1455531920emergency Chlorine Scrubber Tender

21
Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516 Seal & Signature of the Tenderer: (Regd. Office: 21, N.S.Road, Kolkata-700001) EOI Ref: SBULC/CAP/EMERGENCY SCRUBBER/248/1516 Dated: 15.02.2016 Due date: 10.03.2016 Sub: Inviting online Expression of Interest (EOI)/Techno-commercial Bid followed by online price bidding for Design, Supply, Erection, Commissioning & Testing of Emergency Scrubber System 1 INTRODUCTION Balmer Lawrie & Co Ltd. [herein after referred as BL] is a multiple product, multi location and multi technology conglomerate and manufacture of Leather Chemicals forms one of the core businesses of the company. The company invites online Expression of Interest/Techno-Commercial Bid for design, supply, erection, commissioning & testing of Emergency Scrubber System for gases like Cl2 & SO2 for their SBU Leather Chemicals at Chennai Plant from competent and experienced manufacturers with sound infrastructural, technical and financial capabilities. 2 TENDER QUANTITY One Set. 3 ITEM TECHNICAL SPECIFICATIONS Refer Annexure – 3 Technical specifications given are only indicative. However, parties need to provide with maximum level of accuracy designed for the given service conditions. 4 PRE-QUALIFICATION & ELIGIBLITY CRITERIA 4.1 The bids of bidders fulfilling the following qualification norms given in Annexure-1 shall only be considered. The bidders shall furnish the relevant documentary evidence in support of the pre-qualification criteria specified. 4.2 EARNEST MONEY DEPOSIT (EMD) The bidder shall furnish an EMD for a sum of Rs. 15,000 /-(Rupees Five teen Thousand only) along with the bid by a/c payee pay order / demand draft / irrevocable bank guarantee (as per BL format) in favour of Balmer Lawrie & Co Ltd payable at Chennai. DD should be valid for the period of at least 75 days from the due date of tender. The bank guarantee (BG) shall remain in force for at least 90 days from the due date of tender and shall be extendable on request made by BL prior to expiry of the BG. a. OFFERS RECEIVED WITHOUT EMD WILL BE REJECTED b. For the successful bidder, the EMD will be refunded only after they submit the necessary Security Deposit against the order placed on them. EMD will carry no interest.

description

s

Transcript of 1455531920emergency Chlorine Scrubber Tender

Page 1: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

(Regd. Office: 21, N.S.Road, Kolkata-700001)

EOI Ref: SBULC/CAP/EMERGENCY SCRUBBER/248/1516 Dated: 15.02.2016 Due date: 10.03.2016 Sub: Inviting online Expression of Interest (EOI)/Techno-commercial Bid followed by online price bidding for Design, Supply, Erection, Commissioning & Testing of Emergency Scrubber System 1 INTRODUCTION Balmer Lawrie & Co Ltd. [herein after referred as BL] is a multiple product, multi location and multi technology conglomerate and manufacture of Leather Chemicals forms one of the core businesses of the company. The company invites online Expression of Interest/Techno-Commercial Bid for design, supply, erection, commissioning & testing of Emergency Scrubber System for gases like Cl2 & SO2 for their SBU Leather Chemicals at Chennai Plant from competent and experienced manufacturers with sound infrastructural, technical and financial capabilities. 2 TENDER QUANTITY One Set. 3 ITEM TECHNICAL SPECIFICATIONS Refer Annexure – 3 Technical specifications given are only indicative. However, parties need to provide with maximum level of accuracy designed for the given service conditions. 4 PRE-QUALIFICATION & ELIGIBLITY CRITERIA 4.1 The bids of bidders fulfilling the following qualification norms given in Annexure-1 shall only be considered. The bidders shall furnish the relevant documentary evidence in support of the pre-qualification criteria specified. 4.2 EARNEST MONEY DEPOSIT (EMD) The bidder shall furnish an EMD for a sum of Rs. 15,000 /-(Rupees Five teen Thousand only) along with the bid by a/c payee pay order / demand draft / irrevocable bank guarantee (as per BL format) in favour of Balmer Lawrie & Co Ltd payable at Chennai. DD should be valid for the period of at least 75 days from the due date of tender. The bank guarantee (BG) shall remain in force for at least 90 days from the due date of tender and shall be extendable on request made by BL prior to expiry of the BG.

a. OFFERS RECEIVED WITHOUT EMD WILL BE REJECTED

b. For the successful bidder, the EMD will be refunded only after they submit the necessary Security Deposit against the order placed on them. EMD will carry no interest.

