bharatiya reserve bank note mudran (p)...

31
1 BHARATIYA RESERVE BANK NOTE MUDRAN (P) LTD NOTE MUDRAN NAGAR MYSORE -570003 Phone: 0821 – 2582905,2582915,2582925,2582935,2582945 Fax: 0821 – 2582099, E-Mail: [email protected] Website: www.brbnmpl.co.in Not Transferable Security Classification: Non-Security TENDER DOCUMENT FOR “DESIGN, MANUFACTURE, SUPPLY, INSTALLATION AND COMMISSIONING OF CONVEYOR SYSTEM AT RAILWAY PLATFORM”. Tender No: 046/MYS/MAINT (U)//2014-15 dated 14/07/2014 This tender document contains 31 pages The tender document is sold to: M/s. _____________________________________________________________ Address __________________________________________________________ Details of Contact person in BRBNMPL regarding this tender: Name: R.NATARAJAN, Designation: ASST. GENERAL MANAGER Address: As above Phone: 0821 – 2469050, Fax: 0821-2582885 Email: [email protected]

Upload: lamthu

Post on 21-Mar-2018

213 views

Category:

Documents


1 download

TRANSCRIPT

1

BHARATIYA RESERVE BANK NOTE MUDRAN (P) LTD NOTE MUDRAN NAGAR

MYSORE -570003 Phone: 0821 – 2582905,2582915,2582925,2582935,2582945 Fax: 0821 – 2582099, E-Mail: [email protected]

Website: www.brbnmpl.co.in

Not Transferable

Security Classification: Non-Security TENDER DOCUMENT FOR “DESIGN, MANUFACTURE, SUPPLY, INSTALLATION AND COMMISSIONING OF CONVEYOR SYSTEM AT RAILWAY PLA TFORM”. Tender No: 046/MYS/MAINT (U)//2014-15 dated 14/07/2014 This tender document contains 31 pages The tender document is sold to: M/s. _____________________________________________________________ Address __________________________________________________________

Details of Contact person in BRBNMPL regarding this tender: Name: R.NATARAJAN, Designation: ASST. GENERAL MANAGER Address: As above Phone: 0821 – 2469050, Fax: 0821-2582885 Email: [email protected]

2

Contents:

Section No. Description Page No.

Section I Notice Inviting Tender (NIT) 3-4

Section II General Instructions to Tenderers (GIT) Please download from our website Page .5 Part I

General Instructions Applicable to all Types of Tenders

Part II

Additional General Instructions Applicable to Specific Types of Tenders:

NA

Section III Special Instructions to Tenderers (SIT) 6

Section IV General Conditions of Contract (GCC) Please download from our website

Section V Special Conditions of Contract (SCC) 8-10

Section VI List of Requirements 11

Section VII Technical Specifications 12-16

Section VIII Quality Control Requirements 17

Section IX Qualification / Eligibility Criteria 18

Section X Tender Form 19

Section XI Price Schedule 20-21

Section XII Technical bid/Questionnaire 22-24

Section XIII Bank Guarantee Form for EMD 25-26

Section XIV Manufacturer's Authorization Form 27

Section XV Bank Guarantee Form for Performance Security 28

Section XVI Contract Form 29-30

Section XVII Letter of Authority for attending a Bid Opening 31

3

BHARATIYA RESERVE BANK NOTE MUDRAN (P) LTD NOTE MUDRAN NAGAR

MYSORE -570003 Phone: 0821 – 2582905,2582915,2582925,2582935,2582945 Fax : 0821 – 2582099, E-Mail: [email protected]

Website : www.brbnmpl.co.in

Section I: Notice Inviting Tender (NIT) 046/MYS/MAINT(U)//2014-15 14/07/2014 1. Sealed tenders are invited from eligible and qualified tenderers for supply of following goods & services: Schedule

No. Brief Description of Goods /

Services Quantity

(with unit) Earnest

Money (in ̀ .) Remarks

1

“DESIGN, MANUFACTURE, SUPPLY, INSTALLATION AND COMMISSIONING OF CONVEYOR SYSTEM AT RAILWAY PLATFORM”.

01 Lot

`81,000/- (Rupees

eighty one thousand

only)

Type of Tender (Two Bid / PQB / EOI / RC / Development / Indigenization / Disposal of Scrap / Security item etc.

Two Bid

Date of Sale of tender documents From 14/07/2014 to 20/08/2014 during office hours

Price of the Tender Document Rs. 500.00 Price of sale of tender documents Rs. 500.00 Closing date and time for receipt of tenders 14:30 Hrs on 20/08/2014 Place of receipt of tenders Admin Building, BRBNMPL, Mysore Time and date of opening of tenders 15:00 Hrs on 20/08//2014 Place of opening of tenders Admin Building, BRBNMPL, Mysore Nominated Person / Designation to Receive Bulky Tender (Clause 21.21.1 of GIT)

Shri. Anjaneya Reddy, Asst Manager

2. Interested tenderers may obtain further information about this requirement from the above office selling the documents. They may also visit our website mentioned above for further details. 3. Tender documents may be purchased on payment of non-refundable fee of Rs.500.00 (Rupees

4

five hundred only) per set in the form of account payee demand draft/ cashier's cheque / certified cheque, drawn on a scheduled commercial bank in India, in favor of BRBNMPL, Mysore, payable at Mysore. 4. If requested, the tender documents will be mailed by registered post/ speed post to the domestic tenderers and by international air-mail to the foreign tenderers, for which extra expenditure per set will be Rs. 100.00 ( Rupees hundred only) for domestic post. The tenderer is to add the applicable postage cost in the non-refundable fee mentioned in Para 3 above. 5. Tenderer may also download the tender documents from the web site and submit its tender by utilizing the downloaded document, along with the required non-refundable fee as mentioned in Para 3 above. 6. Tenderers shall ensure that their tenders, duly sealed and signed, complete in all respects as per instructions contained in the Tender Documents, are dropped in the tender box located at the address given below on or before the closing date and time indicated in the Para 1 above, failing which the tenders will be treated as late and rejected. 7. In the event of any of the above mentioned dates being declared as a holiday/ closed day for the purchase organization, the tenders will be sold / received / opened on the next working day at the appointed time. 8. The tender documents are not transferable. For and on behalf of BRBNMPL, Mysore Sd/- [R.Natarajan] Asst. General Manager

