inspection card on the body of the extinguishers indicating the serial number, date of refilling, next due date for refilling, due date for hydraulic testing etc. 12. Ensuring that stickers mentioning the operating instructions of fire extinguishers are in good condition, legible and are facing outward; 13. Ensuring that the pressure gauge indicator is in operating range;

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 21 of 42

E-AUCTION PROCESS

SAMPLE BUISNESS RULE DOCUMENT

BUISNESS RULE DOCUMENT OF ONLINE E-TENDERING FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES IN 775 BRANCHES UNDER 11 REGIONAL OFFICES & HEAD OFFICE SPREAD IN TELANGANA & ANDHRA PRADESH

The The General Manager-I Andhra Pradesh Grameena Vikas Bank EMPLOYER NAME H.No.2-5-8/1, Ramnagar, Hanmakonda, Warangal District – 506001 State: Telangana

E-Procurement Technologies Ltd.(ETL) E-TENDERING B-705, Wall street II, Opposite Orient Club, Near Gujarat REVERSE AUCTION TO BE college, Ahmedabad- 380006, CONDUCTED BY Phone: 079-40016826 Website Details: https://sbi.abcprocure.com/EPROC

DATE & TIME OF As specified in the Tender REVERSE AUCTION

(A) Business rules for E-tendering (B) Terms & conditions of E-tendering (C) Process Compliance Statement (Annexure I) DOCUMENTS ATTACHED (D) Price Confirmation Letter (Annexure II) (E) Price break up (Annexure III) (F) Contact Information

Bidding in the last minutes and seconds should be avoided in the bidders own interest. Neither the Service SPECIAL INSTRUCTIONS Provider nor APGVB will be responsible for any lapses /failure on the part of the vendor, in such cases.

Important Note: As per the new Inter-operability guidelines released by Controller of Certifying Authorities (CCA), the Secured Socket Layer (SSL) certificate for an E-tendering application is generated on a new algorithm, SHA2. Also, the Digital Signature Certificates that will be applicable for these platforms have to be SHA2 algorithm compliant. For the same, the users have to ensure that they have Windows XP (SP3) / Windows Vista / Windows 7 installed in their respective PC / Laptop. In case of Windows XP service pack -3, if you get any issue you can install the SSL patch, which is available at our download section of our e-Tender/e-E-tendering Portal and also at our corporate website www.E-tenderingtiger.net just below the label of “Download”.

(A) Business rules for E-tendering:

Against this Enquiry for the subject item/system with detailed scope of work as per our specification, APGVB may resort to “E-TENDERING PROCEDURE” i.e. ON-LINE BIDDING on INTERNET.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 22 of 42

1. For the proposed reverse tendering (e-tendering), only the technically qualified vendors in the preliminary two bid tender process of APGVB in respective category shall be eligible to participate. 2. APGVB will engage the services of a service provider who will provide all necessary training and assistance before commencement of on-line bidding on Internet. 3. APGVB will inform the vendor in writing in case e-tendering, the details of service provider to enable them to contact and get trained. 4. Business rules like event date, closing and opening time etc. also will be communicated through service provider for compliance. 5. Vendors have to send the mail the compliance form in the prescribed format (provided by service provider) before start of E-tendering. Without this the vendor will not be eligible to participate in the event. 6. E-Reverse Auction (E-tendering) will be conducted on schedule date & time. 7. At the end of e-tendering event, the lowest bidder value will be known on the network. 8. The lowest bidder has to mail the duly signed filled-in prescribed format as provided on case- to-case basis to APGVB through service provider within 24 hours of E-tendering without fail. 9. The e-tendering will be treated as closed only when the bidding process gets closed in all respects for the item listed in the tender.

(B) Terms & conditions of E-tendering:

APGVB shall finalize the Tender through e-tendering mode. APGVB has made arrangement with M/s. E-Procurement Technologies Ltd, Ahmedabad(ETL) who shall be APGVB’s authorized service provider for the same. Please go through the guidelines given below and submit your acceptance to the same along with your Indicative Commercial Bid.

