notice inviting tender - welcome to balmer lawrie - …€¦ · · 2014-09-11notice inviting...
TRANSCRIPT
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
SBU – Industrial Packaging,
5, J. N. Heredia Marg, Ballard Estate,
Mumbai- 400001, India
Notice Inviting Tenders
Tender No. 1150PC0014 dated 08.10.2013
Online Two Bid e-Tender is invited for Design, Supply, Fabrication, Erection & Commissioning, Testing of “PNG Pipeline” through Balmer Lawrie procurement Portal https://balmerlawrie.eproc.
OR
Vendors can submit their sealed offer superscribing the envelope ‘Offer for PNG Pipeline’. The last date for submission of tender is 28.10.2013 at 2.30 p.m. at 5 J N Heredia Marg, Ballard Estate, Mumbai – 400 001.
Due date of Tender: 28.10.2013 at 02.30 pm
Opening of Technical Bid: 28.10.2013 at 03.00 pm
CONTACT DETAILS OF BALMER LAWRIE
BALMER LAWRIE & CO. LTD.,INDUSTRIAL PACKAGING, 5 J N HEREDIA MARG, BALLARD ESTATEMUMBAI – 400 001.
CONTACT PERSONS : Shri R S Patel,Mob- 9987784064, email ID : [email protected] A Chavan,Mob- 9892560056, email ID : [email protected]
1
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
Tender No. 1150PC0014 dated 08.10.2013
ONLINE TWO BID [PRE- QUALIFICATION/ TECHNICAL BID AND PRICE BID] E-TENDERS ARE INVITED FROM REPUTED ORIGINAL EQUIPMENT MANUFACTURERS WHO MEET THE PRE QUALIFICATION CRITERIA FOR DESIGN, SUPPLY, FABRICATION, ERECTION & COMMISSIONING, TESTING OF “PIPED NATURAL GAS (PNG) INDUSTRIAL INSTALLATION” AS PER DETAILED SPECIFICATIONS CONTAINED IN ANNEXURES V & VI OF THIS TENDER FOR OUR PLANT AT TALOJA, NAVI MUMBAI.
EARNEST MONEY DEPOSIT (EMD) FEES:
THE DEMAND DRAFT FOR EMD OF RS.25000/- SHOULD BE DRAWN IN FAVOUR OF BALMER LAWRIE & CO. LTD., PAYABLE AT MUMBAI. COPIES OF THE INSTRUMENTS EVIDENCING PAYMENT OF EMD MAY BE SCANNED & UPLOADED BEFORE BIDDING. THE PHYSICAL ORIGINAL INSTRUMENTS / DRAFTS SHOULD ALSO REACH OUR BALLARD ESTATE, MUMBAI OFFICE PRIOR TO THE DATE OF BID OPENING. BALMER LAWRIE & CO. LTD., WILL NOT BE RESPONSIBLE FOR ANY POSTAL DELAY. EMD RECEIVED AFTER DUE DATE / TIME WILL NOT BE CONSIDERED.
ALL DOCUMENTS REQUIRED IN THE TENDER CAN BE SCANNED AND SUBMITTED ONLINE THROUGH APPROPRIATE FORMS AS ATTACHED IN THE TENDER.
MSME/SSI UNITS WITH VALID REGISTERATION WITH NATIONAL SMALL INDUSTRIES CORPORATION LIMITED (NSIC / MSME), FOR THE ITEM TENDERED ARE EXEMPTED FROM PAYMENT OF EARNEST MONEY DEPOSIT.
NOTE :- Bidder having NSIC/MSME Registration needs to attach copy of valid Certificate applicable for the tendered item.
VENDOR UNDERTAKINGWE HAVE STUDIED THE TENDER DOCUMENT CAREFULLY AND HAVE QUOTED OUR LOWEST RATE IN ACCORDANCE WITH THETECHNICAL SPECIFICATIONS, TERMS & CONDITIONS AND SPECIAL TERMS & CONDITIONS AS LAID DOWN IN THE TENDER DOCUMENT. WE ALSO CONFIRM TO HAVE ACCEPTED ALL TERMS & CONDITIONS AND SPECIAL TERMS & CONDITIONS.
2
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
TABLE OF CONTENTS
Sr.No. Contents Annexure Page No.1 Pre-Qualification / Technical Bid I&II 4 & 5
2 General Information III 6
3 Scope of Work IV 7 - 8
4 Supply of items V 9 - 12
5 Piping Specification VI 13 - 16
6 Special Terms and Conditions VII 17 - 19
7 Terms and Conditions VIII 20 - 22
8 Contractor Obligation IX 23 - 25
9 Material & Workmanship X 26 - 27
10 Details of Bidder XI 28 - 29
11 Price Bid XII 30 - 34
12 Conditions for online bid submission XIII 35 - 36
3
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE - I
Pre-Qualification / Technical Bid
A. The bidder should be a registered empanelled contractor of M/s Mahanagar Gas Limited (MGL).
B. The bidder should be a reputed Designer, Supplier / manufacturer of PNG Installation. The bidder should have good credentials by way of past design, Manufacturing/ Supplying / manufacturer of PNG Installation as tendered to MNCs / Public Ltd Cos/ Public Sector Under taking customers .
C. The bidder should have a minimum experience of 5 years in Designing, supplying, installation & commissioning of Piped Natural Gas as tendered.
D. The bidder should have an in-house Design department.
E. The bidder should have supplied a minimum of five PNG Installations as tendered, within the past 5 years.
F. The bidder should have executed at least one Order with a single order value of INR 15 Lakh or more in the past 3 years for the tendered item .
G. The average annual turnover of the bidder based on the past three financial years should be at least INR 1 Crore
H. The bidder should have valid Central Excise/Service Tax / VAT / CST / PAN Registrations
I. The bidder should submit a Customer list of at least 5 buyers, who are reputed processor / manufacturer/ light engineering product manufacturers and atleast one customer located in MIDC Taloja / Navi Mumbai area.