5

Section II: General Instructions to Tenderer (GIT) This Section-II shall be downloaded from website: www.brbnmpl.co.in under the section ‘Downloads’ and signed & stamped and submitted along with the Technical bid as acceptance of terms & conditions. (Offer without the copies of Section-II shall liable for rejection)

6

Section III: Special Instructions to Tenderers (SIT) The following Special Instructions to Tenderers will apply for this purchase. These special instructions will modify/ substitute/ supplement the corresponding General Instructions to Tenderers (GIT) incorporated in Section II. The corresponding GIT clause numbers have also been indicated in the text below: In case of any conflict between the provision in the GIT and that in the SIT, the provision contained in the SIT shall prevail.

The sealed tender offer super scribed as “Design, Manufacture, Supply, Installation and Commissioning of Conveyor system at Railway Plat form” against Tender No. 046/MYS/MAINT(U)//2014-15 dated 14/07/2014" should be addressed to “The General Manager”, BRBNMPL, Mysore - 570003 so as to reach us on or before 14.30 Hrs on 20/08/2014. Tender Offers not super scribed as above are liable for rejection.

a. Copy of each page of Tender documents should be duly signed & seal affixed and submitted along with the Techno-commercial bid as a token of acceptance of tender conditions.

b.The first cover should contain i)) DD for Rs.500/- towards cost of tender document ii) EMD amount of Rs.81,000/- as detailed in clause 18 of General instruction to Tenderer (GIT) and superscibed as “Tender fee/EMD against tender No: 046/MYS/MAINT(U)//2014-15 dated 14/07/2014”.

c. The second sealed cover should have signed tender documents, along with Techno-commercial bid as per Section XII and superscibed as “Technical bid against tender No. 046/MYS/MAINT(U)//2014-15 dated 14/07/2014”.

d.The third cover should have price bid as per Section X and XI with superscription “Price BID – Tender No. 046/MYS/MAINT(U)//2014-15 dated 14/07/2014

e. The above three covers should be put in Final cover , sealed and properly superscribed as " Design, Manufacture, Supply, Installation and Commissioning of Conveyor system at Railway Plat form” against Tender No. 046/MYS/MAINT(U)//2013-14 dated 14/07/2014"

f. On opening of Main sealed envelope, in case envelope containing Tender fee and EMD is not found in order or price bid is open condition by tender opening committee, the other envelops shall not be opened and tender shall be rejected summarily.

g.The tender offer may be sent by Regd.Post/ Courier. Parties desirous of handing over Tender Offer by hand should drop the Tender Cover in the Tender Box kept in the Administration Building ground floor, after recording the offer details in the register kept on the tender box.

7

Section IV: General Conditions of Contract (GCC) This Section-IV shall be downloaded from website: www.brbnmpl.co.in under the section ‘Downloads’ and signed & stamped and submitted along with the Technical Bid as acceptance of terms & conditions. (Offer without the copies of Section-IV shall liable for rejection)

8

Section V: Special Conditions of Contract (SCC) The following Special Conditions of Contract (SCC) will apply for this purchase. These Special Conditions will modify / substitute / supplement the corresponding (GCC) clauses.Whenever there is any conflict between the provision in the GCC and that in the SCC, the provision contained in the SCC shall prevail.

1) Pre-Bid Visit: The bidders are advised to visit the Plant premises and to interact with our Maintenance (Utility) Division to have clear understanding about scope of work, volume of work, any doubt/clarification may be cleared/done before submitting their offers. Any claim of ignorance about the system or responsibility shall not be entertained in later stage.

2) Estimated Value: The estimated value for this work is `̀̀̀ 40.50 lakhs approximately (Rupees forty lakhs fifty thousand only)

3) Time schedule: Work shall be completed within 180 days from the date of receipt of work order. The total time period as specified above for the completion of the job is to be strictly maintained and is the essence of the order.

4) Payment: 90% of the total material/supply value shall be paid on receipt of the material subject to submission of Bank guarantee for 10% of total work order value valid till completion of warranty period. Remaining 10% of material/supply value and charges towards installation and commissioning shall be paid on satisfactory completion of complete work.

5) Security Deposit: As per clause 6 of General Condition of Contract (GCC).

6) Compensation for delay: For any delay beyond the time specified above without any valid reason, liquidated damages @ 0.5% of the value of the work shall be levied per week of delay, subject to a maximum of 10% of total value of works completed / final bill value. Quantum of liquidated damages assessed and levied by BRBNMPL shall be final and not challengeable by the supplier / contractor. Contractor has to apply for extension with valid reasons at least 10 days prior to the completion date.

7) Statutory Deductions: Statutory deductions such as WCT, VAT, Income Tax etc as applicable shall be effected while making payment.

8) Statutory requirements: The Contractor should comply with all statutory provisions as applicable such as but not limited to:-

a) Provisions of the Factories Act, Workman Compensation Act, Employers Liability Act, Contract Labour Act, Industrial Dispute Act, Minimum Wages Act, Payment of Wages Act, EPF and ESI Act including any modification thereof or any other law relating thereto and rules framed there under from time to time.

b) The Contractor shall indemnify the company from any claim due to any breach of statutory requirements and the company as a principle employer shall enforce the provisions of the act.

c) The contractor shall obtain licence / registration from Labour Authority / any other Statutory Authority including PF & ESI as may be required and shall furnish Statutory Returns and deposit contributions and Statutory Levies as per the Law of the Land as applicable from time to time. The Contractor shall be liable to furnish with the company all copies returns and documents as would be asked for time to time.

d) Any untoward incident arising out of improper supervision or inadequate safety measures will be the sole responsibility of the contractor. The Contractor shall conform to all the Labour Laws and shall remain solely responsible for the obligation under the relevant statutory provisions.