1. Computerized E-Reverse Auction (E-tendering) shall be conducted by APGVB, on pre- specified date, while the vendors shall be quoting from their own offices/ place of their choice. Internet connectivity and other paraphernalia requirements shall have to be ensured by vendors themselves. In the event of failure of their Internet connectivity, (due to any reason whatsoever it may be) it is the bidders’ responsibility. In order to ward-off such contingent situation bidders are requested to make all the necessary arrangements/ alternatives such as back–up power supply whatever required so that they are able to circumvent such situation and still be able to participate in the e-tendering successfully. Failure of power at the premises of vendors during the E-tendering cannot be the cause for not participating in the e-tendering. On account of this the time for the E-tendering cannot be extended and APGVB is not responsible for such eventualities.

2. ETL shall arrange to train your nominated person(s), without any cost to you. They shall also explain you all the Rules related to the E-tendering. You are required to give your compliance on it before start of bid process.

3. BIDDING CURRENCY AND UNIT OF MEASUREMENT: Bidding will be conducted in Indian currency & Unit of Measurement will be displayed in Online E-tendering. 4. BID PRICE: The Bidder has to quote the rate as per the Tender Document provided by Andhra Pradesh Grameena Vikas Bank or their appointed architects.

5. VALIDITY OF BIDS: The Bid price shall be firm for a period specified in the tender document and shall not be subjected to any change whatsoever.

6. At the end of the e-tendering, bidder has to provide the price confirmation letter & a detail break up for his lowest offer within 24 hour of closing of E-tendering as per the Annexure III & IV respectively.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 23 of 42

7. PROCEDURE OF E-TENDERING:

i. Online E-tendering :

Online e-tendering is open only to approved OEM or their authorized representative/Dealer having valid authorization letter. The bidder can bid, in the online e-tendering,

DURATION OF E-TENDERING: E-tendering as specified in the NIT. However, vendors are advised not to wait till the last minute to upload the price bid to avoid complications related with internet connectivity, network problems, system crash down, power failure, etc.

8. Successful vendor shall be required to submit the final prices, quoted during the E-tendering exactly in the format issued by APGVB/Service provider after the completion of E-tendering to APGVB, duly signed and stamped as token of acceptance without any new condition other than those already agreed to before start of E-tendering.

9. If no bid is received within the specified date & time, APGVB, at its discretion, may decide to / scrap the e-tendering process / proceed with conventional mode of tendering.

10. Your bid will be taken as an offer to execute the work as specified. Bids once made by you, cannot be cancelled / withdrawn and you shall be bound to supply as mentioned above at your final bid price. Should you back out and not supply as per the rates quoted, APGVB shall take action as appropriate.

11. LOG IN NAME & PASSWORD: Each Bidder is assigned a Unique User Name & Password by ETL. The Bidders are requested to change the Password after the receipt of initial Password from ETL. All bids made from the Login ID given to the bidder will be deemed to have been made by the bidder.

12. BIDS PLACED BY BIDDER: The bid of the bidder will be taken to be an offer to execute the work. Bids once made by the bidder cannot be cancelled. The bidder is bound to execute the work as mentioned above at the price that they bid. Should any bidder back out and not execute the work as per the rates quoted, APGVB / or ETL/shall take action as appropriate.

13. At the end of the E-tendering, APGVB will decide upon the winner. APGVB’s decision on award of Contract shall be final and binding on all the Bidders.

14. APGVB shall be at liberty to cancel the e-tendering process / tender at any time, before ordering, without assigning any reason.

15. APGVB/ETL shall not have any liability to bidders for any interruption or delay in access to the site irrespective of the cause.

16. Other terms and conditions shall be as per your techno-commercial offers and other correspondences till date.

17. You are required to submit your acceptance to the terms / conditions / modality (Technical bid given above) before participating in the e-tendering.