Page 2: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

c. For the unsuccessful bidders, the EMD will be refunded only after

finalising the Purchase Order to successful bidder.

d. Linking of EMD amount with earlier transactions / adjustments with pending bills or any other amount payable by the company is not allowed.

e. SSI UNITS WITH VALID REGISTERATION WITH NATIONAL SMALL

INDUSTRIES CORPORATION LIMITED (MSME/NSIC), FOR THE ITEM/SERVICE TENDERED ARE EXEMPTED FROM PAYMENT OF EARNEST MONEY DEPOSIT.

f. NOTE: - Bidder having MSME/NSIC Registration needs to attach copy

of valid Certificate applicable for the tendered product. Pre qualification of the bidder shall not imply final acceptance of the tender. The bids may be rejected at any stage during the techno commercial; evaluation or during the price evaluation. The decision in regard to acceptance and / or rejection of any / all offers in part/full shall be at the sole discretion of BL, and decision in this regard shall be binding on the bidder. The vendor shall submit the relevant copies of the documents pertaining to each of the above qualification criteria and the all the copies have to be self attested. 5. PRICE 5.1 The price will be sought at e-portal later, as per the indicative format below:

a) DESIGN & SUPPLY OF EMERGENCY SCRUBBER SYSTEM

Item Particulars Formula (if any) 1 Basic Price A 2 P&F, if any B 3 Excise Duty, if applicable C = (A+B)* 12.5% 4 VAT (D)/ CST (D1) D = (A+B+C)* 5% or

D1=(A+B+C)* 2% 5 Freight Charges E 6 Transit Insurance F 7 Total Cost G = SUM(A+B+C+D or D1+E+F) 8 Less: Cenvat H = C 9 Less: VAT I = D 10 Landed Cost J = G-H-I 11 Unloading By BL

b) ERECTION, COMMISSIONING & TESTING OF EMERGENCY SCRUBBER

SYSTEM Item Particulars Formula (if any) 1 Service Charges for

Erection, commissioning & Testing

K

2 Service Tax as applicable L=K*14.5% 3 Total Erection,

Commissioning & testing Cost

M= SUM(K+L)

Page 3: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

4 Less Service Tax Credit N=K*14% 5 Net Landed Cost on

Erection and Commissioning

O=M-N

Note: Related Civil Work for Erection of the scrubber system will be carried out by BL. Erection, Commissioning & testing of the emergency scrubber at BL site is in the scope of the vendor Price quoted should be on FOR Manali basis (inclusive of Insurance & Freight Charges.) in Rs. Changes in statutory levies like excise duty, sales tax or octroi charges as applicable on the product shall be reimbursed at actuals based on documentary proof. Taxes and duties as applicable shall be clearly mentioned. Form ‘C’ shall be issued against CST @ 2%. 5.2 No Change in the accepted price structure on the basis of landed cost at our Manali works shall be permitted during the period of contract under any circumstances 6 SECURITY DEPOSIT (SD) Successful tenderer shall be required to submit within 10 days of issue of LOI / PO, SD equivalent to 5% of the total order value rounded off to the nearest thousand rupees by a/c payee pay order / demand draft / irrevocable BG as per our format with a validity of further 3 months from expiry of the contract. The BG format will be issued to successful bidder. No interest will be payable on the SD held with us. If SD is not received within 10 days from date of LOI/PO, the amount will be deducted from the vendor's running bills until the required SD is accumulated. The Security Deposit paid by Pay Order/Demand Draft/Bank Transfer shall bear no interest and shall be refunded to successful bidder, only on successful delivery & commissioning of the emergency scrubber system. All sums of compensation or other sums of money as determined, if any, payable by the bidder may be deducted from the Security Deposit. The Security Deposit amount can be adjusted to the extent of EMD amount for the successful bidder. Security deposit is liable to forfeiture in the event of:

a. Not supplying the after Acceptance of Purchase Order.

b. Successful Bidder fails to deliver the product as per the terms & condition of the Purchase Order.

c. Successful Bidder violates the tender conditions. d. If the performance of the bidder is found to be unsatisfactory e. Any unilateral revision made by the successful bidder during the validity period of the contract.

Page 4: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

7 PAYMENT TERMS 7.1 For Supply: Our preferred payment terms would be

-15% of basic as advance against submission of Advance Bank Guarantee valid for 6 months -60 % of basic with full duties and taxes: with 30 days credit from date of

receipt and acceptance; -15% of basic against erection and commissioning or within 30 days of supply whichever is earlier

-Balance 10% of basic against PBG valid for one year extended further by 3 months Or after one year of retention period.

7.2 For Erection, Commissioning & Testing: 100% upon satisfactory commissioning & Testing, within 15 days from the submission of the bill. However bill must be submitted along with the copy of relevant proof of statutory payments, if any as required.