9

e) The contractor has to provide all statutory welfare measures for their workers.

9) BIDS submitted not in accordance with the above guidelines & with counter conditions will be liable for rejection. BRBNMPL will examine the materiality/Significance of the deviation /variation if any and shall take its own decision to accept or reject the tender. BRBNMPL’s decision on acceptance /rejection shall be final without assigning any reason thereof. BIDS once submitted will not be allowed for revision without the approval of BRBNMPL. Any withdrawal of BID after submission of offer will result in forfeiture of EMD and blacklisting of vendor. Parties not interested to participate in the tender for any reason, may please intimate us.

10) Materials: BRBNMPL shall reserve the right to reject any materials if it is found not in conformity with specification and terms and conditions of the order in all respect.

11) Warranty / Defects Liability Period: Warranty / Defects liability period against this item / job shall be One year from the date of Final Acceptance Certificate. The contractor shall be liable to replace/repair any defects within the warranty/defects liability period free of cost to the BRBNMPL.

12) Quantum of work: Quantities mentioned in the schedule of items are as per the prevailing condition & requirement and may vary during the execution of work. Any such variance will be accounted and paid extra as per the quoted rates.

13) Additional Work order: BRBNMPL may extend the Work order/place additional work order at a later date at the quoted rates, if required.

14) Incompletion/Discontinuation of work: If the work is not completed in all aspects or delayed beyond reasonable time or contractor discontinues the work abruptly, then BRBNMPL reserves the rights to get the remaining work/uncompleted work done through any other agencies at the risk and cost of the contractor. In such cases, the pending claims and Security Deposit of the contractor shall be forfeited.

15) Recovery & Rectification of work: In case contractor fails to attend the same as per defect liability period clause above within a week from the date of intimation, it shall be got rectified by the owner through another agency & money spent thus shall be recovered from the contractor.

16) Safety & Security Measures: a) The contractor should scrupulously conform to the safety and security norms as stipulated by

BRBNMPL while working in the security area. b) The contractor shall take all the precaution while executing this work. Protective gear such as

safety helmets, boots, belts etc. shall be provided by the contractor at his own cost to all his workers at site. The Contractor shall impose such requirements on all sub-contractors also. It shall be the responsibility of the contractor to ensure that such protective gear is worn at all times by all personnel working at site. BRBNMPL shall have the right to stop any person not wearing such protective gear from working on the site.

c) BRBNMPL is a security organization and the Govt. of Karnataka declares the premise as Prohibited Area. Hence the contractor has to abide by the security rules of the Company. The contractor has to ensure the character and antecedent of the persons deployed. The contractor must be in a position to produce such documents whenever he is asked to do so. Details shall be furnished as per format when called for. The contractor has to issue printed photo identity card to its workers duly authenticated by the designated security officer of the Company. Contractor should apply for Gate Pass for labours, welding permission and material entry pass etc. as per approved format only, well in advance to avoid any delay in issue of Gate passes.

10

d) While applying for pass, contractor must enclose copy of address proof (Voters ID card or ration card or driving license or passport etc., for all the workers for which gate pass has been requested. The details shall be submitted in the prescribed format as given below.

Sl No

Name of

Person

Father name

Age Present Address

Identification Mark

Signature of the

Individual

e) On award of the contract the contractor shall sign the Non-disclosure format and abide with

that. f) Any worker of the contractor, if found by the Company as unsuitable or having doubtful

integrity, shall be removed from the premises at the risk and cost of the contractor. The contractor shall vouch guarantee for the integrity of its workers.

17) Cleanliness: - Contractor is required to ensure complete cleanliness at the site. Debris generated during the day’s work should be disposed off immediately.

18) Electricity & Construction water: Necessary source of electricity & water required for carrying out the works will be taken from the available nearby source. Incase the same is not available it shall be arranged by BRBNMPL.

19) Legal jurisdiction: The court of Mysore (Karnataka State) only shall have jurisdiction to deal with and decide any legal matter of dispute whatsoever arising out of any work order placed by us.

11

Section VI: List of Requirements

Schedule No.

Brief description of goods and services (Related specifications etc.

are in Section-VII)

Accounting unit

Quantity Amount of

Earnest Money

1.

“DESIGN, MANUFACTURE, SUPPLY, INSTALLATION AND COMMISSIONING OF CONVEYOR SYSTEM AT RAILWAY PLATFORM”.

Nos

01

` 81,000/-

Required delivery Schedule: 180 Days. Required Terms of Delivery: F.O.R, BRBNMPL, Mysore Destination: General Stores, BRBNMPL, Mysore Preferred mode of Transportation: As decided by the Supplier.

`

12

Section VII: Technical Specifications

Design, Manufacture, Supply, Installation and Commissioning of Conveyor system at Railway Platform

I. SCOPE OF WORK:

1. The Supplier shall supply the items strictly as per the schedule of items and specifications given in schedule II.

2. The Supplier shall inspect the site, collect relevant data/information at site, understand prevailing site conditions, interact with BRBNMPL Engineering team and ascertain the exact requirements before participating in the tender.

3. The supplier shall Design, Manufacture, Supply, install, Commission, Test and finally hand over the complete system after fulfilling all the quality requirements (Section VIII) and certification of the same by BRBNMPL. This includes

(a) Installation and Commissioning of new conveyor system (08 Nos) along with lifting table. (b) Dismantling, shifting, installation and commissioning of existing four conveyors (04 Nos) along with all associated electrical items.