J. Company Brochure.
K. Annexure I to be signed & stamped on all pages denoting acceptance of all technical specifications, output, etc. contained therein.
L. The bidder should have after sales service facility / set up within 50 Km radius of Taloja, Taluka - Panvel, District - Raigad , State - Maharashtra.
M. Earnest Money Deposit of Rs.25000.00
Bidders may kindly refer to Annexure II for list of documents required to be submitted against Pre-Qualification criteria.
Please note that bids not fulfilling the pre-qualification/technical criteria will not be considered for further evaluation.
BL reserves the right to relax the Pre-Qualification/technical criteria at its own discretion.
4
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE IIPre-Qualification / Technical Bid
Tender No. 1150PC0014 dated 08.10.2013
PRE QUALIFYING CRITERIA CLAUSE
DOCUMENT TO BE SUBMITTED
A COPY OF CERTIFICATION BY MAHANAGAR GAS LIMITED.
B SELF CERTIFICATION WITH DETAILS
C FACTORY LICENSE/ CERTIFICATE OF INCORPORATION
D SELF CERTIFICATION WITH DETAILS OF NO OF QUALIFIED DESIGNERS / SOFT WARE BEING USED
E COPY OF UNPRICED PURCHASE ORDERS/ CERTIFICATE FROM BUYERS
F COPY OF PURCHASE ORDER OR INDEPENDENT AUDITORS CERTIFICATION
G AUDITED OR PUBLISHED ANNUAL REPORTS OR CHARTERED ACCOUNTANT’S CERTIFICATION
H COPY OF CENTRAL EXCISE / SERVICE TAX / VAT / CST / PAN REGISTRATIONS
I SELF CERTIFIED LIST OF 10 CUSTOMERS
J COMPANY BROCHURE
K ANNEXURE I TO BE SIGNED & STAMPED ON ALL PAGES DENOTING ACCEPTANCE OF ALL TECHNICAL SPECIFICATIONS, OUTPUT, ETC. CONTAINED THEREIN
L SELF CERTIFICATION FOR AFTER SALES SERVICE FACILITY
M DD/PO TOWARDS EARNEST MONEY DEPOSIT
Any printed literature furnished by the bidder may be written in any other language provided that this literature is accompanied by an authenticated English translation, in which case, for purpose of interpreting the Bid, the English translation shall govern.
Company Seal Signature
Name
Designation
Company
ANNEXURE-III
5
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
GENERAL INFORMATION
Project brief:
M/s. BALMER LAWRIE & CO. LTD. is setting up a new PNG piping network at their plant
based in MIDC, Taloja as a part of their new upcoming plant.
This tender document is prepared to define the scope of activities required to complete
the supply of pipes, valves and other fittings, piping erection, commissioning & testing
work. All pages of this document along with drawing, sketches, which will be issued at
the time of execution, shall form the integral part of the contract.
TENDERER SHALL SUBMIT FOLLOWING INFORMATION:
Confirmation on the scope as detailed out in this tender including deviation, if any.
Manpower allocation for the above project along with their experience
Execution plan & Bar chart Schedule including the mobilization period till completion
of the job..
Experience in executing similar type of project
6
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-IV
SCOPE OF WORK
Design, Supply, Fabrication, erection & commissioning , testing, pre-commissioning of
process piping, fittings, valves, etc. with necessary supports, as per relevant IS/ISO
standards, codes & drawing / documents issued for PNG. The scope also includes the
following:
- Designing of the PNG route, piping, valves, fitting, etc as per BL’s requirement of CNG
as given in the tender specifications from M/s Mahanagar Gas Ltd (MGL).
- Liasoning activity for obtaining approval from office Chief Fire Officer (CFO) and
other related authorities including documentation/drawing/organizing visit
/inspection of competent authorities at site.
- Supply of Materials as per final approved Bill Of Material including scaffolding
- Unloading of the pipes/fittings etc and internal shifting.
- Fabrication and Erection of the pipeline
- Installation of Ball Valves, Globe Valves, Needle Valves, Pressure Gauges, Safety Relief
Valves, Remote Operating Valves, Gas Detectors
- Cardboard Blasting of Pipes
- Pneumatic testing of the laid pipelines at 5 kg/ cm2
- 100% Radiography of the pipe joints along with report.
- Welding of pipes using TIG welding process
- Testing of pipes with Air/Nitrogen
- Other Steel structure related work related to PNG
- Painting & Stenciling of pipes
7
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
Instruction to vendor:
- Vendor shall strictly use steel scaffolding while working at height(>1.8m) and shall
enforce use of all required PPE for the safe working of their manpower deputed at site.
- All precautions shall be taken by vendor while carrying out radiography for the pipe
joints at site.
- Vendor shall carry all required tools and tackles. The electrical panel for welding set
shall have proper socket, MCB, cable ( ~100m), proper trolley arrangement for holding the
O2 and acetylene cylinders in upright position, no cable joints shall be permitted.
8
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-V
[1] SUPPLY OF ITEMS:
Vendor to consider the Specs & make of the items are as per the below list. Vendor to
take approval from the buyer before procuring the below material
Specs Sch. Make/Supplier
Pipes
<40 NB Seamless A106Gr B ASME B 36.10 80 MSL / Jindal / Zenith
>40NB Seamless A106Gr B ASME B 36.10 40 MSL / Jindal / Zenith
Fittings
>40NB Seamless A234Gr B ASME B 16.9 /16.5 150 class
Gautam/Yogesh Enterprises
- For taking branch from the pipelines for pressure gauge/instrumentation connection,
sockolet half coupling must be used.
- All flanges used shall be weld neck
- Teflon tape for fitting the threaded connection to be consider by vendor.
- Copper jumper to be considered for all the flange joints for continuity
- Test certificates of all pipes, valves and fittings to be submitted to Balmer Lawrie after
procurement
Gasket , Nut/bolts, GI clamps for piping, rubber packing between pipeline & structure
- Nut, bolts and washers - High tensile bolts and nuts ( GI Coated)
- Make Unbrako /Equivalent
- Gaskets- Non asbestos based Aramid Gasket suitable for 150 Class rating min 3 mm
thickness.