18. E-TENDERING WINNER: At the end of the E-tendering, APGVB will evaluate all the bids submitted and will decide upon the winner.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 24 of 42

19. OTHER TERMS & CONDITIONS:

a. The Bidder shall not involve himself or any of his representatives in Price manipulation of any kind directly or indirectly by communicating with other suppliers / bidders.

b. The Bidder shall not divulge either his Bids or any other exclusive details of APGVB to any other party.

c. APGVB’s decision on award of Contract shall be final and binding on all the Bidders.

d. APGVB along with ETL can decide to extend, reschedule or cancel any E-tendering.

e. ETL shall not have any liability to Bidders for any interruption or delay in access to the site irrespective of the cause.

f. ETL is not responsible for any damages, including damages that result from, but are not limited to negligence. ETL will not be held responsible for consequential damages, including but not limited to systems problems, inability to use the system, loss of electronic information etc. N.B. - All the Bidders are required to submit the Process Compliance Statement (ANNEXURE - VII) duly signed to M/s E-Procurement Technologies Ltd, Ahmedabad.

- All the bidders are requested to ensure that they have a valid digital signature certificate well in advance to participate in the online tendering

1. The lowest bidder has FAX / EMAIL the duly signed filled-in prescribed format as provided on case-to-case basis to APGVB through service provider within 24 hours of auction without fail. 2. The e-reverse auction will be treated as closed only when the bidding process gets closed in all respects for the item listed in the tender. 3. The price quoted by the bidder in the Indicative price bid will be an indicative price for the respective item. The tenders received by the APGVB will be evaluated and e-Reverse auction will be conducted over the reserved price fixed by the AOGVB. After the closure of e-Reverse auction, the lowest bidder has to submit the Price confirmation letter & detailed breakup for his offer (in the same format of ‘Revised Indicative Price Bid’) containing the final rates of all the items calculated by multiplying all the rates quoted by them against each item in the indicative price bid with ‘K’ factor. Please note that ‘K’ factor is the ratio of the total amount quoted by the lowest bidder through e-Reverse auction and the total amount quoted by him in the indicative price bid. 4.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 25 of 42

ANNEXURE – I

DETAILS OF DDs BEING COST OF TENDER DOCUMENT & EMD

(The bidders are required to print this on their company’s letter head and sign, stamp before emailing)

The, The General Manager-I Andhra Pradesh Grameena Vikas Bank H.No.2-5-8/1, Ramnagar, Hanmakonda, Warangal District – 506001 State: Telangana

Dear sir,

We refer to the Tender No.31 dated 27/02/2020 and herewith submit the details of Tender Cost & EMD enclosed.

1. DETAILS OF COST OF TENDER DOCUMENT-

A. NAME OF THE ISSUING BANK - ______

B. Demand Draft (DD) No. - ______

C. AMOUNT - Rs.1000.00

D. PAYABLE AT - WARANGAL

2. DETAILS OF EARNEST MONEY DEPOSIT

A. NAME OF THE ISSUING BANK - ______

B. Demand Draft (DD) No. - ______

C. AMOUNT - Rs.20000.00

D. PAYABLE AT -WARANGAL

Yours sincerely,

Signature with company seal Name:

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 26 of 42

ANNEXURE – II

Contract for Supply & Refilling of Fire extinguishers for branches in Eleven Regional Offices & Head Office of Andhra Pradesh Grameena Vikas Bank

TECHNICAL BID

M/s______

Basic Information Sr. Particulars Details M/s

______Name of the Phone No:- ______Vendor/Contractor

/ Company/Firm ______01 Mobile No:- and address of the registered office:------E-mail ID:- ______Website, if any:- Date and year of establishment (enclose 02 ____/____/______documentary evidence) Type of the organization (whether sole 03 proprietorship, partnership, private ltd. or Co-operative body etc.) Name of the proprietor/partners /Directors of application with address and phone no. (in case) 04 a. b. c. Details of registration - whether partnership firm, company etc. Name of 05 registering authority, Date and Registration number. (enclose documentary evidence) Whether the firm has worked for the Public 06 Sector Banks/ Private Banks / RRBs / other banks if so, give details. No. of years of experience in the relevant 07 ______Years field. (enclose certificate) Address of office and technical staff who 08 will carry out the service/maintenance work. Adequate and satisfactory evidence to indicate financial capacity of the applicant 09 to undertake the said works with names of bankers and their full addresses. (Income