(c) The Drawing enclosed herewith are indicative only. Supplier should enclose their detailed Drawing along with their technical bid. The final drawing shell get it approved by supplier once the order is placed with them.

4. The Supplier shall supply the items strictly as per specifications mentioned in the schedule of items and execute complete work as per the approved drawings.

5. The Civil and other works related to this shall be supplier’s scope.

6. Any amendments/additions/deletions w.r.t approved drawings, specifications and scope of work during the work order period shall be binding on the contractor to make necessary changes and to execute the work accordingly. Any extra cost involved with the same shall be borne by BRBNMPL.

7. Three phase power supply (415V, 50Hz) shall be provided by BRBNMPL up to the conveyor control panel including termination at the panel. Providing the control panel is under contractor’s scope.

8. Supply of all the items as mentioned in Schedule of items is under the scope of supply. And any variation in supply while executing the work will be paid as per actuals.

9. The contractor shall take up any additional work need to be done for completion of work, which is not included in the scope of work with the consent of BRBNMPL. The cost incurred for such work shall be paid by BRBNMPL on producing separate bill for the same.

10. The contractor shall arrange all the required tools and tackles, labour, transportation etc, at his own cost.

11. Final Acceptance Test (FAT): Final acceptance test shall be carried after completion of commissioning of the entire system. The system shall deliver at least 200 boxes smoothly without any interruptions. The FAT shall be repeated again if any interruptions are encountered.

`

13

II. SCHEDULE OF ITEMS Sl No Item of work Qty Unit

01

Design, Manufacture and Supply of 655mm wide(center to center distance)*4920 mm long and 860mm height chain conveyor with necessary Drive unit (includes motor, gearbox), structural supports, carrying chain, Drive and Driven shafts with sprockets, Tensioning sprocket chain bottom support, Leg supports, Plumber Block with Bearings, Protection Covers, Fasteners and Miscellaneous items etc. Ref: Indicative drawing, tech specifications and makes

04 Set

02

Design, Manufacture and Supply of 500mm wide(center to center distance)*4920 mm long and 860 mm height chain conveyor with necessary Drive unit (includes motor, gearbox), structural supports, carrying chain, Drive and Driven shafts with sprockets, Tensioning sprocket chain bottom support, Leg supports, Plumber Block with Bearings, Protection Covers, Fasteners and Miscellaneous items etc. Ref- Indicative drawing, tech specifications and makes

04 Set

03 Control panel Complete (Consisting of PLC, HMI, Software, Contactors, Relays, SFU/MCBs etc). Ref: Tech specifications and makes

01 EA

04 Sensors. Ref- makes 01 lot

05 Power cables, communication cables, junction boxes, cable trays for routing all cables). Ref: Tech specifications and makes

01 lot

06

Design, Manufacture, Supply of powered lift table. Includes electrically operated scissor lift with powered chain conveyor on top plat-form, necessary Structural, Drive unit, Safety controls, fasteners. Ref: Indicative drawing, tech specifications and makes.

01 Set

07 Dismantling, Shifting, Installation and integrating with new Conveyors (Four Conveyors with all associated electrical system) to the new conveyor system.

01 Lot

08 Installation, Commissioning, Testing of above (Complete system includes new and existing ones).

01 lot

`

14

III TECHNICAL SPECIFICATIONS (i) CONVEYOR SYSTEM Sl No Description Specifications/construction details 01 Conveyor System Type Modular Chain Conveyor system 02 Type of Chain for carrying ½” Duplex Chain 03 Chain Conveyor speed 0.2 m/s (Minimum) 04 Chain & Sprocket type Duplex 05 Chain Bottom support UHMW-PE liners fitted on M S formed channel 06 Max payload of each box

including wooden box 400 Kgs

07 Max No of Boxes each conveyor shall accommodate

5 boxes (Each 400 Kgs)

08 Wooden box sizes Minimum size

Width Length Height

Maximum size Width Length

Height

728 mm 659 mm 1100 mm 860 mm 740 mm 1100 mm

09 Structurals Stringer Cross support Leg support Foundation plates Drive Base

100*50 M S Rectangular tube of ‘C’ class 50*50 M.S Rectangular ‘C’ class ISMC 75 M.S Heavy duty 10 mm thick M.S Plates 10 mm M.S plate

10 Drive Geared Motor Drive and tail shaft Bearing Drive & tail sprocket Transmission sprocket Jockey sprocket for tension adjustment Take up unit Drive Capacity

Heli-Bevel geared Motor (Foot or flange mounted). M.S round shaft of suitable size with bearing on two ends. Base mounted Pillow block. M.S Duplex with suitable teeth to match speed. M.S Duplex with suitable teeth to match speed. M.S Duplex with suitable teeth to match speed. Screw type with 100 mm linear adjustment. 1.50 KW(approx.) OR suitable drive capacity

11 Construction of Conveyor

Foundation plates grouted with adjustable screw. Leg supports fitted on adjustable screw. Leg supports bolted onto gazette plates welded on conveyor stringer. Stringers cut open on either ends for fitting the drive and tail sprocket.

`

15

Stringers cut open at the bottom for fitting the tensioning (jockey) sprocket with take up unit. Cross supports welded between stringer. Track welded onto main stringer Inside the track UHMW-PE liners shall be fitted to avoid friction and noise. Drive unit shall be mounted on the bottom side and connected to the main drive shaft. Drive shaft shall be mounted with one bearing unit on either end, and the drive shaft shall carry the transmission sprocket. Drive unit shall be mounted at the bottom onto supporting plate.

12 Sensors Shall be mounted at required places on adjustable brackets with reflector on other side. All fixed on the sides of stringer.

13 Cable Tray Galvanized, covered tray mounted on cross supports of the conveyor and shall run along the length of the conveyor.