- GI -U clamps with Two Nuts and Two Washers
- Rubber Sheets - Neoprene Sheets 3mm Thk
Valves
Ball valve with CS body, SS internal, flanged type suitable for 150 Class
Screwed end valve for size less than 25NB. Screwed end valve shall be fully SS of 600
Class rating.
Make- Audco / Virgo / L&T
9
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
Globe Valves
Globe Valve – Flanged End
Socket Weld for size less than 25 NB
Make: Audco/equivalent
Safety Relief Valves
Make : Fainger / Mekaster
Pneumatic Remote Operated Valve
Remote Operating Valves – Ball Valve with Pneumatic Actuator Actuator – Single Acting Spring Return TypeFire Safe - Ball Valve – 2 pc 150% Seat PTFE / RPTFE
Make : Virgo / Microfinish
Block & Bleed Type Needle Valve
Make : Industrial Valves/ Equivalent
Structural steel
Make – Tata/Jindal/SAIL/Vizag
Welding Electrodes
Make- Advani Oerlikon, L&T ( For Pipe ).
Gas Detectors
Make – Endee/ Omega Secure
gas leak detectors - based on png route
Pressure Gauges
Make – Waree / Baumer
Dial Size : 100 mm, Mounting : Bottom Direct, Media : Natural GasDial markings Single 0 to 2 barThread Size Connection : 1/2" NPT(M), Accuracy : +1% F.S.Case & Bezel : SS 304, Overrange: 130%, Sensing Element : SS 304 Bourdon TubePointer: Zero Adj. Pointer Movement: SS 304Socket : SS 304, Dial: All white with black numeralsGlycerine Filled, Window : Glass
10
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
[2] Technical Specifications
All piping work shall conform to relevant BIS/ISO or equivalent quality standards and
will be carried out as per specification given in the piping spec.
2.1 All welding work, equipment for welding, heat treatment, other auxiliary
functions & welding personnel shall meet the requirements of the latest editions of
the following accepted standards & procedures.
1. Welder Qualifications ASME BPV Sec. IX.
2. Non-destructive examination ASME BPV Sec. V.
3. Material specifications : Welding rods, electrodes & filler metals ASME BPV
Sec. II Part C.
2.2 Welding defects
Imperfections which are never allowed in welds are – Lack of fusion, pin/blow
holes, Shrinkage cavities in the crater, Longitudinal and transverse crack.
[3] MODE OF MEASUREMENTS
3.1 Unit prices in the Schedule of Quantities:
For any increase in quantities for either supply or services, the unit prices
quoted shall be applicable. However any transportation cost on supplies will
be paid at actuals.
3.2 The unit price of the various items shall include the following :
* All equipment, machinery, apparatus & materials required for
carrying out any tests which the BL may ask for in addition to the tests
generally required to prove quality & performance of Piping System.
* All the labour required to install the complete installation in
accordance with the specifications.
* Use of any tools, equipment, machinery, lifting tackles, scaffolding,
ladders, cranes/hydra etc. required by the contractor to carry out his work.
11
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
3.3. Measurement of Piping, fittings, valves, fabricated items: ( Only for
Services provided )
* All piping shall be measured in linear meter (to the nearest cm)
along the axis of the pipes & rates shall be inclusive of all the fittings e.g.
tees, bends, reducers, elbows, etc. excluding valves.
* The length of the pipe for the purpose of payment will be taken
through the centerline of the pipe & all fittings (e.g. Tees, bends, reducers,
elbows, structural supports) as through the fittings are also presumed to be
pipe lengths.
[4] TESTING
PNEUMATIC TESTING
Contractor shall perform Pneumatic testing of all Fabricated & Erected Piping.
Pneumatic Test – at 5 kg/cm2g pressure for 24hrs.
12
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-VI
PIPING SPECIFICATION
Sr. No. Item Description Qty. Unit
Specifications
1 Seamless Pipe - SA 106 Gr B 4 inch 310 Mtrs. Sch 40, ANSI B36. 10, C.S
, A 106 Gr. B 2 inch 190 Mtrs. Sch 40, ANSI B36. 10, C.S
, A 106 Gr. B 1.5 inch 6 Mtrs. Sch 80, ANSI B36. 10, C.S
, A 106 Gr. B 2 Flanges - WNRF, 150 Class
4 inch 35 Nos.
C.S, A 105, WNRF, Serrated finish, ANSI B 16.5, 150 Class , Sch.40
2 inch 13 Nos.
C.S, A 105, WNRF, Serrated finish, ANSI B 16.5, 150 Class , Sch.40
1.5 inch 1 No.
C.S, A 105, WNRF, Serrated finish, ANSI B 16.5, 150 Class , Sch.80
3 Flanges - SORF, 150 Class
2 inch 6 Nos.
C.S , A 105, SORF, Serrated finish, ANSI B 16.5, 150 Class , Sch.40
4 Blind Flanges-150 Class
2 inch 1 No.
C.S , A 105,RF, Serrated finish, ANSI B 16.5, 150 Class, Sch.40
5 Elbows - 90 Deg
4 inch 25 Nos.
C.S , A 234 Gr. WPB , Sch.40, BW to ANSI B 16.9
2 inch 26 Nos.
C.S , A 234 Gr. WPB , Sch.40, BW to ANSI B 16.9
6
Equal Tee / Unequal Tee/ Reducer
Equal Tee - 4 inch 4 Nos.
C.S , A 234 Gr. WPB , Sch.40, BW to ANSI B 16.9
Unequal Tee - 4 inch x 1.5 inch 1 No. C.S , A 234 Gr. WPB , Sch.40, BW to ANSI B
13
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
16.9
Unequal Tee - 4 inch x 2 inch 12 Nos.
C.S , A 234 Gr. WPB , Sch.40, BW to ANSI B 16.9
Reducer - 4 inch x 2 inch 1 Nos.