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 27 of 42

Tax Clearance Certificates for last three FYs the last being for the year 2017 to 2019 - Yearly turnover of the organization during Rs.______for 2016-17 last three years(year wise)- as certified by 10 Rs.______for 2017-18 the chartered accounted (enclose copy of Rs.______for 2018-19 balance sheet of last 03 years) Permanent A/c No 11 PAN CARD No. (Enclose copy of PAN Card) Whether contractor/vendor is having dealership/certificate from Fire 12 Extinguisher Manufacturer (OEM) for last three years. (If yes, enclose certificates) GST Registration details 13 GSTIN No: (Enclose a copy of certificate) Is the bidder an Original Equipment Manufacturer (OEM)? If yes, enclose valid 14 BIS certificates pertaining to the Brand and the products. If the bidder is an authorized dealer of any licensed OEM, copy of the authorization letter / dealership from OEM mentioning details, such 15 as Brand and products should be enclosed. Copies of valid BIS certificates / licenses issued for the Brand and products to the OEM should also be enclosed. Declaration regarding near relatives 16 working in the Bank If the bidder is not BLACK LISTED during the last three years, should submit a Self-

17 Declaration on their letter head to that effect

16. Details of previous/existing contracts of maintenance / refilling / supply with Bank(s) (Copy of each work order to be enclosed) Work No.of Contract Estimate Brief details of Name of the order Branches period Sr d work dispute with the Bank No. contracte (From – value Bank (if any) & date d To)

17. Work performance certificate from the existing clients (Copy of satisfactory performance to be enclosed from at least one of the existing clients giving the details of the period of contract, estimated value, number of Branches and opinion on performance. The letter must contain the name & contact details of the issuer for verification, if needed)

Phone No:- ______E-mail :- ______Mobile No:- ______Website, if any:- ______

(Signature of Bidder with seal of Firm)

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 28 of 42

ANNEXURE - III

O.E.MANUFACTURERS AUTHORISATION FORM (In Original Letter Head of OEM) (To be mandatorily submitted along with the Technical Bid document)

To The General Manager, Andhra Pradesh Grameena Vikas Bank Head Office : Warangal

Dear Sir,

Subject: Direct Manufacturers Authorization for the Installation

Name of Work: ______

We M/s …………………………………………………………………………………………..……. an established and reputable manufacturer of professional..………………………………………………………….. ………………………………………………………………………………………….(Product/s) having Corporate /Registered office at ………………………………………………………………………..…. do hereby authorize M/s ……………………………………………………………………………………………………as our Distributor to submit the above bid ______dated ___/___/2020 and subsequently negotiate and sign the contract with you for the supply of goods manufactured by us.

We hereby confirm and extend our full guarantee and warranty for 3 years as per standard service procedure for the products offered for supply by the above firm only against the invitation for bids ______dated ___/___/2020 and only duly authorize the said firm to act on our behalf in fulfilling any or all installation, technical support and maintenance obligation as required by the contract. Also undertake to carry out refilling for the contract period of three years and Defect Liability Period free of cost".

Yours faithfully,

For M/s ……………………………………………………………

______Signature of Officer Authorized to sign this Document on behalf of the OEM

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 29 of 42

Annexure - IV Date: ___/03/2020 To, The General Manager, Andhra Pradesh Grameena Vikas Bank H.No.2-5-8/1, Ramnagar, Hanmakonda, Warangal District – 506001 State: Telangana LETTER OF INTENT Dear Sir,

TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES IN 775 BRANCHES UNDER 11 REGIONAL OFFICES & HEAD OFFICE SPREAD IN TELANGANA & ANDHRA PRADESH I/ We refer to the Notice Inviting e-Tender issued by you for the captioned work.