14 Painting Powder coated painting of all structural/conveyor etc (ii) LIFTING TABLE FOR BOX LOADING

Sl No Description Specifications/Construction details 01 Lift table size Suitable size to accommodate the Boxes (Box

dimensions mentioned in III (i)-8 above) 02 Type of lift table Scissor type electrically operated with in built powered

chain conveyor on top platform. Both scissor lift and powered chain conveyor shall move up and down independently. The Chain shall not obstruct movement of trolley on lift table.

03 Capacity of lift table 500 Kgs 04 Designed Capacity 750 Kgs 05 Type of Screw Multi-lead suitable to lift 750 Kgs of weight 06 Structurals

Main frame Guide frame Scissors Top plate

ISMB of suitable size ISMB of suitable size Rectangular M S type Chequered plate- 6mm thick

07 Lifting speed Min 8 Mtrs/min 08 Drive Unit Foot mounted Geared Motor, Heli-Bevel of suitable

rating 09 Safety Upper and lower safety limit.

Optic Sensor for any obstacle over the flat-form. Sensor to check snapping of chain.

10 Painting Powder coated paint

`

16

(iii) ELECTRICALS & CONTROLS Sl No Description Specifications/Construction details 01 Electricals & Controls Includes Control panel with inbuilt PLC, necessary software,

HMI, Contactors, Relays, MCBs, SFU & instrumentations etc. Also includes Power cables, communication cables, junction boxes, cable trays , sensors, emergency controls etc.

02 Logics 1. Provision: Each Conveyor shall accommodate max of 5 boxes only. Provision for limiting max no of boxes from 1 to 5 in the programme.

2. The box will be lifted on scissor lift (lift with chain conveyor). Once the lift top end limit is reached the chain conveyor of lift shall start moving.

3. Each Conveyor shall start once the box is sensed by sensor at the entry point of respective conveyor (irrespective of number boxes in the conveyor) and shall continue to run.

4. If any Conveyor is filled with full capacity of boxes (5 boxes) or stopped due to any reason then the immediate trailing conveyor shall stop.

5. After the exit of last box from a particular Conveyor, if there is no entry of fresh box to this conveyor within 10 seconds then the Conveyor shall stop.

IV MAKES/STANDARDS Sl No Description Makes/Standards 01 Geared Motors LENZ/SEW/Equivalent 02 Carrying Chain TI/ROLON/ Equivalent 03 Drive, Tail, Tensioning

Sprocket TI/ROLON/ Equivalent

04 Pillow block with Bearing NRB/NTN/ Equivalent 05 Structurals IS Brands/ Equivalent 06 UHMW-PE Liners Spectra Plast/ Equivalent 07 Control Panel RITTAL/ Equivalent 08 Control/power/Communication

Cables FINOLEX/RR KABEL/POLYCAB Equivalent

09 Cable Accessories FINOLEX/RR KABEL/POLYCAB/ Equivalent 10 PLC with Accessories ALLEN BRADLEY/SIEMENS/MITSUBISHI/

Equivalent 11 Multifunction Meters on panel CONZERV/SCHNEIDER/ Equivalent 12 Push Buttons SIEMENS/ SCHNEIDER/ Equivalent 13 Photo-electric Sensors OMRAN/SICK/BANNER/PEPPERL/ Equivalent 14 Cable Tray G.I OF ANY STANDARD BRAND/ Equivalent

`

17

Section VIII: Quality Control Requirements.

1. The items supplied under this contract shall be of good quality, workmanship and strictly

as per specifications mentioned in schedule of items Section VII.

2. Any items found to be defective or sub-standard will be rejected.

3. Any defect in quality of workmanship shall be corrected or re-worked to the satisfaction of

BRBNMPL.

4. The complete work shall be carried out as per the approved drawings..

18

Section IX: Qualification/ Eligibility Criteria

I. Financial Soundness:

a) Average Annual turnover of the bidder during last three years ending 31/03/2014 should be more than Rs 12.15 lakhs and it should be reflected in audited financial report for the said period otherwise should be certified by Chartered Accountant.

b) Bidders should not have suffered any financial loss for more than one year during last three years ending 31/03/2014.

c) The net worth of the firm should not have eroded by more than 30% in the last three years ending 31/03/2014.

All financial standings data like P/L accounts, Balance sheets, etc. should be certified by certified accountants e.g. Chartered Accountants(CA).

II. Experience:

Contractor shall have experience in successfully completed similar works during last seven years ending 31/05/ 2014 shall be either of the following,

Three similar completed works costing not less than the amount equal to 16.20 lakhs.

Or

Two similar completed works costing not less than the amount equal to 20.25 lakhs.

Or

One similar completed work costing not less than the amount equal to 32.4 lakhs.

Note: "Similar works means Design, Manufacture, Supply, Installation and Commissioning of conveyor systems or any material handling system”.

19

Section X: Tender Form (To be submitted along with Price bid)

Date ……………………… To The General Manager, BRBNMPL, Note Mudran Nagar, Mysore – 570 003 Ref: Your Tender document No. …………………. dated ............... We, the undersigned have examined the above mentioned tender enquiry document, including amendment No. ------, dated __________________ (if any), the receipt of which is hereby confirmed. We now offer to supply and deliver ……………….. (Description of goods and services) in conformity with your above referred document for the sum of __________ (total tender amount in figures and words), as shown in the price schedule(s), attached herewith and made part of this tender. If our tender is accepted, we undertake to supply the goods and perform the services as mentioned above, in accordance with the delivery schedule specified in the List of Requirements. We further confirm that, if our tender is accepted, we shall provide you with a performance security of required amount in an acceptable form in terms of GCC clause 6, read with modification, if any, in Section V — "Special Conditions of Contract", for due performance of the contract. We agree to keep our tender valid for acceptance for a period up to as required in the GIT clause 19, read with modification, if any in Section-Ill — "Special Instructions to Tenderers" or for subsequently extended period, if any, agreed to by us. We also accordingly confirm to abide by this tender up to the aforesaid period and this tender may be accepted any time before the expiry of the aforesaid period. We further confirm that, until a formal contract is executed, this tender read with your written acceptance thereof within the aforesaid period shall constitute a binding contract between us. We further understand that you are not bound to accept the lowest or any tender you may receive against your above-referred tender enquiry. Dated this _______ day of ____ For & on behalf of (Signature with date) (Name and designation) Duly authorized to sign tender for and on behalf of ……………………..