Note: In case of payment terms differing from above, suitable adjustments will be made in arriving at the landed cost while price comparison. However, partial advance payment if any is payable only against Advance Bank Guarantee as per BL format. Apart from this, no payment will be made prior to receipt of material at our site. 7.2 Supply will be complete only if all relevant documents etc are submitted. 7.3 Payment will be made only to the bidder or principal on whom the Purchase Order is placed. If offer states that payment is to be made to bidder’s financier / creditor, the offer will stand rejected. 8 DELIVERY & COMMISSIONING

a) Delivery is expected within 10 to 12 weeks from the date of PO/LOI. However, vendor shall mention their possible delivery period clearly in the offer. QAP and drawing shall be submitted for our approval within one week from LOI/PO. BL will revert on approval with correction, if any within one week from receipt of QAP and drawing.

b) Commissioning to be completed within 30 days from the date of site clearance 9 LD CLAUSE: Timely delivery & commissioning is the essence of this contract. In case of failure to deliver and commission the scrubber system as per our order, the vendor has to pay a penalty @ 0.5% of the order value per week or part thereof, subject to a maximum of 5% of the total basic value of the material

Page 5: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

10 VISIT TO OUR FACTORY The tenderer, at the tenderer's own cost/responsibility is advised to visit our factory between 9.30 am to 4.30 pm on all working days and examine the Site of Work and its surroundings and obtain all information that may be necessary for preparing the Tender for supply, erection, commissioning and testing of the tendered emergency scrubber system. The vendor shall give a presentation about the brief profile of their company and previous executed projects similar to the proposed emergency scrubber system (Contact Person: Mr. Manivarman- 044-25946576/09445229921 Mr. James – 044-29546572/09840827616) 10 CONFLICT OF INTEREST The bids of any tenderers may be rejected if a conflict of interest between the tenderer and the Company is detected at any stage 11 GENERAL TERMS AND CONDITIONS FORMING PART OF CONTRACT AND WORK ORDERS AWARDED FOR UNDERTAKING ERECTION,

COMMISSIONING & TESTING WORK FOR EMERGENCY SCRUBBER SYSTEM a) The successful tenderer shall be liable for due observance and

implementation of statutory obligations. Before commencement of the work, you should take insurance coverage for your workmen for liabilities under Workmen Compensation Act. The proof of such coverage i.e. policy towards liabilities under Workmen Compensation Act should be shown to the Unit personnel Department before commencement of any work inside the factory premises.

b) The successful tenderer shall keep the company indemnified from and against all claims, actions, demands, proceedings and liabilities whatsoever, including but not limited to Contract Labour Abolition and Regulation Act, 1970, the Workmen Compensation Act and the Industrial disputes Act and other applicable enactments.

c) The successful tenderer must comply with all the provisions of EPF act and ESI act and the Rules there under.

d) The successful tenderer shall maintain Register of workmen employed by you, muster, roll, wage register etc. and must comply with all the provisions of Contract Labour (Regulation & Abolition) Act, 1970.

e) The successful tenderer should also obtain a license under provisions of Contract and Labour (Regulation and Abolition) Act 1970, if the same is applicable to you.

f) The successful tenderer shall efficiently execute/ handle the work entrusted with you in accordance with the directions and specific instructions of the company and the work so entrusted shall not be regarded as having been correctly executed and efficiently handled until it is approved by the company

Page 6: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

g) In case the job entrusted / assigned to the successful tenderer is not satisfactorily executed or not in accordance with the specifications given by the company the tenderer shall be liable to compensate the same.

h) In the event of strike / natural calamity due to which work has to be suspended, the Payment for such cases will not be made.

i) In case of non-compliance of any of the above mentioned provisions, the company reserves the right: a) to make such statutory payments that may be required in respect of your employees and then deduct the same from the bills submitted by the successful tenderer, Or

a) to withhold the payment on the bills submitted by the tenderer till such time the successful tenderer comply with the statutory requirements.

j) The successful tenderers employees should follow the rules and regulations of the company and observe the timings stipulated by the company.

k) The successful tenderer shall not engage persons below 18 years of age for any work forming part of the contract.

l) It shall be the successful tenderers responsibility to ensure that workers engaged by you use proper safety equipments while at work within the premises of the company.

m) No Hot Work shall be carried out without obtaining the necessary Hot Work Permit, whenever required.

n) The supplier will be liable to compensate for the damages to the company property, done by the personnel engaged by them.

o) The supplier will be required to comply with the company’s safety procedure & practices and any non-compliance will be considered as serious violation.