C.S , A 234 Gr. WPB , Sch.40, BW to ANSI B 16.9
7 Nuts and Bolts (High Tensile)
suitable for 4", 2" and 1.5" M16x80 136 Nos. A 193 Gr. B7/ A 194 Gr.
2H, Hexagonal Headed Bolts & Nuts with 2 Washers
M16x65 64 Nos. A 193 Gr. B7/ A 194 Gr. 2H, Hexagonal Headed Bolts & Nuts with 2 Washers
M14x60 4 Nos. A 193 Gr. B7/ A 194 Gr. 2H, Hexagonal Headed Bolts & Nuts with 2 Washers
8 Gaskets 4 inch 38 Nos. SS Spiral wound,150
Class, Thk 4.5 mm, Dimensions as per ANSI B 16.20
2 inch 28 Nos. SS Spiral wound,150Class, Thk 4.5 mm, Dimensions as per ANSI B 16.20
1.5 inch 2 Nos. SS Spiral wound,150 Class, Thk 4.5 mm, Dimensions as per ANSI B 16.20
9 GI Clamps 4 inch 125 Nos. Standard 2 inch 60 Nos. Standard
10 Ball Valves - Fire Safe 4 inch 4 Nos. 150Clas ,Flanged End
Valve 2 inch 13 Nos. 150 Class ,Flanged End
Valve
11 Block & Bleed Type Needle Valve
0.5 Inch 2 Nos. Standard
12 Globe Valves
14
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
4 inch 2 Nos. 150 Class ,Flanged End Valve
13 Globe Valve 0.75 inch – SW x SW 2 Nos. Socket Weld 0.5 inch – SW x SW 2 Nos. Socket Weld
14 Half coupling 0.75 inch 2 Nos. C.S., A 105, SW to ANSI B
16.11 0.5 inch 2 Nos. C.S., A 105, SW to ANSI B
16.11
15Remote Operated Valve - 4inch Flanged End 1 No. 150 ,Class Flanged End
Valve
16 Safety Relief Valve 1.5"X 4" 1 No.Standard 150 Class flange
17 Pressure Gauges 2 Nos. Standard (Bottom Connected)
18 Pipe Nipples
Pipe Nipples - 1/2" (PL × PL) 2 Nos. A106 Gr. B to ANSI B 16.11, BEP, 150mm long
Pipe Nipples - 1/2" (PL × TH) 2 Nos.
A106 Gr. B to ANSI B 16.11,NPT(M), 150mm long
Pipe Nipples - 3/4" (PL × PL) 2 Nos. A106 Gr. B to ANSI B 16.11, BEP, 150mm long
Pipe Nipples - 3/4" (PL × TH) 2 Nos. A106 Gr. B to ANSI B 16.11,NPT(M), 150mm long
19 Threaded Cap - 3/4" 2Nos. C.S., A 105, NPT(F),SW to
ANSI B 16.1120 Gas Detectors 15 Nos. Gas Detector with Alarm &
Control Panel21 Copper Jumpers 6 Kg Standard22
Rubber Sheet - Neoprene - 3 mm Thk 10 Kg
Standard
23Structure for Pipe Supports (MS Angles / Channels) 1500 Kg
24 Anchor Fasteners 150 Nos. 25 Flame Arrestor 1 No. 150 Class ,Flanged End 26 MS PLATE 12 mm thk. 1 sheet
1No.
27SS 304 – Sch 40 Pipes - 4 inch
15 Mtrs. (For underground piping)
28SS 304 - Sch 40 Elbows – 90 Deg – 4 inch
2 Nos. ( For underground piping)
15
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
29
SS 304 – Sch 40 – Flanges – WNRF – 4 inch
2 Nos. (For underground piping )Note:
1. The above quantities may vary during execution (+-10%).
2. The billing shall be based on the actual measurement carried out at site duly approved by M/S BALMER LAWRIE representative.
Abbreviations Used :
ANSI - American National Standard InstituteWNRF -Weld Neck Raised FaceSORF -Slip On Raised FaceRF - Raised FaceWPB - Welded Pipe ElbowBW - But WeldSW - Socket WeldPL - PlainTH - ThreadedBEP - Both End PlainNPT – Normal Pipe Thread
16
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-VII
SPECIAL TERMS & CONDITIONS
1. The tenderer means all parties/firms who respond against this tender notice and successful tenderer(s) mean party/parties, with whom the order is placed and shall be deemed to include the tenderer’s successors, representatives, heirs, executors and administrators duly approved by the firm.
2. Purpose of Contract:This contract is for Design, Supply, Fabrication, Erection & Commissioning, Testing of “PNG Pipeline”
3. i) All the rates given in the Price Bid should be expressed both in words and in figures and where there is difference between two, and rates given in the words will be authentic.
ii) Bidder should quote in the Price Bid format. Your quotation should contain all the elements such as Basic rate, Excise Duty, and Sales Tax etc. Excise Duty, Sales tax and Freight should be shown separately.
4. The tenderer is expected to quote in accordance with the terms and conditions of the Company. Printed Standard conditions which may accompany the quotation of the tenderer will not be acceptable.
5. Job completion period – 16 weeks from the date of Purchase Order.
6. Tender Evaluation
The tender would be finalized on the basis of Lowest Nett delivered price (NDP) Annexure III without the optional items.
7. The company reserves the right to accept any tender in whole or in part and reject any or all tenders.
8. The bidders are specifically advised to note that the Company normally would not carry out any negotiations except with such parties who is / are the lowest bidders originally. As such, it would be in the interest of the bidders to quote lowest possible rates.
9. Responses will be accepted subject to meeting the pre-qualification criteria mentioned in the tender.
10. In case of unsatisfactory performance of the successful tenderer (s) either in relation to quality of material or adherence to delivery schedule, Company reserves its right to cancel part or whole of the order and forfeit such amounts, as the Company may deem reasonable due to the loss of goodwill, business and goods due to such unsatisfactory performance, from the security deposit (s) deposited by the successful bidder.