20

Section XI: Price Schedule From To The General Manager BRBNMPL, Mysore -570 003

Sub: Price Bid for Design, manufacture, Supply, Installation and Commissioning of Conveyor system at Railway Platform. Reference: Your Tender No. 046/MYS/ MAINT (U)//2014-15 dated 14/07/2014 We have received your tender enquiry cited and are pleased to enclose the following as our commercial bid for your kind consideration.

Sl. No Item of work Qty Unit Unit rate( `̀̀̀ ) Amount (`̀̀̀ )

01

Design, Manufacture and Supply of 655 mm wide(center to center distance)*4920 mm long and 860 mm height chain conveyor with necessary Drive unit (include motor, gearbox), structural supports, carrying chain, Drive and Driven shafts with sprockets, Tensioning sprocket chain bottom support, Leg supports, Plumber Block with Bearings, Protection Covers, Fasteners and Miscellaneous items etc. Ref: Indicative drawing, tech specifications and makes

04 Set

02

Design, Manufacture and Supply of 500 mm wide(center to center distance)*4920 mm long and 860 mm height chain conveyor with necessary Drive unit (include motor, gearbox), structural supports, carrying chain, Drive and Driven shafts with sprockets, Tensioning sprocket chain bottom support, Leg supports, Plumber Block with Bearings, Protection Covers, Fasteners and Miscellaneous items etc. Ref: Indicative drawing, tech specifications and makes

04 Set

03

Control panel Complete (Consisting of PLC, HMI, Software, Contactors, Relays, SFU/MCBs etc). Ref: Tech specifications and makes

01 EA

21

04 Sensors. Ref- Tech specifications and makes

01 Lot

05

Power cables, communication cables, junction boxes, cable trays for routing all cables). Ref: Tech specifications and makes

01 lot

06

Design, Manufacture, Supply of powered lift table. Includes electrically operated scissor lift with powered chain conveyor on top flat-form, necessary Structural, Drive unit, Safety controls, fasteners. Ref: Indicative drawing, tech specifications and makes.

01 Set

07

Dismantling, Shifting, Installation and integrating with new Conveyors (Four Conveyors with all associated electrical system) to the new conveyor system.

01 Lot

08 Installation, Commissioning, Testing of above (Complete system includes new and existing ones).

01 lot

CST/ED @-----% on Sl No ------------- VAT @ -- % on Sl Nos------------------ Service Tax @ ---% on Sl Nos--------------- TOTAL

Total Amount ( ̀) in Words-------------------------------------------------------------------------------- We confirm that we will abide by all the tender terms & conditions and we do not have any counter conditions. Thanking you, Yours faithfully, Seal

( ) Name & Signature with date. Note: i) Price with condition(s) shall be liable for rejection. ii) Price should be quoted exactly as per the format. iii) Conditional discount/ rebate etc. shall not be considered. In case, discount is offered that

should be adjusted in the price and net price should be quoted.

22

Section XII –TECHICAL BID/QUESTIONAIRE

From, Company Name, BRBNMPL Vendor Registration No: Address: To The General Manager, BRBNMPL, NOTE MUDRAN NAGAR MYSORE - 570 003 Dear Sir, Sub: Technical bid “Design, Manufacture, Supply, Installation and Commissioning of Conveyor system at Railway Platform”. Reference: Your Tender No.046/MYS/ MAINT (U)/2014-15 dated 14/07/2014

We have received your Tender enquiry cited and we are pleased to enclose the following as our technical bid for your kind consideration.

1. Our company's profile.

a) Name of the firm :

b) Status of the firm : Proprietor / Partnership / Regd. Company / Co-op. Society

c) Local / Central Sales Tax / Service Tax / Excise Regn. No.: (Copy of Certificate enclosed)

d) Income Tax P.A.N. No.: (Copy enclosed)

e) Bankers and their Address:

f) Whether falling within MSME? (Micro, Small and Medium Enterprise) , if so please furnish documentary evidence to this effect. ( In case documentary evidence to this effect is not furnished it will be presumed that you do not belong to MSME and accordingly shall be taken on record.)

2. Documents in support of eligibility criteria : a) Financial Soundness:

Sl.No

Description 2011-12 2012-13 2013-14

1 Annual Turnover 2 Net profit 3 Net worth of the firm

(To be filled by tenderer. Please don’t write like “attached” or “refer”) b) Experience

Sl.No

Company Name Work order No & Date

Details of work

Order Value

Date of completion

1 2 3

23

4 5

(To be filled by tenderer. Please don’t write like “attached” or “refer”)

• We confirm that we possesses the necessary technical competence and financial resources as mentioned in Section -IX of this tender document, to ensure supply of the tendered item , as per your specifications and delivery schedule. Necessary documents like copies of Work orders, P/L Accounts, Balance Sheets, License copies are enclosed herewith.

• We have never been blacklisted /debarred by BRBNMPL. • We confirm having been in the business continuously for the last three years.

(documentary proof attached) • We also enclosed herewith DD No.______________for Rs. __________________as

EMD against this tender.

3. We confirm that we have quoted exactly for the tendered product as per your specifications given in Section VII.

4. We confirm that the Price bid is quoted exactly as per your format in Section-X &XI and is inclusive of material, labour and all statutory levies, duties, laying, freight, handling, loading, unloading charges, delivery at your Press.