1. I/ We do hereby offer to perform, provide, execute, complete and maintain the works in conformity with Bill of Quantities, Specification, General and Special conditions of Contract, Instruction to Tenderers, etc. as contained in the tender documents for the sum as arrived and filled, at the respective rates quoted by me/us in the Schedule of Quantities and/or at any other sum and rate subsequently negotiated and accepted / agreed by the Bank and me/us.

2. I/ We have satisfied myself / our self as to the Scope of Work, examined site distances & operation, and all aspects of tender documents / conditions and are acceptable to us. I/We do hereby agree, should this tender be accepted in whole or in part, to, A. Abide by and fulfill the terms, conditions and provisions of tender documents annexed hereto B. Complete the work within stipulated completion time at no extra cost to the Bank

3. I/We understand that the Earnest Money Amount as mentioned in the NIT which amount is not to bear any interest. Should I / We fail to execute the Contract when called upon to do so I / We do hereby agree that this sum shall be forfeited by me/us to APGVB. Technical bid without EMD shall be summarily rejected & the price bid shall not be opened.

4. Amount, if any, to be deducted from Bills and total amount to be retained: Final Security Deposit shall be 4% of the final value of the work. Out of this 2% of tender value (i.e. tender amount) in the form of Initial Security Deposit(ISD) which includes the EMD. Balance security deposit (i.e. 4% of final value of work - less 2% of tender value already deposited as ISD) towards the work shall be deducted from the final bill payment by way of retention money.

5. Time allowed for completion will start from the date of written order to commence the work : as specified in tender

I/We hereby confirm and certify that the information given above is correct and true and the enclosures annexed herewith are genuine to the best of my / our knowledge and understand that if any stage it is found / noticed by the Bank that any information thus provided by us is untrue / incorrect partly or fully and in case of receipt of adverse / unsatisfactory report from other clients / Bankers, the Bank may not consider our application and / or may de-list us and / or may take any appropriate action against us.

I/We are authorized to sign and submit these documents for pre-qualification.

______(Signature of Bidder with seal of Firm)

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 30 of 42

NAME AND VALUE OF MAJOR WORKS COMPLETED DURING THE LAST 7 YEARS ANNEXURE - V 1. 1 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Stipulated Litigation/ Date of No. of Date of Name and address Name of Owner Cost of Date of Arbitration Agreement Scope of Branches commencement with contact No. of S. work/ or project completion Pending / In with work where as per contract Officer of client to Remarks No. project & sponsoring work in & Actual progress the executed refilling is & actual date of whom reference shall location organizations Crores date of with details (if owner done commencement be made completion any)

Notes: 1. Information has to be filled up specifically in this format only. Please do not write remark “As indicated in Brochure /Attached Documents”. 2. Date shall be reckoned as on 31.05.2018. 3. For certificates, the issuing authority shall not be less than an Executive Engineer or equivalent in charge of the relevant work /project.

Furnish the names of three responsible clients/persons to whom the highest value of three major works carried out by the applicant with address and telephone number who will be in a position to certify about the quality as well as past performance of your organization.

NAME OF THE OFFICIAL ORGANISATION & ADDRESS CONTACT NUMBERS

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 31 of 42

ANNEXURE - VI

NAME & VALUE OF OTHER WORKS ON HAND

Name & full postal address of the owner. Contract amount Name of Specify whether Govt. under taking along with Stipulated time Any other (Rs.) with copy of Present status Sl work/project name, address and contact Nos. of -2- of completion relevant Work Order from of the project no with address persons (Engineers or top officials of the (Months) information project in-charge organization)

Notes: 1. Information has to be filled up specifically in this format only. Please do not write remark “As indicated in Brochure /enclosed documents”.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 32 of 42

ANNEXURE - VII PROCESS COMPLIANCE STATEMENT

(The bidders are required to print this on their company’s letter head and sign, stamp before emailing)

To, E-Procurement Technologies Ltd.