17
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
11. Packing & MarkingThe successful bidder shall be held liable for all damages or breakages to the supplied items.
All packages should be marked for easy identification
12. Despatch InstructionsUnless otherwise specifically advised in writing, the goods shall not be despatched without prior inspection testing and release notes/Materials Acceptance certificates issued by inspectors/BL.
The goods shall be consigned in the name of consignee viz
AVP-ProjectsBalmer Lawrie & Co. Ltd.SBU – Industrial PackagingPlot No G-15, G-16, G-17MIDC Area, TalojaT.Q. Panvel, Dist RaigadMaharashtra - 410208India.
13. Erection & CommissioningThe bidder shall depute its engineer(s) for erection / commissioning of the equipment/machine at the project site in Taloja. The engineer(s) will train our technician(s) on operation and routine maintenance of the facility/system.
14. Guarantee/ WarrantyThe manufacturer / supplier / bidder shall provide in writing necessary guarantee /warranty that the complete piping including valves and fittings designed, manufac-tured and supplied to BL shall be new and free from defects in material, workmanship and design & construction and it will perform in accordance to the specification for a period of 12 months from the date of commissioning of the same. In the event of any deviation / non performance as per technical specification , the successful bidder will ensure repairing of the defective part(s) failing which will give free replacement with new items or defective parts or adjust the proportionate claim from the 10% retention money/Performance Guarantee.
15. Operation / Maintenance ManualThe bidder shall provide along with the machine two sets (Hard and Soft copy) of oper -ation and maintenance manual (in English) including manuals for mechanical / electric-al function, assembly drawings, hardware / software program, pneumatic diagram, troubleshooting chart and preventive maintenance schedule of the valves and its con-trol systems.
18
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
16. SafetyThe successful bidder should ensure necessary safety gears (like hand gloves / safety shoes/ helmet etc.,) are provided to their employees to perform the commissioning and erection at BL’s premises without any accident. In case of any accident/ injury to any of their employee, the bidder must bear all the required cost for the treatment/ hospitalization and absolve the Company for any such cost during the pendency of contract or in future. The successful bidder should ensure proper statutory safeguards against such eventualities
17. Statutory ComplianceThe successful bidder should take coverage under the Workmen’s Compensation Act for the workmen employed by them for the commissioning and erection of the items tendered in this tender. The successful bidder should also ensure that all compliances under PF/ESI/Contract Labor Registration etc. as applicable are complied with
18. In case of unsatisfactory performance of the successful bidder (s) either in relation to quality of material or adherence of specified delivery schedule, Company reserves its right to cancel part or whole of the order and forfeit such amounts, as the Company may deem reasonable due to the loss of goodwill, business and goods due to such unsatisfactory performance, from the security deposit (s) deposited by the successful bidder (s).
19
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-VIII
TERMS & CONDITIONS
1. Submission of tender will mean that the bidder have fully understood and accepted the terms and conditions of tender. Any subsequent revision on the same will not be considered and may lead to rejection of tender.
2. Earnest Money Deposit: Earnest Money Deposit {EMD} of Rs 25000.00 [Rupees Twenty Five Thousand only] is to be paid by Demand Draft payable at Mumbai in favour of Balmer Lawrie & Co. Ltd. Cheque and any other form of payment are not acceptable towards EMD. EMD will be refunded by cheque to unsuccessful bidders after finalization of tender. For accepted bidders, EMD of successful bidder will be adjusted towards Security Deposit against the Contract order placed on them. EMD will carry no interest. Linking with earlier transactions/adjustments with pending bills or any other amount payable by the Company is not allowed.
EMD is liable to forfeiture if :
a) In the event of withdrawal of offers during validity period of the offer.
b) Non acceptance of Contract Order.
c) Non confirmation of acceptance of Contract order within the stipulated time.
d) Any unilateral revision made by the bidder during the validity period of offer.
e) Non execution of the documents after acceptance of the contract due to any dispute of the bidder or any reason whatsoever.
f) Non submission of Security Deposit.
OFFERS RECEIVED WITHOUT EARNEST MONEY DEPOSIT WILL BE REJECTED.
3. Small Scale Units registered with National Small Industries Corporation Limited (NSIC / MSME), for item tendered are exempted from payment of Earnest Money Deposit.
4. Validity of Quotation: The quotation should be valid for the Company's acceptance for a period of 90 days (excluding the due date) from the date of opening of tender.
5. Sub-Contracting : The successful bidder shall not be allowed to sub contract either wholly or any part of the order without Company's prior written consent.
6. PAYMENT TERMSPayment will be made as follows :-
i) 30% advance against Bank Guarantee as per Balmer Lawrie format.
ii) 10% , against Bank guarantee for mobilization of erection crew, machines, equipment and reporting at site.
20
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
iii) Running Account(RA) payment will be made for work completed upto Rs.5.0 lacs or once in four weeks whichever is earlier on submission of running bills duly certified by authorized representative of the Company. Maximum two running bills allowed.
iv) Balance against completion of job after deduction of 10% towards performance Guarantee.
7. RETENTION MONEY/PERFORMANCE BANK GUARANTEE10% (Ten percent) of the total order value will be retained by BL as retention money for one year from the date of commissioning or 18 months from date of Despatch, whichever is earlier. The Bidders can provide Performance Bank Guarantee executed by a Nationalized Bank approved by RBI as per Company’s standard format which should be valid for 14 (Fourteen) months in lieu of retention money of 10%.. In the event of any deviation / non performance as per technical specification , the successful bidder will ensure repairing of the equipment / defective part(s), failing which will give free replacement with new machines or defective parts or adjust the proportionate claim from the 10% retention money/Performance Guarantee.
8. Consignment should be accompanied by valid documents such as Excise Gate Pass, Delivery Challan, Tax Invoice under VAT Scheme. Bills will not be accepted by us for payment without the consignee's acknowledgment in the delivery challans.