5. We confirm that there would not be any price escalation during the supply period.

6. We confirm that we will abide by all the tender terms & conditions and we do not have any counter conditions. As required, we enclose herewith the complete set of copy of tender documents duly signed by us as a token of our acceptance.

7. We also confirm that the undersigned is duly authorized and have the competence to sign the contract for and on behalf of the firm.

Thanking you, Yours faithfully, Seal ( ) Name Signature with date. Note: Copies of applicable Documents are attached herewith.

24

QUESTIONAIRE

(To be submitted along with Technical Bid)

Description

Requirement Supplier

Remark Deviation

DD for Tender Fee Rs 500/- DD for EMD Rs 81,000/- Tender document duly signed and stamped

To be enclosed

Documents related to financial soundness

To be enclosed

Documents related to Experience

To be enclosed

Installation and Commissioning of complete system

As per approved drawings

Delivery schedule 180 days Geared Motors LENZ/SEW/ Equivalent Carrying Chain TI/ROLON Equivalent Drive, Tail, Tensioning Sprocket

TI/ROLON/ Equivalent

Pillow block with Bearing NRB/NTN/ Equivalent Structurals IS Brands/ Equivalent UHMW-PE Liners Spectra Plast/ Equivalent Control Panel RITTAL/ Equivalent Control/power/Communication Cables

FINOLEX/RR KABEL/POLYCAB/ Equivalent

Cable Accessories FINOLEX/RR KABEL/POLYCAB/ Equivalent

PLC with Accessories ALLEN/ Equivalent BRADLEY/SIEMENS/MITSUBISHI/ Equivalent

Multifunction Meters on panel CONZERV/SCHNEIDER/ Equivalent Push Buttons SIEMENS/ SCHNEIDER/ Equivalent Photo-electric Sensors OMRAN/SICK/BANNER/PEPPERL Cable Tray G.I OF ANY STANDARD BRAND/

Equivalent

Seal ( ) Name

Signature with date.

25

Section XIII: Bank Guarantee Form for EMD

B.G.No._______________ Date________________

WHEREAS Bharatiya Reserve Bank Note Mudran Limited (A wholly owned subsidiary of Reserve Bank of India) having its office at Bangalore and site office at Mysore / Salboni (hereinafter referred as “The Owner/Company” which expression shall unless repugnant to the subject or context includes its legal representatives, successors and assigns), has issued tender paper/purchase order (PO) vide its Tender/purchase order No. for_____________________________ (herein after called “the said tender”) to________________ (hereinafter called “the said tenderer(s)” which expression shall unless repugnant to the subject or context includes their legal representatives, successors and assigns) and as per terms and conditions of the said tender, the tenderer shall submit a Bank Guarantee for Rs.___________ (Rupees ______________________________only) towards Earnest Money/Security Deposit in lieu of cash. 1. We ___________________ Bank having its branch office at _________________ do hereby

undertake to pay the amounts due and payable under this guarantee without any demur merely on a demand from the Company stating that in the opinion of the company, which is final & binding, the amount claimed is due because of any withdrawal of the tender or any material alteration to the tender after the opening of the tender/any violation of Purchase Order by way of any loss or damage caused or would be caused or suffered by the Company by reason of any breach by the said tenderer(s)/supplier(s) of any terms and conditions contained in the said tender/PO or failure to accept the letter of Intent/Agreement or that the amount covered under this Guarantee is forfeited. Any such demand made on the Bank by the owner shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However our liability under this guarantee shall be restricted to an amount not exceeding Rs._________________ (Rupees _____________________________only)

2. We undertake to pay to the Company any money so demanded notwithstanding any

dispute or disputes raised by the tenderer(s) in any suit or proceeding pending before any office, court or Tribunal relating thereto, our liability under this present guarantee being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under. Our liability for payment there under. Our liability to pay is not dependent or conditional on the owner proceeding against the tenderer(s).

3. The guarantee herein contained shall not be determined or affected or suspended by the

liquidation or winding up, dissolution or change of continuation or insolvency of the said tendered(s) but shall in all respects and for all purposes be binding and operative until payment of all money due or liabilities under the said tender are fulfilled.

4. We ___________ Bank Ltd, further agree that the guarantee herein contained shall remain

in full force and effect during the period that would be taken for the finalization of the said tender/conclusion of supply or fulfillment of all contractual obligation under the said PO and that it shall continue to be enforceable till the said tender is finally decided and order placed/ all contractual obligation under the said PO fulfilled on the successful tenderer(s) and/or till the dues of the Company under/or by virtue of the said tender have been fully paid and its claims satisfied or discharged or till a duly authorized officer of the Company certifies that the terms and conditions of the said tender have been fully and properly

26

carried out by the said tenderer(s)/Supplier have been fully and properly carried out by the said tenderer/supplier and accordingly discharges the guarantee.

5. That the owner/Company will have fully liberty without reference to us and without

affecting this guarantee to postpone for any time or from time to time, the exercise of any of the power of the owner under the tender.

6. Notwithstanding anything contained herein before, our liability shall not exceed

Rs._______________ (Rupees____________________ only) us and shall remain in force till ________________ unless a demand or claim under this guarantee is made on us within three months from the date of expiry we shall be discharged from all the liability under this guarantee.

7. We __________________ Bank, lastly undertake not to revoke this guarantee during its

currency except with the previous consent of the Company in writing. We further undertake to keep this Guarantee renewed from time to time on the request of the Tenderer(s)

Date : _____________________ Bank Corporate Seal of the Bank By its constitutional Attorney

Signature of duly Authorized person

On behalf of the bank With seal & signature code

a) B.G. to be furnished from any of the Scheduled Banks. b) Address of BRBNMPL Office where tender is to be finalized should be referred in the BG.