12 RISK PURCHASE Without prejudice to other provisions in the tender, in the event of the vendor failing to supply within the stipulated delivery period, BL shall have the right and option to procure the products from alternate sources, at the risk and cost of the vendor, without further intimation. In case of rejection and with no request for re-test from vendor against the rejection or on confirmation of rejection after re-test, if delivery of replacement material is not made within mutually agreed time period, BL shall have the right to procure the product from alternate sources, at the risk and cost of the vendor, without further intimation. 13. QUALITY ACCEPTANCE PLAN Refer Cl:1& Cl: 3 of Annexure-2 14 DELIVERY TO PLANT Purchase Order under this tender will be placed for DELIVERED supplies. Transit Risk for the supplied material, Insurance coverage thereof shall be borne by the vendor. Necessary support shall be provided by BL to vendor in respect of claim on insurance company by the latter.

Page 7: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

15 ARBITRATION Any dispute or difference arising under this Contract shall be referred under jurisdiction of Chennai to a sole arbitrator to be appointed by the Chairman & Managing Director, Balmer Lawrie & Co. Limited 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 shared equally by both the parties. The award shall be a speaking award stating reason therefor and is final and binding on the parties. The proceeding shall be conducted in English language and courts at Chennai will have exclusive jurisdiction to settle any dispute arising out of this contract. 16 SALES TAX / EXCISE FORMALITES & COMPLIANCE WITH REGULATIONS Vendor shall warrant that all goods covered by this agreement / contract are dispatched and delivered in strict compliance with all applicable laws, regulations, labour agreements, working conditions and technical codes and requirements as applicable from time to time. The vendor shall execute and deliver such documents as may be required to effect or to evidence such compliance. The vendor shall issue the excise/tax paid invoice so that equivalent amount may be availed as Cenvat / VAT credit by BL, if applicable. Vendor / vendor’s nominated transporter shall ensure handing over of the transporter copy of excise paid invoice for availing Cenvat to the Company at the time of delivery of the consignment. Form pertaining to applicability of concessional rate of Sales Tax shall be issued to the vendor by BL, as necessary. All laws and regulation required to be incorporated in this charter are hereby deemed to be incorporated by these references. BL and / or their authorized representatives disown any responsibility for any irregularity, contravention or infringement of any statutory regulations in the manufacture and / or supply of goods covered by this agreement / contract. 17 FORCE MAJEURE Any delay in or failure of performance of either party hereto shall not constitute default hereunder or give rise to any claims for damage, if any, to the extent such delays / failure of performance is caused by occurrences such as Acts of God or an enemy, decrees of any Government or Governmental authority, acts of war, rebellion, sabotage or fires, floods, explosions, riots, or strikes. The vendor shall keep records of the circumstances referred to above and bring these to notice of the concerned Officer of the buyer in writing within 7 days of such occurrences. The period of time, if any, lost on any of these counts shall not be counted for the contract period. The decision of buyer arrived at after consultation with vendor, shall be final and binding. Such period of time shall be extended by the buyer to enable the vendor to deliver the items within such extended period of time. As soon as the cause of Force Majeure been removed, the party whose liability to perform its obligation has been affected shall notify the other of such cessation and inform the other party the actual delay incurred in such affected activities. Any such event, whenever it occurs, provided that it prevents, affects or delays the party in performing contractual obligation, shall justify the claim of Force Majeure. During the pendency of Force Majeure conditions, the Agreement and the obligations there under shall stand suspended provided the notice as required above is given in time. If such event continues beyond 14 days, the parties to this Agreement hereby agree to discuss and decide the course of action to be adopted in this regard including the possibility and manner of terminating the Agreement.

Page 8: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

18 CONDITIONS / PROCEDURE FOR BID SUBMISSION The bidder would be required to register on the e-procurement market place https://balmerlawrie.eproc.in and submit their EOI/techno commercial bid. The bidders shall submit their EOI/techno commercial bid displayed in ‘e’ Procurement web site. The bidders shall upload the scanned copies of all the relevant certificates, documents etc., in support of their eligibility criteria / technical bids in the e-Procurement web site. However, bulky documents need not be scanned and uploaded but physical copy of the same should be sent to the Tender Inviting Authority office one or before the EOI/ Techno-commercial bid due date. The bidder shall sign on the statements, documents, certificates, uploaded by him, owning responsibility for their correctness/authenticity. Offers of those tenderers who submit their EOI/Techno-Commercial bid in the e-procurement portal before the due date of the tender alone will be considered. No price to be submitted along with the EOI/Techno-Commercial Bid. 19 Registration with eProcurement platform For registration and for online bidding, bidders may contact HELP DESK of M/s C1 India Pvt., Ltd., or they can register themselves online by logging in to the website https://balmerlawrie.eproc.in .