9. SECURITY DEPOSIT:Successful bidder will be required to pay Security Deposit equivalent to 10% of the Basic Value of the Order within 15 days of issue of the Purchase Order by way of Demand Draft / Pay Order in favour of ‘Balmer Lawrie & Co. Ltd., payable at Mumbai. The Company may also accept Bank Guarantee as per BLs standard format with an additional claim period of six months in lieu of the Security Deposit. Security Deposit can also be made directly to our Standard Chartered Bank (Account No. 222-0-526803-6, NEFT Code - IFSC “SCBL0036046) through electronic transfer and proof of transfer of funds deposited with us.
Cheque/Cash or any other forms of payment are not acceptable towards Security Deposit.
The Security Deposit will not bear any interest. EMD of the successful bidder will be adjusted in Security Deposit. Security Deposit is liable for forfeiture, if
- Successful bidder fails to supply tendered item as per delivery period.- Successful bidder violates the tender condition,- Security Deposit will be refunded only after successful completion of the
contract.
10. LIQUIDATED DAMAGES FOR DELAY IN COMPLETION OF JOB / QUALITY PROBLEMS
Successful bidder shall have to pay to the company by way of liquidated damagesand not as penalty an amount equal to 0.5% of the total value of the oprder so delayed for each week or part thereof such delay in delivery, subject to maximum of 5% of the total order value.
21
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
11. ARBITRATION
If any dispute or difference arises between the Parties inter alia in respect of the interpretation of this Agreement or of the rights or liabilities of either in respect of anything done or omitted or to be done or omitted hereunder, the Parties shall endeavour to settle such dispute amicably.
If not, such dispute or difference shall be referred for adjudication at Mumbai to a sole arbitrator to be appointed by COO[IP], Balmer Lawrie & Co Ltd.
The place of Arbitration shall be Mumbai, India. The arbitration proceedings shall be in the English language. Cost of Arbitration shall be equally shared between the Parties. It is expected that the arbitral award shall be a speaking award setting out reasons thereof. In making the award, the arbitrator(s) shall be bound by the intention of the Parties insofar as the same can be ascertained from this Agreement.
12. FORCE MAJEURE CLAUSE
If at any time during the continuance of this contract, the performance in whole or part by either party of any obligation under this contract shall be prevented or delayed by reasons of any war, hostility, acts of public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restrictions or acts of God (hereinafter referred to as events) then provided notice of the happening any such events if given by either party to the other within 21 days from the date of occurrence thereof neither party shall be by reason of such event be entitled to terminate this contract nor shall either party have any claim for damage against the other in respect of such non performance or delay in performance and deliveries under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist and decision of the COO (Industrial Packaging), Balmer Lawrie & Co. Ltd., as to whether the deliveries has been so resumed or not shall be final and conclusive, provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reasons of any such event for period exceeding 60 days, either party may at its option terminate the agreement.
We accept all your terms and conditions as stated above.
22
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-IXCONTRACTOR OBLIGATION
THE CONTRACTOR
[1] GENERAL OBLIGATIONS: The works as completed by the Contractor shall be wholly in accordance with the
Contract and fit for the purposes for which they are intended, as defined in the Contract. The works shall include any work, which is necessary to satisfy the M/s.Balmer Lawrie’s requirements. Contractors proposal and schedules, or is implied by the Contract, or arises from any obligation of the Contractor, and all works not mentioned in the Contract but which may be inferred to be necessary for stability or completion or the safe, reliable and efficient operation of the works.
The contractor shall execute and complete the works, within the time for completion, and shall remedy any defects within the Contract Period. The Contractor shall provide all superintendence, labour, Materials, Contractors Equipment, Temporary works and all other things, whether of a temporary or permanent nature, required in and for such execution, completion and remedying of defects.
The Contractor shall take full responsibility for the adequacy, stability and safety of all Site operations, of all methods of construction and of all Works, irrespective of any approval or consent by the M/s.Balmer Lawrie’s Representative.
[2] CONTRACTORS REPRESENTATIVE:
Unless the Contractors Representative is named in the contract, the Contractor shall, within 14 days of the Effective date, submit to the M/s.Balmer Lawrie’s Representative for consent the name and particulars of the person the Contractor proposes to appoint. The Contractor shall not revoke the appointment of the Contractors Representative without the prior consent of the M/s.Balmer Lawrie’s Representative.
The Contractors Representative shall give his whole time to execution of the Works. Except as otherwise stated in the Contract, the Contractors Representative shall receive ( on behalf of the Contractor ) all notices, instructions, consents, approvals, certificates, determinations and other communications under the Contract. Whenever the Contractors Representative is to be absent from the Site, a suitable replacement person shall be appointed, and the M/s.Balmer Lawrie’s Representative shall be notified accordingly.
The Contractors Representative may delegate, to any person, any of his powers, functions and authorities, and may at any time revoke any such delegation. Any such delegation or revocation shall be in writing and shall not take effect until the M/s.Balmer Lawrie’s Representative has received prior notice signed by the Contractors Representative, specifying the powers, Functions and authorities being delegated or revoked. The Contractors Representative and such persons shall be fluent in the language for day to day communications.
23
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
[3] COORDINATION OF THE WORKS:
The Contractor shall be responsible for the coordination and proper execution of the works, including coordination of other contractors to the extent specified in the M/s.Balmer Lawrie’s requirements. The Contractor shall, as specified in the M/s.Balmer Lawrie’s requirements, afford all reasonable opportunities for carrying out their work to:
Any other contractors employed by the M/s.Balmer Lawrie’s and their workmen,The workmen of the M/s.Balmer Lawrie’s , and The workmen of any legally constituted public authorities who may be employed in the execution on or near the site of any work not included in the Contract, which the M/s.Balmer Lawrie’s may require.
The contractor shall obtain, coordinate and submit to the M/s.Balmer Lawrie’s Representative for his information all details ( including details of work to be carried out off the site ) from subcontractors and suppliers. The contractor shall be responsible for the locations of their work or materials, in order to ensure that there is no conflict with the work or materials, in order to ensure that there is no conflict with the work of other subcontractors, the contractor or other contractors.
