TECHNO- COMMERCIAL BID

Size: px
Start display at page:

Download "TECHNO- COMMERCIAL BID"

Transcription

1 BALMER LAWRIE & CO. LTD SBU - LOGISTIC INFRASTRUCTURE CONTAINER FREIGHT STATION P-3/1, Transport Depot Road Kolkata TECHNO- COMMERCIAL BID Sub: Tender for Supply and Installation of Pallet Racking System (without panels) to new site AND Upgradation of Existing Pallet Racking System for warehousing business unit at P-43, Hide Road Extn, Kolkata NIT No: BL-LI-KOL/WAREHOUSE -RACKS/13-14 Dated 12/09/2013 DUE DATE : 24/09/2013, TIME :3.00PM

2 NOTICE INVITING TENDERS (NIT) Sub: Tender for Supply and Installation of Pallet Racking System (without panels) to new site AND Upgradation of Existing Pallet Racking System for warehousing business unit at P-43, Hide Road Extn, Kolkata Online Two Bid tender is invited from Manufacturer for above mentioned Racking System at Warehousing Unit, P-43, Hide Road Extension, Kolkata , through our eprocurement portal available at our web site or directly 2. Registration on e-proc portal For registration and online bid submission bidders may contact HELP DESK of C1India Pvt., Ltd. details of which is available at our web-site mentioned above or they can register themselves online by logging in to the website through 3. Digital Certificate authentication: The bidder shall authenticate the bid with his Digital Certificate for submitting the bid electronically on e-procurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the e-procurement platform. All the bidders who do not have digital certificates need to obtain Digital Certificate. They may contact help desk of C1 India Pvt. Ltd. 4. Submission of Hard copies: The bidder shall invariably furnish the original Demand Drafts towards EMD to the tender inviting authority before bidding so as to reach before the due date and time of the tender either personally or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of bidder. The Company shall not take any responsibility for any delay or non-receipt of the same. Documents like Copy of Work Orders, Balance Sheets etc. may be uploaded along with e-bid or submit the same physically at our office along with EMD. If any of the documents furnished by the bidder is found to be false/fabricated/bogus, the bidder is liable for black listing, forfeiture of the EMD, cancellation of work and criminal prosecution. The bidder is requested to get a confirmed acknowledgement from the Tender Inviting Authority as a proof of Hardcopies submission to avoid any discrepancy. 5. Deactivation of Bidders: The bidders found defaulting in submission of hard copies of original Demand Drafts for EMD and other documents to the Tender Inviting Authority on or before the stipulated time in the Tender will not be permitted to participate in the Tender.

3 SCOPE OF WORK Supply and Erection of Pallet Racking System (without panels) to new site as per drawing (Drg/Rack-1) AND Upgradation of Existing Pallet Racking System by Supplying Heavy Duty panel for existing racking system, relocating of existing racks at new positions as per attached drawing(drg/rack-2) & new row of Heavy Duty Shelving System(with panels)for warehousing business at P-43, Hide Road Extn, Kolkata CONTACT PERSON For any clarification / queries you may please contact Mr. Gautam Paul, Sr.Manager (Tech & Comm), Balmer Lawrie & Co. Ltd., CFS, Kolkata, Phone : (033) / SELECTION OF SUCCESSFUL BIDDER: Qualified bidder based on over all L-1 contract value for entire Price Schedule items shall be considered as successful bidder. Bids of any tenderer may be rejected if a conflict of interest between the bidder and Company(Balmer Lawrie) is detected at any stage Please acknowledge receipt and confirm your participation in this tender. Thanking you, Yours faithfully, for BALMER LAWRIE & CO. LTD. (Gautam Paul) Sr.Manager(Tech & Comm)