20 Digital Certificate authentication The bidder shall authenticate the bid with his Digital Certificate before submitting the price 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 with encryption need to obtain Digital Certificate with encryption to participate in e-tender. They may contact Help Desk of C1 India Pvt Ltd. 21 Corrigendum to tender The bidder has to keep track of any changes by viewing the addendum / corrigendum's issued by the Tender Inviting Authority on time-to-time basis in our website www.balmerlawrie.com and our eProcurement platform https://balmerlawrie.eproc.in. The Company inviting tender shall not be responsible for any claims / other issues arising out of this. 22 Bid Submission Acknowledgement The user should complete all the processes and steps required for bid submission. The successful bid submission can be ascertained once acknowledgement is given by the system through bid submission number after completing all the processes and steps. Tender Inviting Authority and C1 India Pvt. Ltd. will not be responsible for incomplete bid submission by users. Users may also note that the incomplete bids will not be saved by the system and are not available for the Tender Inviting Authority for

HELPDESK NOS ARE OPEN BETWEEN 1000 HRS to 1830 HRS IST

(MONDAY TO FRIDAY (Exclusions: Balmer Lawrie HOLIDAYS) Please email your issues before your call helpdesk. This will help us serving you better.

Contact Nos. and email IDs for Balmer Lawrie helpdesk officers Name E-mail Phone Numbers Tuhin Ghosh [email protected] +91-8981165071 Chandan Pedamkar [email protected] 02266865611 Ritabrata Chakraborty [email protected] +91-8697910411 Ujjal Mitra [email protected] +91-77026 69806 Rajesh Kumar [email protected] +91-96504 65143

Page 9: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

processing. Before uploading scanned documents, the bidders shall sign on all the statements, documents, certificates uploaded by him, owning responsibility for their correctness / authenticity. 23 SUBMISSION OF TECHNO COMMERCIAL TENDER DOCUMENT BL expects bidders’s compliance of bid document without any deviation. Deviation if felt absolutely necessary in respect of terms & conditions / technical specification should be mentioned in the deviation sheet as per format of the EOI / tender documents and furnished along with Techno commercial bid. BL shall not take cognizance of any deviation stipulated elsewhere in the bid. Though the tenderer submit all the required documents through e-portal, the hard copy of the documents submitted at the e-portal to be submitted as below for verification

1. Copy of this tender document No. SBULC/CAP/EMERGENCY SCRUBBER/248/1516 duly signed & stamped on all pages by the authorized signatory as a token of acceptance of tender terms & conditions.

2. EMD as pay order / demand draft / non revocable BG as per our format or if exempted with a copy of valid relevant certificate

3. Deviation sheet as per format [nil statement to be attached even if there are

no deviations].

4. GA drawing to be submitted along with the tender

5. Prequalification requirements as per Annexure-1

The sealed envelope containing all the above documents super scribing “EOI/Techno commercial bid – “EMERGENCY SCRUBBER SYSTEM”, Ref: Tender No SBULC/CAP/EMERGENCY SCRUBBER/248/1516 Due on 10.03.2016 shall be submitted as hard copy at the following address:

Senior Manager [SCM] BALMER LAWRIE & CO. LTD. Phone : 044 – 25946542/43 SBU-Leather Chemicals Fax : 044 – 25941156 32, Sathangadu Village, Manali, email :[email protected] Chennai – 600068. 23.1 SUBMISSION OF PRICE BID ALONG WITH THE TECHNO-COMMERCIAL BID WILL DISQUALIFY THE BIDDERS’s PARTICIPATION IN THE TENDER 24 SUBMISSION OF PRICE BID The techno-commercial evaluation would be based on the details provided by the bidder in the ‘e’ procurement portal and subsequent clarifications, if any sought by us. Only, the qualified /shortlisted bidder would be asked to submit their price bid through online at our e-portal for the priced tender, which would be floated separately 25 EVALUATIONS OF PRICE BIDS The on-line closed price bids of technically qualified bidders shall be used for grading the bidders. Evaluation of the price bids of technically qualified bidders will be