27

Section XIV: Manufacturer's Authorization Form To ……………. …………… (Name and address of BRBNMPL) Dear Sirs, Ref. Your Tender document No .................. dated …………………….. We, ………………………………………… who are proven and reputable manufacturers of ………………… (name and description of the goods offered in the tender) having factories at …………………………. hereby …………………………… authorize Messrs (name and address of the agent) to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred tender enquiry documents for the above goods manufactured by us. We further confirm that no supplier or firm or individual other than Messrs. (name and address of the above agent) is authorized to submit a tender, process the same further and enter into a contract with you against your requirement as contained in the above referred tender enquiry documents for the above goods manufactured by us. We also hereby extend our full warranty, as applicable as per clause 16 of the General Conditions of Contract read with modification, if any, in the Special Conditions of Contract for the goods and services offered for supply by the above firm against this tender document. Yours faithfully, ……………………… ……………………… [Signature with date, name and designation] For and on behalf of Messrs (Name & address of the manufacturers] Note: This letter of authorization should be on the letter head of the manufacturing firm and should be signed by a person competent and having the power of attorney to legally bind the manufacturer

28

SECTION XV: Bank Guarantee Form for Performance Security ________________________________ [Insert Bank’s Name, and Address of Issuing Branch or Office) Beneficiary ______________________ [Insert Name and Address of BRBNMPL] Date:------------ Performance Guarantee No.----------------------------- WHEREAS ……………………………………………………………………. (name and address of the supplier) (hereinafter called "the supplier") has undertaken, in pursuance of contract no ………………. dated ……………. to supply (description of goods and services) (herein after called "the contract"). AND WHEREAS it has been stipulated by you in the said contract that the supplier shall furnish you with a bank guarantee by a scheduled commercial bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contract: AND WHEREAS we have agreed to give the supplier such a bank guarantee; NOW THEREFORE we hereby affirm that we are guarantors and responsible to you, on behalf of the supplier, up to a total of ________ (amount of the guarantee in words and figures), and we undertake to pay you, upon your first written demand declaring the supplier to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. We hereby waive the necessity of your demanding me said debt from the supplier before presenting us with the demand. We further agree that no change or addition to or other modification of the terms of the contract to be performed thereunder or of any of the contract documents which may be made between you and the supplier shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification. We undertake to pay BRBNMPL up to the above amount upon receipt of its first written demand, without BRBNMPL having to substantiate its demand. This guarantee will remain in force for a period of Sixty days after the period of tender validity and any demand in respect thereof should reach the Bank not later than the above date. (Signature of the authorized officer of the Bank) Name and designation of the officer Seal, name & address of the Bank and address of the Branch Name and designation of the officer Seal, name & address of the Bank and address of the Branch

29

Section XVI: Contract Form

(Address of BRBNMPL's office issuing the contract) Contract No ..... dated This is in continuation to this office' Notification of Award No. ……….. dated …………. 1. Name & address of the Supplier: ……………………….. 2. BRBNMPL's Tender document No. ……………….. dated ………….. and subsequent Amendment No. …………….. dated ………………. (if any), issued by BRBNMPL 3. Supplier's Tender No. ………….. dated ………… and subsequent communication(s) No…………………… dated ………….... (If any), exchanged between the supplier and BRBNMPL in connection with this tender 4. In addition to this Contract Form, the following documents etc, which are included in the documents mentioned under paragraphs 2 and 3 above, shall also be deemed to form and be read and construed as part of this contract:

i. General Conditions of Contract; ii. Special Conditions of Contract; iii. List of Requirements; iv. Technical Specifications; v. Quality Control Requirements; vi. Tender Form furnished by the supplier; vii. Price Schedule(s) furnished by the supplier in its tender; viii. Manufacturers' Authorisation Form (if applicable for this tender); ix. BRBNMPL's Notification of Award

Note: The words and expressions used in this contract shall have the same meanings as are respectively assigned to them in the conditions of contract referred to above. Further, the definitions and abbreviations incorporated under Section - V - 'General Conditions of Contract' of BRBNMPL's Tender document shall also apply to this contract. 5. Some terms, conditions, stipulations etc. out of the above-referred documents are reproduced below for ready reference: (i) Brief particulars of the goods and services which shall be supplied / provided by the supplier are as under: Schedule No.

Brief description of goods / services

Accounting unit

Quantity to be supplied

Unit Price (In Rs.

Total price

30

Any other additional services (if applicable) and cost thereof: Total value (in figure) (In words) (ii) Delivery schedule (iii) Details of Performance Security (iv) Quality Control

(a) Mode(s), stage(s) and place(s) of conducting inspections and tests. (b) Designation and address of BRBNMPL's inspecting officer

(v) Destination and despatch instructions (vi) Consignee, including port consignee, if any (vii) Warranty clause (viii) Payment terms (ix) Paying authority …………………………….. (Signature, name and address of BRBNMPL's authorized official) For and on behalf of Received and accepted this contract (Signature, name and address of the supplier's executive duly authorized to sign on behalf of the supplier) For and on behalf of (Name and address of the supplier) ……………………………………. (Seal of the supplier) Date: Place:

31

Section XVII: Letter of Authority for attending a B id Opening (Refer to clause 24.2 of GIT)

The General Manager Unit Address Subject: Authorization for attending bid opening on ________________ (date) in the Tender of _____________________________________________ Following persons are hereby authorized to attend the bid opening for the tender mentioned above on behalf of __________________________________ (Bidder) in order of preference given below: Order of Preference Name Specimen Signatures I.

II.

Alternate Representative

Signature of Bidder or Officer authorized to sign the bid Documents on behalf of the bidder

Note: 1. Maximum of two representatives will be permitted to attend bid opening. In cases where it is restricted to one, first preference will be allowed. Alternate representative will be permitted when regular representatives are not able to attend. 2. Permission for entry to the hall where bids are opened may be refused in case authorization as prescribed above is not produced.