AGREEMENT TO THE PROCESS RELATED TERMS AND CONDITIONS FOR THE ONLINE E-TENDERING FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF FIRE EXTINGUISHERS AND REFILLING OF EXTINGUISHERS

Dear Sir,

This has reference to the Terms & Conditions for the E-tendering mentioned in the Tender document. This letter is to confirm that:

1) The undersigned is authorized representative of the company. 2) We have studied the Commercial Terms and the Business rules governing the E- tendering as mentioned in RFP of APGVB as well as this document and confirm our agreement to them. 3) We also confirm that we have taken the training on the E-tendering tool and have understood the functionality of the same thoroughly. 4) We confirm that APGVB and ETL shall not be liable & responsible in any manner whatsoever for my/our failure to access & bid on the e-E-tendering platform due to loss of internet connectivity, electricity failure, virus attack, problems with the PC, any other unforeseen circumstances etc. before or during the E-tendering event. 5) We also confirm that we have a valid digital signature certificate issued by a valid Certifying Authority. 6) We also confirm that we will mail the PRICE CONFIRMATION & PRICE BREAK UP of our quoted price as per ANNEXURE-VIII & IX within 24 hour of the completion of the e-tendering and the format as requested by APGVB / ETL

7) We, hereby confirm that we will honor the Bids placed by us during the E-tendering process. With regards,

Date: Signature with company seal Name: Company / Organization: Designation within Company / Organization: Address of Company / Organization: Scan it and send to this Document on ------

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 33 of 42

ANNEXURE - VIII

E-PRICE CONFIRMATION LETTER (The bidders are required to print this on their company’s letter head and sign, stamp before emailing)

To,

E-Procurement Technologies Ltd. B-705, Wall street II, Opposite Orient Club, Near Gujarat college, Ahmedabad- 380006, Phone: 079-40016826

AGREEMENT TO THE PROCESS RELATED TERMS AND CONDITIONS FOR THE ONLINE E- TENDERING FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF NEW FIRE EXTINGUISHERS & REFILLING OF THE EXISTING

E-tendering Date: ____/____/2020

Dear Sir,

We confirm that we have quoted Rs.------Rupees ______

______only)

Thanking you and looking forward to the valuable order from APGVB.

Yours sincerely,

For ______(Company Name)

______Signature of the Authorized Person/Official

Name: Company: Date: Seal:

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 34 of 42

ANNEXURE - IX

PRICE BREAK UP

Price Break up

As per tender document

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 35 of 42

AGREEMENT - X

ARTICLES OF AGREEMENT (On non-judicial Stamp Paper of Rs.200/-)

ARTICLES OF AGREEMENT made on ____/____/2020 (date) between Andhra Pradesh Grameena Vikas Bank, having its office at Warangal, hereinafter called "the Bank" of the One Part and M/s ______having their office at ______

WHEREAS the Bank is desirous of : 1. Testing & Refilling of the existing Fire extinguishers located in all branches of the Bank 2. Purchasing New Fire extinguishers as clearly spelt out in the Tender Document and has given the scope of work and specifications describing the work to be done.

AND WHEREAS the Contractor/Vendor has agreed to execute upon and subject to the Conditions set forth herein and to the Conditions set forth herein in the Special Conditions and in the Schedule of Quantities and Conditions of Contract (all of which are collectively hereinafter referred to as “the said conditions”), the works shown upon, and/or described in the said Specifications and included in the Schedule of Quantities at the respective rates therein set forth amounting to the sum as therein arrived at our such other sum as shall become payable there under (hereinafter referred to as “the said Contract Amount”)

NOW IT IS HEREBY AGREED AS FOLLOWS: 1) In consideration of the said Contract Amount to be paid at the times and in the manner set forth in the said Conditions, the Contractor/Vendor shall upon and subject to the said Conditions execute and complete the work shown upon and described in the said Specifications and the priced Schedule of Quantities.

2) The Employer shall pay to the Contractor/Vendor the said Contract Amount, or such other sum as shall become payable, at the times and in the manner specified in the said Conditions.