[4] SUBCONTRACTORS:The contractor shall not subcontract any or whole part of the job unless otherwise written permission granted by BL.The Contractor shall notify M/s.Balmer Lawrie’s Representative of each proposed Subcontractor not less than 7 days before the intended date of such Subcontractor commencing work on the site and;The contractor shall be responsible for observance by all Subcontractors of all the provisions of the Contract. The Contractor shall be responsible for the acts or defaults of any Subcontractor, his agents or employees, as fully as if they were the acts or defaults of the Contractor, his agents or employees.
[5] PROGRESS REPORTS : Fortnightly progress reports shall be prepared by the contractor and submitted to the M/s.Balmer Lawrie’s representative in two copies. The first report shall cover the period up to end of the calendar month after that in which the commencement date occurred; reports shall be submitted fortnightly thereafter, each within 3 working days of the last day of the period to which it relates. Reporting shall continue until the contractor has completed all work, which is known to be outstanding at the completion date stated in the taking over certificate for works.
[6] CONTRACTORS EQUIPMENT : Unless otherwise stated in Part II (Special conditions), the contractor shall provide all equipment necessary to complete the works. All contractors equipment shall, when brought on to the site, be deemed to be exclusively intended for the execution of the works. The contractor shall not remove from the site any such contractor’s equipment without the consent of the M/s.Balmer Lawrie’s representative. The contractor shall ensure to get the Challan signed and stamped by the Security and retain one copy with them for the returnable material/tools.
24
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
[7] CLEARANCE OF SITE : During the execution of the works, the contractor shall keep the site free from all unnecessary obstruction, and shall store or dispose of any contractor’s equipment or surplus materials. The Contractor shall clear away and remove from the site any wreckage, rubbish or temporary works no longer required.
Upon the issue of any taking over certificate, the contractor shall clear away and remove, form the part of the site and works to which such taking over certificate refers, all contractors equipment, surplus material, wreckage, rubbish and Temporary works. The Contractor shall leave such part of the site and the works in a clean and safe condition to the satisfaction of the M/s.Balmer Lawrie’s Representative. Except that, the contractor shall be entitled to retain on site, until the expiry of the contract period, such contractors equipment, materials and temporary works as required by him for the purpose of fulfilling his obligations under the contract.
25
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-X
MATERIAL AND WORKMANSHIP
[1] MANNER OF EXECUTION : All materials supplied and all work to be done shall be executed, in the manner set
out in the contract. Where the manner of execution is not set out in the contract, the work shall be executed in a proper, workmanlike and careful manner, with properly equipped facilities and non-hazardous materials, and in accordance with recognized good practice.
[2] DELIVERY TO SITE : The Contractor shall be responsible for procurement, transport, receiving, unloading
and safe keeping of all materials, contractors equipment and other things required for the completion of the works.
[3] INSPECTION : M/s.Balmer Lawrie’s and its Representative shall be entitled, during execution and
preparation at any places where work is being carried out, to inspect, examine and test the materials and workmanship, and to check the quality of materials to be supplied under the contract. The contractor shall give them full opportunity to inspect, examine, measure and test any work on site or wherever carried out.
The Contractor shall give due notice to the M/s.Balmer Lawrie’s Representative whenever such work is ready, before packaging, covering up or putting out of view. M/s.Balmer Lawrie’s Representative shall then either carry out the inspection, examination, measurement or testing without unreasonable delay, or notify the Contractor that it is considered unnecessary. If the contractor fails to give such notice, he shall, when required by the M/s.Balmer Lawrie’s Representative, uncover such work and thereafter reinstate and make good at his own cost.
[4] TESTING :If the contract provides for tests, the contractor shall provide all documents and other information necessary for testing and such assistance, labour, materials, electricity, fuel, stores, apparatus and instruments as are necessary to carry out such tests efficiently.
The contractor shall agree, with the M/s.Balmer Lawrie’s Representative, the time and place for the testing of the works as specified in the contract. The M/s.Balmer Lawrie’s Representative shall give the contractor not less than 24 hours notice of his intention to attend the tests. The contractor shall provide sufficient suitably qualified and experienced staff to carry out the tests specified in the contract.
If the M/s.Balmer Lawrie’s Representative does not attend at the time and place agreed, or if the contractor and the M/s.Balmer Lawrie’s Representative agree that the M/s.Balmer Lawrie’s Representative shall not attend, the contractor may proceed with the tests, unless the M/s.Balmer Lawrie’s Representative instructs the contractor otherwise. Such tests shall be deemed to have been in the M/s.Balmer Lawrie’s Representatives presence.
26
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
When the specified tests have been passed, the M/s.Balmer Lawrie’s Representative shall endorse the contractors test certificate, or issue a certificate to him, to that effect.
[5] REJECTION :If, as a result of inspection, examination or testing, the M/s.Balmer Lawrie’s Representative decides that any material or workmanship is defective or otherwise not in accordance with the contract, the M/s.Balmer Lawrie’s Representative may reject such material or workmanship and shall notify the contractor promptly, stating his reasons. The contractor shall then promptly make good the defect and ensure that the rejected item complies with the contract.
If the M/s.Balmer Lawrie’s Representative requires such material or workmanship to be retested, the tests shall be repeated under the same terms and conditions. If such rejection and retesting cause the M/s.Balmer Lawrie’s to incur additional costs, such costs shall be recoverable from the contractor by the M/s.Balmer Lawrie’s , and may be deducted by the M/s.Balmer Lawrie’s from any money due, or to become due, to the contractor.
27
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-XI
DETAILS OF BIDDER
The following information to be furnished by the bidder in the Pre-qualification / Technical / Un-priced Bid. 1. Name of the bidder
2. Whether Sole Trader/Partnership/ Private Limited Company / Public Limited Company / Small Scale Inds. [If SSI, certificate from NSIC to be attached]
3. a) Address
Address of the Registered Office
Address of the Branch Office quoted against this tender
Address of the Factory/Godown
b) Contact Persons with Tel.no. / Mobile no.