4 General Terms and Conditions (Ref : NIT No: BL-LI-KOL/WAREHOUSE -RACKS/13-14 Dated 12/09/2013) 1) Brief Description of Work a. Supply and Installation of Racking system in new site as per specification given in Annexure enclosed and drawing (BL/WD-HRC/ STORE SPACE-1) attached. b. Upgradation of existing Racking Systems including relocating exiting ones and Supply installation of a new rows of Racks as per drawing-( BL/WD- HRC/ STORE SPACE-2) attached. 2) Pre-Qualification Criteria a) Payment of Earnest Money Deposit of Rs.20, by Demand draft payable in favour of Balmer Lawrie & Co Ltd b) The firm should have executed at least five similar or related works during the past five years. Proof to be attached. c) The firm shall submit stability & design certificate for the system approved by premier institute like Indian Institute of Technology 3) VALIDITY OF THE OFFER AND RATES The tender shall remain valid for 120 days from the due date of the tender. For successful bidder the rate quoted should be firm till completion of work and no revision in the rates would be allowed during the contract period. 4 ) TAXES & DUTIES Vendor shall quote for Basic rates only. However, they shall clearly mention the applicability of ED, VAT/CST & Service Tax and the prevailing rates for such taxes. Please attach a statement sheet providing these Tax details and to be upload in eproc site and submitt to BL office along with EMD & other hard copies as asked for. 5) EARNEST MONEY DEPOSIT The bidder shall be required to submit an Earnest Money Deposit of Rs 20,000/- (Rupees Twenty Thousand Only) by way of Bank draft in favour of Balmer Lawrie & Co. Ltd drawn on any Scheduled Bank and the same shall be returned to unsuccessful bidder after finalisation of tender.

5 If the successful bidder is unable to accept or execute orders when placed upon him or fails to execute Performance Guarantee or withdraws or revises his quoted prices within the validity period of his tender after placement of the order/letter of acceptance his earnest money deposit shall be forfeited. 6) Retention Money 5% of the total bill value will be withheld as Retention Money and will be released after completion and acceptance of work against issue of bank guarantee of the equal amount for the defect liability period and performance maintenance period, which shall be twelve months from the date of completion of work. 7) PAYMENT TERMS 50% payment will be made immediately on receipt of material at our site. Balance payment would be made within 15 days after satisfactory completion of work duly certified by the concerned officer in charge after deduction of 5% Retention Money as per clause 5 of General Terms & Conditions. Income Tax/Sales Tax, etc if any applicable will be deducted from the bills as per the statutory regulations. 8) PENALTY DUE TO NON-PERFORMANCE Successful bidder shall post their representative for supervising the above work. In case any work allotted is not completed on time or there is delay in completing the work, the company will be forced to get the work done through some other agency and the amount incurred for the same will be recovered from the contractor. 9) CONTRACTORS RESPOSIBILITY The successful bidder shall post their representative to supervise the safe and smooth functioning of the above work. While it shall be the liberty of the contractor to engage any personnel deemed fit to carry out the jobs under the contract, it shall be necessary on the part of the Contractor to make prior assessment of the number of personnel required in the premises of the company. All persons engaged by the contractor should have necessary identity card issued by contractor and duly certified by Balmer Lawrie & Co Ltd. The contractor will be responsible for the welfare and discipline of his employees inside the company premises. The contractor shall undertake to comply with all statutory regulations, like ESI Act, PF Act, Bonus Act, Gratuity Act, Minimum Wages Act, Factories Act, Contract Labour Act, etc. or any other act that may be applicable for employment of their workmen. Any expenses incurred by Balmer Lawrie & Co Ltd., under the regulations will have to be reimbursed by contractor. The contractor will be the ultimate employer of their personnel and they shall supervise the work of the men engaged by for deliverance and performance of the contract. The contract shall be strictly between the company and the contractor.

6 The contractor shall at their expense comply with all the labour laws and keep Balmer Lawrie & Co. Ltd indemnified in respect thereof. The contractor should comply with all rules and regulations of the State of West Bengal Labour Board or any other Statutory body / bodies as required. 10) SUBLETTING OF WORK No part of the contract or any share or interest therein shall in any manner or degree be transferred, assigned or sublet by the contractor directly or indirectly to any person, firm or corporation without written consent from Balmer Lawrie & Co. Ltd. 11) ADDITION AND ALTERATION OF TERMS AND CONDITIONS As and when necessity arises, Balmer Lawrie & Co. Ltd reserves the right to add/alter terms and conditions of the Contract in consultation with the Contractor for effective operation. 12) SAFETY TO COMPANY S PROPERTY The contractor should ensure that during the time of operation there is no damage to the property/personnel of Balmer Lawrie & Co. Ltd. In the event of such damage, it will be repaired / replaced by the company at the risk and cost of the contractor. 13) COMPLETION PERIOD The entire materials shall be delivered not later than 7 weeks of our placement of Order and Installation & Commissioning of Racking system should be completed within 2 weeks of handing over the site. 15) ACCEPTANCE OF TENDER The Company reserves the right to accept or reject the offer without assigning any reasons whatsoever. Balmer Lawrie & Co. Ltd also reserves the right to place order for full or part of work as indicated herein. 16) ARBITRATION Any dispute or difference under this Contract shall be referred for adjudication at Kolkata to a sole arbitrator to be appointed by the Managing Director of Balmer Lawrie & Co Ltd and the provisions of Arbitration and conciliation Act 1996 including any statutory modifications or enactment thereof shall apply to the arbitration proceedings. The fees of the arbitrator if any shall be paid equally by both the parties. ACCEPTED ALL TERMS AND CONDITIONS FROM SL NO.1 TO 15 AS STATED ABOVE. Seal of the company Signature Date Name