3) The term “the Architects” in the said Conditions shall mean the said (------), or in the event of their ceasing to be the Architects for the purpose of this Contract

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 36 of 42

for whatever reason, such other person or persons as shall be nominated for that purpose by the Employer, not being a person to whom the Contractor shall object for reasons considered to be sufficient by the Employer, PROVIDED ALWAYS that no person or persons subsequently appointed to be Architects under this Contract shall be entitled to disregard or overrule any previous decisions or approval or direction given or expressed in writing by the outgoing Architects for the time being.

4) The said Conditions and Appendix thereto shall be read and construed as forming part of this Agreement, and the parties hereto shall respectively abide by submit themselves to the said Conditions and perform the Agreements on their part respectively in the said Conditions contained.

5) The Plans, Agreements and Documents mentioned herein shall form the basis of this Contract.

6) This Contract is neither a fixed lump-sum contract nor a piece work contract but a contract to carry out the work in respect of the entire project to be paid for according to actual measured quantities at the rates contained in the Schedule of Quantities and Rates or as provided in the said Conditions.

7) The Contractor shall afford every reasonable facility for the carrying out of all works relating to civil, interior installation, fittings, and other ancillary works in the manner laid down in the said Conditions, and shall make good any damages done to walls, floors, etc. after the completion of his work.

8) The Employer/APGVB reserves to itself the right of altering the specifications and nature of the work by adding to or omitting any items of work or having portions of the same carried out without prejudice to this Contract.

9) Time shall be considered the essence of this Contract and the Contractor hereby agrees to commence the work soon after the issue of formal work order as provided for in the said Conditions, and to complete the entire work as specified in the tender subject to nevertheless to the provisions for extension of time.

10) All payments by the Employer under this Contract will be made only at Warangal.

11) All disputes arising out of or in any way connected with this Agreement shall be deemed to have arisen at Warangal and only the Courts in Warangal shall have jurisdiction to determine the same.

12) The Contractor will provide warranty of 1 year on New Fire Extinguishers supplied and a Refilling service contract for Three years for the entire Bank.

12) That the several parts of this Contract have been read by the Contractor and fully understood by the Contractor.

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 37 of 42

IN WITNESS WHREOF THE EMPLOYER and the Contractor have set their respective hands to these presents and two duplicates hereof the day and year first hereinabove written.

SIGNATURE CLAUSE

SIGNED AND DELIVERED by the (Employer)

Employer Signature of EMPLOYER / BANK Name :

Designation: General Manager Address:

Witness - 1 Signature of Witness - 1 Name : Designation & Address: Phone:

Witness - 2 Signature of Witness - 1 Name : Designation & Address: Phone:

SIGNED AND DELIVERED by(If the Contractor is a Partnership Firm or an Individual, should be signed by all partners or by duly authorized person on behalf of all partners)

Contractor / Partners Signature of Contractor / Authorized person Name :

Designation: Address: Phone: Contractor / Partners Signature of Contractor / Authorized person Name :

Designation: Address: Phone:

Witness - 1 Signature of Witness - 1 Name : Designation: Phone:

Witness - 2 Signature of Witness - 1 Name : Designation: Phone:

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 38 of 42

ANDHRA PRADESH GRAMEENA VIKAS BANK (A Government of Undertaking) Head Office :: WARANGAL (Sponsored by APGVB)

Planning & Development Department

NOTICE INVITING TENDERS

(FROM MANUFACTUERS/APPROVED DEALERS ONLY) Proof of dealership to be enclosed along with the Tender document

VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS TENDER No IN BRANCHES AND OFFICES IN 775 BRANCHES UNDER 11 REGIONAL OFFICES & HEAD OFFICE SPREAD IN TELANGANA & ANDHRA PRADESH 31 IN TWO BID SYSTEM THROUGH E-TENDER 27.02.2020 (E-REVESRE AUCTION)