Page 10: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

done and lowest landed rate including design, supply, erection and commissioning shall be taken as L1 price and next lowest as L2 price and so on. 100% order including design, supply, erection, commissioning & testing will be awarded to L1 bidder. In case bids are received from related Companies, only the lowest among such bids shall be considered for evaluation. The other bids of related Companies will stand rejected. If required, the facilities of the manufacturer will be visited by BL for verification. 26 VALIDITY OF OFFER Your offer should be valid for our acceptance up to 90 days from the due date of this tender (ie. From 10.03.2016). 27 GENERAL BL shall not take any responsibility for any delay or non-receipt of said documents. If any of the documents furnished by the bidder is found to be false / fabricated, the bidder is liable for black listing, forfeiture of the EMD, cancellation of work and criminal prosecution. BL reserves the right to accept any tender in whole or split the order or reject any or all tenders without assigning any reason. BL shall not be bound to accept the lowest tender and reserves the right to accept any or more tenders in part. Decision of BL in this context shall be final and shall be binding on the bidders 28 DISCLAIMER CLAUSE Neither the Company (Balmer Lawrie & Co. Ltd.) nor the service provider (C1 India Pvt. Ltd.) is responsible for any failure of submission of bids due to failure of internet or other connectivity problems or reasons thereof. 29 AWARD OF CONTRACT The contract will be awarded based on the overall lowest quoted bidder of total value of contract (including design, supply, erection, commissioning & testing) based on the estimates submitted for the price tender in e-tendering mode. If required, the Company would carry out negotiation with the tenderers and it would be in the interest of the tenderers to give their most competitive rates. For Balmer Lawrie & Co Ltd Arun A Senior Manager (SCM) encl: Annexure-1 (1 Page)- Prequalification requirements Annexure-2 (1 Page)- Technical Scope and Specific Conditions Annexure-3 (6 pages)- Technical/Commercial Requirements Deviation Sheet Format (1 page) Indicative Sketch ( 1 page) BG format for EMD (1 page)

Page 11: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

Annexure – 1 (Page 1/1)

PRE-QUALIFICATION CRITERIA FOR VENDORS The following pre-qualification criteria shall be considered for evaluation purpose: S.No Criteria Documents to be furnished

1

Vendor shall have not less than 3 years of experience in supply of such Emergency Scrubber Systems

Copies of previous Purchase Orders executed for emergency scrubber systems in past 3 years to be submitted. Performance Certificate from customers for the executed emergency scrubber systems also to be submitted

2

Vendor should have supplied Emergency Scrubber systems handling gases like Cl2 & SO2 in last 3 years

Copy of Purchase Order of Emergency Scrubber system handling gases like Cl2 & SO2 supplied in last 3 years to be submitted

3 After Sales Service Details to be submitted Following additional pre-qualification criteria shall be applicable to all parties: The Bidder shall furnish the following documents:

a. Copy of Memorandum of incorporation, if any

b. Copy of Sales Tax / CST registration

c. Copy of Excise Registration Certificate, if applicable

d. Copy of IT returns for any one year in last 3 years and PAN/TAN

e. Name of major clients in India with details of order executed of the same type & same or higher capacity

f. Any other relevant documents The Vendor will be pre-qualified for the above job based on above criteria and offers of only those bidders who satisfy these criteria shall be considered. Note: Tenderers should be in a position to produce all the original documents and/or any other information on dates as intimated or as and when required by BL

*********

Page 12: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

Annexure - 2 (Page 1 of 1)

TECHICAL SCOPE AND SPECIFIC CONDITIONS

1.0 Scope of the tender shall include but not be limited to the following:

a) Scope shall include fabrication, inspection, packing, dispatch of scrubber system and erection, commissioning and testing of the system at BL’s site.

b) The contractor/vendor shall submit detailed drawing of the scrubber system, Quality Assurance Plan (QAP) to BL for approval within 10 days form placement of PO.

c) Procurement of all the materials whatsoever required meeting the scope of supply

d) Supplier shall fabricate & supply the system as per the given specification sheet and approved drawing.

e) All the material to be supplied with MTC in original form from reputed testing laboratories only.

f) Contractor/Vendor shall submit 3 sets of all the final drawings in hard copy and one set of soft copy in DVD/CD

g) Packing & transportation for the delivery of the scrubber system is in the party’s scope.

2.0 Material of Construction: Material of Construction shall be as per the specification sheet/ BL approved drawing/ additional requirement as given in BL enquiry document

3.0 Inspection and Testing If required, BL may depute its person for inspection of the scrubber system prior to the dispatch. However this does not absolve the responsibility of the successful bidder in supplying the scrubber system as per the tender requirement.

The Supplier shall give 15 days’ notice to the Senior Manager (Supply Chain Management), SBU: Leather Chemicals, Balmer Lawrie & Co. Ltd, Manali, Chennai-600 068 about the readiness of the system for Final inspection.