7 Designation ANNEXURE-I SPECIFICATIONS FOR MATERIALS AND PROCESSES (Ref : NIT No: BL-LI-KOL/WAREHOUSE -RACKS/13-14 Dated 12/09/2013) Assembly All Components are to be assembled through bolting and no Welding is allowed at site. Raw Material Hot Rolled sheets of steel conform IS 2062 / IS 5986 / IS or equivalent Tubes conform IS 1239 / IS 1161 or equivalent All fasteners like nuts, bolts, etc., should be supplied conforming industrial atmosphere. Vendor must submit necessary test certificate for Raw material being used for this work to verify the authenticity. Paints & Surface Treatment A key factor, which affects the long-term performance of the product in terms of durability and aesthetic appearance, is the technology involved in the surface preparation and finish of the components. DRAWING NO:BL/WD-HRC/ STORE SPACE-1 1. New Pallet racking System A TYPE Uprights 1. Usage : Vertical load bearing multibend profile designed to offer maximum load carrying strength with optimum surface utilisation, ensuring high standards of stability and safety. It transfers the load to the ground via grouted base plates. 2. Design Criteria : BS 5950 Part (V) and SEMA Guidelines. 3. Configuration : Common upright systems have been proposed as shown in the drawing. 4. Manufacturing: Roll formed construction made in single piece without welding. Process of punching and forming in one flow and in a synchronized operation, hence providing dimensional accuracy and uniform and consistent contour. 5. Flexibility : Slots at every 50 mm enabling warehouse user utilise height optimally, face hole dia 11mm, to

8 adapt to ever changing SKU sizes. 6. Fixity: Bolted with base plates to transfer the load to the ground. 7. Profile : Omega profile with 8 bends. 8. Material Quality : Minimum yield strength 355 MPa. 9. Finish : Epoxy Polyester powder coated. Diagonal and Horizontal Bracing Channels 1. Utility : Essential members- Diagonal & horizontal bracings are connected to upright to make frames so as to impart stability to the structure. 2. Configuration : Requisite amount of diagonal and horizontal bracings are provided as per load capacity and application as shown in the side view of elevation in the drawing. The horizontal bracings are connected to the topmost and bottommost diagonal bracings for frame stability. Length of bracings depend on the depth of the units. 3. Profile : Lipped Channel 4. No. of bends : 4 5. Manufacturing Process : Bracing channels manufactured through roll forming technology. 6. Alignment : Spacers align the diagonal bracings. 7. Surface Finish : Galvanised. HEM Beams 1. Utility : The horizontal load carrying members that support the pallets. 2. Manufacturing : Roll formed. It is formed through single sheet through continuous gradual roll forming cum hemming operation in single flow. This ensures tensional strength of the beams and distinguishes us from others, unlike open profiles or joined profiles from multiple sheets which tend to buckle for heavy loads or for longer beam lengths. No welding is allowed to form box section. 3. Material Specification : Material used is hot rolled steel with minimum yield strength of 255MPa. 4. Profile :Box section. The beams are made in to box section by single sheet only which is the highlight of this component. 5. No. of bends : Design Criteria : The beams shall withstand for the specified load, with the ratio of span / deflection > 200 under SEMA guidelines. 7. Fixity : The box beams are welded to lip connectors (at works, and not at site) which will be hooked on to uprights.