Last date for receipt of tenders 23.03.2019 till 12.00 Noon

Tenders will be opened on 23.03.2019 at 12.30 PM

INDICATIVE

FINANCIAL BID

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 39 of 42

ANNEXURE - XI Contract for Supply & Refilling of Fire extinguishers for branches in Eleven Regional Offices & Head Office of Andhra Pradesh Grameena Vikas Bank

INDICATIVE FINANCIAL BID

Name of the Vendor/Contractor/Company/Firm: ______

PART – 1 - INDICATIVE RATES/PRICES FOR REFILLING

Comprehensive contract for refilling and maintenance of all types of fire extinguishers installed in the Branches/offices to include gas cartridges wherever required, extinguishing medium of appropriate quantity, labour charges, HPT Charges, travelling and transportation charges for carrying the extinguishers from Branch Office to testing refilling centres and back and all other taxes, charges EXCEPT GST and cost of spares, if any.

Refilling rate Rate for HPT Estim- Total Cost of per Unit per Unit Type & Capacity ated Nos. refilling & HPT Excluding Excluding Sr (volume/weight) of Excl GST ₹ Fire extinguishers GST ₹ GST ₹ (A) (B) (c) [A X (B+C)]

a. Water-CO2 Stored 1 680 pressure - 9 Litres a. DCP Conventional –

2 5 Kgs a. ABC Stored Pressure -

4 Kgs b. ABC Stored Pressure -

6 Kgs

a. CO2 Gas type - 2 Kgs 563 4

5 c. CO2 type Fes – 4.5 Kgs 197 SUB TOTAL (Part-1)

(Amount in Words)

( Note:- The nos. of fire extinguishers mentioned above are estimated and may vary depending upon both, the future requirements / redundancies)

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 40 of 42

ANNEXURE - XI

PART – 2

INDICATIVE RATES FOR SUPPLY OF NEW FIRE EXTINGUISHERS

Supply including installation of various types of fire extinguishers such as water CO2, ABC, CO2, modular powder based etc as mentioned in the columns below:

Unit Rate Total cost Quantity S Capacity excluding excluding Type of FEs No. (Volume/Weight) (A) GST ₹ GST ₹ (B) (A X B) Stored pressure 1 Water- CO2 - 9.0 Litres Stored pressure

ABC Powder - 4 Kgs 2 type Stored pressure - 6 Kgs 2.0 Kgs

3 CO2 Gas Type 3.0 Kgs

4.5 Kgs

Modular ABC Stored pressure – 4 Powder 5.0 Kgs

SUB TOTAL (Part-2)

TOTAL BID VALUE

S. Description Amount No 1 Total cost of refilling (Sub-total of Part - 1) Total cost of supply & installation 2 (Sub-total of Part - 2) TOTAL (in figures)

Total (in words)

______Date: ___/___/2020 (Signature and Seal)

Place:______

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 41 of 42

ANNEXURE - XII

Contract for Supply & Refilling of Fire extinguishers for Branches and Offices in APGVB

Name of the Vendor/Contractor/Company/Firm:______

Indicative Rates of Spare Parts / Accessories

Mention the Variant S (wherever applicable) Unit rate Item No Plastic / MS / Steel / ₹ Brass 01 Cap assembly 02 Siphon tube 03 Hose pipe 04 Safety pin/clip 05 Pressure gauge 06 Discharge horn

07 CO2 opening valve DCP/ABC powder ( BIS marked 08 only) 09 Squeeze grip handle 10 Cap washer 11 Wall bracket 12 Painting/coloring TOTAL Note : 1. Separate rates for Plastic / MS / Steel / Brass variants for an accessory to be mentioned, wherever applicable 2. All quoted rates should be exclusive of GST 3. Rates of spares / accessories will not be considered for deciding Lowest Bidder 4. Rates of spares / accessories as quoted by the bidder will be further rationalized by the Bank in consultation with the bidder keeping in view the quotes for the same received from other bidders and the rationalized rates will be acceptable to the bidder.

______Date: ___/___/2020 (Signature and Seal)

Place:______

______TENDER FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS IN BRANCHES AND OFFICES Page 42 of 42