The equipment shall be dispatched only after Final inspection

4.0 General Conditions a) Any deviation from herein stipulated specifications and other enquiry

documents shall be clearly mentioned in the offer under ‘Deviations’ with proper reference to clause number

b) In the absence of any such indication, it shall be assumed that the offer complies with all the requirements and such assumption shall be strictly binding on the party

Page 13: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

Annexure - 3 (Page 1 of 6)

TECHNICAL SPECIFICATION FOR EMERGENCY SCRUBBER SYSTEM 1. Purpose of Emergency Chlorine scrubber The main purpose for this requirement of Scrubbing System is that in case of any leakage of chlorine gas/SO2 due to any reason from Chlorine/SO2 tonner (containing maximum quantity 900 kg under saturated pressure), all the leaked chlorine/SO2 gas can be safely absorbed in a Scrubber Packed Column circulating with dilute caustic Lye (maximum 10% w/w conc. NaOH) solution. The chlorine/SO2 content at scrubber column outlet should be maximum 1 ppm but preferably NIL. The standard System which is generally used in industries for safe handling of chlorine leakage is to be used. Supplier can take maximum leakage rate of chlorine from the tonner as 200 M3/hr (=600 kg/hr) chlorine per hour (thus entire chlorine 900 kg of the tonner can be absorbed in caustic solution in about 1 to 2.5 hours). The system should be leak proof and sturdy so as not to develop any leaks during sudden leakage/gas flow to Scrubber or due to any other corrosion reasons, otherwise during any emergency leakage, the purpose of safety will not be achieved. One common duct will run along the length of the Chlorine/SO2 storage area and along the length of the Chlorine/SO2 Tonners drawing area on either side. Either sides will be connected to four tonners. Totally there will be 8 tonners in usage at any time. All the 8 tonners will be provided with an online Chlorine/SO2 gas monitoring system with overall hood covering the tank nozzle and connection Manifold. The hood part consist of two parts. One is top portion and other is bottom portion. Of which, the bottom portion is fixed and the top portion is made as removal. Whenever the CL2/SO2 tanks are to be connected/removed from the online manifold, the top hood portion should be removed and the connections are made then the hood is placed in position. When the hood is in closed condition, it nearly forms a closed atmosphere preventing the CL2/SO2 from escaping out of the hoods with minimal leakage (95% covered). All the hoods are connected to the main ducting line. The electrically actuated damper will be controlled by PLC based micro controller system. All the branch ducting from the storage tonners and online CL2/SO2 tanks will be connected to a main header line and then connected to the Wet scrubber. Wet Scrubber will treat the CL2/SO2 Gas by Caustic Soda solution and gets treated and thrown into the atmosphere via Blower and Chimney of height 6.5 m from the ground level. If the CL2/SO2 gas gets leaked in any particular tonner, it will be detected by the CL2/SO2 gas monitors and the corresponding main line damper gets automatically opened and the Scrubber & Blower arrangement will be switched on automatically. Thus creating a negative pressure in the particular line, this causes the CL2/SO2 gas to be removed from the tonner usage area without any human intervention. As an emergency option, electrically actuated damper will be provided nearby with individual emergency damper opening controller to operate the damper even in case of faulty operation of CL2/SO2 sensors. Normally all the dampers will be in open condition. Two CL2/SO2 Gas sensors are provided in the storage area. Three conical hood of Dia 900 mm with 10 m flexible ducting are provided at three ends of main ducting line. In case a leakage is happening in the storage tonner, the CL2/SO2 gas sensors gets actuated and raises the audible and visual alarm. Manual damper will be provided. The workers provided with PPE's should place the hoods manually covering the tonner. A damper will be provided at each line of the header pipe. The main ducting is divided into three branch ducts along the length of the 1st, 2nd and 3rd rows and the

Page 14: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

point nearer to the tonner storage area. Each branch line will be provided with 6 sub branch of 250 mm dia. Sub branch ducting will be run at height of 200 - 250 mm from the ground level ie below the connection manifold.

DESCRIPTION REQUIREMENT VENDORS OFFER Design As per ACGIH Standards Qty One set Capacity 3000 CFM Materials to be handled Chlorine and Sulphur dioxide

gas

Scrubber Dimensions Length Vendor to specify Breath Vendor to specify Height Vendor to specify Air handling Volume 3000 CFM Type Wet Type packed Bed System pressure drop 140 mm of WC Removal Efficiency Above 99% MOC Wall Thickness 10 mm Thk PP + 5 mm Thk

FRP (Bisphenol)

Packing Material 2" tellerette packing Column packing Volume 8 cu.m Mist eliminator PP Nozzles Size -1", 16 nos Scrubber inlet dia 300 mm Scrubber outlet dia 300 mm Scrubber storage tank capacity

13 kl

Spray Pump Capacity 80 M3/hr Type Centrifugal (vertical type) MOC PPC Seal less Pump Make Antico /Process Pumps/Any

equivalent reputed make

Motor 20 HP Control system Recirculation sump Level

control system

ACCESSORIES Packing removal and fill up access

Clean out ports Packing support grid Y Strainer Drain Valve with Ball Valve

Water inlet valve

Page 15: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

DESCRIPTION REQUIREMENT VENDORS OFFER SAFTY ACCESSORIES Overflow provision Water level indicator Inspection glass port for packing area

Ph monitor and indicator.