9 8. Locking Mechanism. Beam locks by locking pins ensure that beams are engaged with uprights precisely and prevent any accidental beam dislodgement due to handling equipments. 9. Surface Finish : Epoxy Polyester powder coated. DRAWING NO:BL/WD-HRC/ STORE SPACE-2 Upgradation of existing Pallet Racking System 1. New Heavy Duty Shelving System B TYPE 2. Panels for existing D and D1 units on top level ONLY. UPRIGHT 1. Usage : Vertical load bearing multibend profile designed to offer maximum load carrying strength with optimum surface utilisation, ensuring high standards of stability and safety. It transfers the load to the ground via grouted base plates. 2. Design Criteria : BS 5950 Part (V) and SEMA Guidelines. 3. Manufacturing: Roll formed construction made in single piece without welding. Process of punching and forming in one flow and in a synchronized operation, hence providing dimensional accuracy and uniform and consistent contour. 4. Flexibility : Slots at every 50 mm enabling warehouse user utilise height optimally, face hole dia 11mm, to adapt to ever changing SKU sizes. 5. Fixity: Bolted with base plates to transfer the load to the ground. 6. Profile : Omega profile with 8 bends. 7. Material Quality : Minimum yield strength 355 MPa. 8. Finish : Epoxy Polyester powder coated. BASE PLATES 1. Utility : Used to anchor upright to the ground. They are channel type in profile. 2. Manufacturing Process : Press formed and welded. 3. Fixity : Grouted with 2 nos torque type mechanical anchor expansion bolts and bolted to upright by four pairs of fasteners. 4. Finish : Epoxy Polyester powder coated. BOX BEAMS 1. Beams are horizontal load carrying members on whom pallets are placed. 2. Manufacturing is by Roll forming and welding (for lip connector) 3. Material Specification should be Minimum yield strength of 255MPa. 4. It is a Box type construction, better strength than open profiles that tend to buckle under heavy loads or longer beam lengths. 5. No. of bends is 10

10 6. Design Criteria should be that The beams shall withstand for the specified load, with the ratio of span / deflection < 200 under established and globally followed SEMA guidelines. 7. The box beams are welded to lip connectors (at works, and not at site) which will be hooked on to uprights. 8. Beam locks by L shaped locking pins ensure that beams are engaged with uprights precisely and prevent any accidental beam dislodgement due to handling equipments. Diameter is 6mm for locking pin. 9. Surface Finish should: Epoxy-Polyester Powder Coated PRETREATMENT AND SURFACE FINISH Pre-treatment All components of the system are supplied duly finished with Epoxy-Polyester powder coating after doing the surface treatment of all the items by using pre-treatment method as mentioned below. 1. Pre-treatment : All components are subjected to a Five Zone 7 tank special pre-treatment. The pretreatment process consists of degreasing, phosphating and final rinse with demineralised water. All of the above mentioned processes are interspersed with rinsing with water of appropriate temperature. 2. Degreasing : Degreasing is carried out with the help of a two step chemical process within controlled temperatures. 4. Phosphating : Phosphating is carried out by using Nipaphose additives within a controlled temperature.. 5. After phosphating, cold water rinse is done using two different tanks and one final rinse is done with RO water to remove all traces of retained chemicals. 6. Dry off oven treatment : The material will be dried up using drying oven at an air temperature of 125 deg C. Final Finish : 1. Uprights, beams and other items apart from bracings have Epoxy Polyester powder coating of the colour and shade is applied to all components with an average dry film thickness not less than 35 microns. Bracings of heavy duty system are of galvanised finish. 2. The material components are oven baked within a controlled temperature as specified by Powder Manufacturer for a flawless finish. 3. The finish is as strong so as to withstand a 2H pencil hardness test.

11 Annexure II PRICE BID (Ref : NIT No: BL-LI-KOL/WAREHOUSE -RACKS/13-14 Dated 12/09/2013) Sl.. Item Description Drawing No Basic Price No 1 New Heavy Duty Shelving System (B TYPE) Size 2790mm (W) c/c x 1000mm (D) x 3200mm (upright height). 16 nos. units, G+ 2 elevations. Both levels contain decking panels kg per level UDL capacity. BL/WD-HRC/ STORE SPACE-1 2 New heavy duty PANELS for existing 19 nos D type and 4 nos D1 type racks Only on top most level. Load capacity to be 3000 kgs UDL per newly created panelized levels 3 Upgradation of existing Pallet Racking System Selective pallet racking system For 170 nos. of pallet positions (pallet size : 1100mm (W) x 1100mm (D) x 1300mm (H) 1 ton load. No. of A TYPE units: 17 nos. G+4 elevation. 10 pallet capacities per level, unit size : 2590mm (W) c/c x 900mm (D) x 6500mm (Upright Height) kg per level load capacity UDL. 4 Freight Charges (if any) for both item -1 and item-2 above. 5 Installation Charges for both item - 1 and item-2 above. TOTAL BASIC AMOUNT BL/WD-HRC/ STORE SPACE-2 Seal of the company Signature

12 Date Place Name Designation Name of the Company