DUCTING Size 300 mm dia up to 30 m Moc 2 mm PP + 3 mm FRP Thk

with suitable supporting ribs and gussets

Flexible ducting 250 mm dia of chemical retardant flexible hose up to 60 m

Bolts & Nuts SS 316 HOOD Size 1100 mm dia x 4 mm Thk Hoods can be removed

during connecting and removing the lines from manifolds

BLOWER Capacity 3200 CFM MOC PP + FRP Motor Capacity 10 HP Make Kirloskar / ABB / BBL /

SIEMENS/Equivalent

OTHERS Automatic Chlorine & SO2 Sensor system

Electric Actuated Damper

Each Damper to be provided with automatic electric actuated damper which opens the actuator within 15 sec

MOC PP / SS 304 Each electric actuator to be

provided with emergency push button

Make SIEMENS/Equivalent

Page 16: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

DESCRIPTION REQUIREMENT VENDORS OFFER PLC PLC Controlled micro

controller

Make SIEMENS/Equivalent Ph monitor Scrubber to be provided on

line pH monitoring system

Control Panel Scrubber & blower Control panel to be provided

with all safety accessories and consist of incoming MCB, MPCB, CONTACTORS, Overload Relays, Indication Lamps, Push button Switches etc.,

Control to be provided with manual option to operate the Scrubber & Blower

NOTE:

1. Indicative Sketch is enclosed for reference. However relevant drawing to be submitted to BL before fabrication

2. If required, the facilities of the manufacturer will be visited by BL representative for verification.

Page 17: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

Annexure - 3 (Page 5 of 6)

Vendor is requested to confirm all the data provided in the table below:

Commercial: Sl.No. Item Description Tender Requirement Offered by Vendor 1. Offer No. & Date --

2. Validity :90 days from 10.03.2016

3. Delivery & Commissioning :To be specified by Vendor

4. Guarantee period :Guarantee should be given for a min period of 12 months

from the date of commissioning or 18 months from the date of

supply whichever is earlier.

5. Terms of payment :supply: 15% of basic as advance against submission of ABG valid for 6 months; 60% of basic with full duties and taxes: within 30 days credit from date

Refer Cl: 7 of receipt and acceptance. 15% of basic on successful completion erection and commissioning or within 30 days

of supply whichever is earlier. :Balance 10% against PBG valid

For one year further extended by 3 months Or after one year of retention period.

6. Packing & Forwarding : To be specified by the Vendor

7. Taxes & Duties

- Excise Duty : To be specified by the Vendor

(Excise Tariff No. should also be mentioned)

- Sales Tax : To be specified by the Vendor

- Octroi Duty, if any : To be specified by the Vendor

- Any other duty

8. Transit Insurance : To be mentioned

9. Transportation : To be arranged by Vendor

10. Unloading : By BL

11. Erection & Commissioning: By Vendor 12. Testing : By Vendor

Page 18: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

Annexure - 3 (Page 6 of 6)

Vendor is requested to provide all the data in the table below, as applicable:

1. Supplier Name

2. House No with address 1

3. Address 2

4. City

5. Postal code

6. State

7. Tel No

8. Mob No

9. Fax

10. Email

11. Industry Type* Domestic / service vendor / MSME*/ SSI* / NSIC * trader / others (specify it)

12. If MSME/SSI/NSIC, whether under category SC/ST?

13. Contact Person

14. Inco terms

15. Taxes applicable

16. CST NO ( if applicable )*

17. TIN NO ( if applicable )*

18. Service Tax/ Reg No ( if applicable )

19. PAN No*

20. Excise Registration No*

21. Excise range

22. Excise Division

23. Excise Commissionerate

* - relevant registration/certificate copies shall be submitted.

Page 19: 1455531920emergency Chlorine Scrubber Tender

Tender Ref: SBULC/CAP/EMERGENCY SCRUBBER /248/1516

Seal & Signature of the Tenderer:

DEVIATION SHEET

Cl No. of EOI /Tender Tender Requirements Deviation

Page 20: 1455531920emergency Chlorine Scrubber Tender
Page 21: 1455531920emergency Chlorine Scrubber Tender