4. Year of Establishment : a) Factory Licence/ Registration No. :
(With Photo Copy)
b) Date of Registration : c) Year of Commencement : of Operations
5. No. of Employees :
(A) Total
(B) No of Qualified Engineers
(C) No of Qualified Designers
6. Year of Experience in Designing, supplying, installation and commissioning of Piped Natural Gas (PNG) Industrial Installation. (Should not be less than 10 Years. Preference will be given to vendors who have supplied similar capacity PNG installation in light engineering / fabrication / processing industry)
7. Design Tools / Software being used
8. No. of “PNG” installation of 600 SM3/Hr and above designed/supplied/installed in last 5 years. (Should not be less than 5 nos)
28
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
9. Single largest order executed in last 3 Years( Single order not be less than Rs 25 lacsTwo Orders not less than Rs 12 Lacs eachThree orders not less than Rs 8 Lacs each)
10. List of Customers with address &Telephone no of Contact Person to whom“PNG” installation of 600 SM3/Hr and above designed/supplied/installed in last 5 years. ( BL reserves the right to contact directly With the Customers enumerated)
11. Turn Over for last three completed Financial Year(Average Turn Over should not be less than Rs 3.0 Cr)
12. Excise Registration No.:(Copy to be attached)
13. Service Tax Registration No : (Copy to be attached)
14. Sales Tax / VAT Registration No. : STATE : CENTRAL (Copies to be attached0
15 Details about Bankers (Name, Branch, Address, Telephone Nos, NEFT Code, IFSC No, etc).
16. Details of PAN No.: (Please attach copy)
17. Income Tax clearance Certificate (Copy of last issued certificate to be submitted)
18. NSIC / MSME Registration Certificate ( Please attach copy of valid certificate applicable to The tendered item)
29
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-XII
PRICE BID (To be filled by BIDDER)
Tender No. 1150PC0014 dated 08.10.2013FOR SUPPLY
Sr. No. Item Description Unit Qty.
Unit Price
Total cost
1 Seamless Pipe - SA 106 Gr B 4 inch Mtrs. 310
2 inch Mtrs. 190
1.5 inch Mtrs. 6
2 Flanges - WNRF, 150 Class
4 inch Nos. 35
2 inch Nos. 13
1.5 inch No. 1 3 Flanges - SORF, 150 Class
2 inch Nos. 6 4 Blind Flanges-150 Class
2 inch No. 1 5 Elbows - 90 Deg
4 inch Nos. 25
2 inch Nos. 26 6
Equal Tee / Unequal Tee/ Reducer
Equal Tee - 4 inch Nos. 4
Unequal Tee - 4 inch x 1.5 inch No. 1
Unequal Tee - 4 inch x 2 inch Nos. 12
30
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
Reducer - 4 inch x 2 inch Nos. 1
7 Nuts and Bolts (High Tensile)
suitable for 4", 2" and 1.5" M16x80 Nos. 136
M16x65 Nos. 64
M14x60 Nos. 4
8 Gaskets 4 inch Nos. 38
2 inch Nos. 28
1.5 inch Nos. 2
9 GI Clamps 4 inch Nos. 125 2 inch Nos. 60
10 Ball Valves - Fire Safe 4 inch Nos. 4 2 inch Nos. 13
11 Block & Bleed Type Needle Valve
0.5 Inch Nos. 2
12 Globe Valves 4 inch Nos. 2
13 Globe Valve 0.75 inch – SW x SW Nos. 2 0.5 inch – SW x SW Nos. 2
14 Half coupling 0.75 inch Nos. 2 0.5 inch Nos. 2
31
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
15Remote Operated Valve – 4 inch Flanged End No. 1
16 Safety Relief Valve 1.5"X 4" No. 1
17 Pressure Gauges Nos. 218 Pipe Nipples
Pipe Nipples - 1/2" (PL × PL) Nos. 2
Pipe Nipples - 1/2" (PL × TH) Nos. 2
Pipe Nipples - 3/4" (PL × PL) Nos. 2
Pipe Nipples - 3/4" (PL × TH) Nos. 2
19 Threaded Cap - 3/4"Nos.
220 Gas Detectors Nos. 15
21 Copper Jumpers Kg 622
Rubber Sheet - Neoprene - 3 mm Thk Kg 10
23Structure for Pipe Supports (MS Angles / Channels) Kg 1500
24 Anchor Fasteners Nos. 15025 Flame Arrestor No. 126 MS PLATE 12mm thk. Kg
200
27SS 304 – Sch 40 Pipes - 4 inch
Mtrs. 15
28SS 304 - Sch 40 Elbows – 90 Deg – 4 inch
Nos. 2
29
SS 304 – Sch 40 – Flanges – WNRF – 4 inch
Nos. 2
32
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
FOR SERVICES
Sr. No. Nature of Job Unit Qty. Unit Price Rs.
Total Rs.
1 Design/Engineering LS 1 2 Liasoning with CFO LS 1 3 Fabrication of CS Pipes 4 inch Mtr. 310 2 inch Mtr. 190 1.5 inch Mtr. 6 4 Erection of CS Pipes 4 inch Mtr. 310 2 inch Mtr. 190 1.5 inch Mtr. 6 5 Ball Valves/Glove Valves/Needle Valves
Installation Nos. 25
6 Installation of Safety Relief Valve
No. 1
7 Installation of Remote Operated Valve
No. 1
8 Radiography of welded joints No 350 9 Cardboard Blasting & Nitrogen flushing
LS 1
10 Pneumatic Testing LS 1 11 Painting (one coat red oxide and two
coat yellow Epoxy paint)/ Stenciling on Pipes (includes supply of Material) inch mtrs 1650
12 Rubber Sheet Fixing LS 1
13Structure - Fabrication & Erection of Pipe Supports Kgs 1600
14 Anchor Fasteners fixing Nos. 150
15Fabrication / Erection of SS Pipe 4 inch
Mtrs. 15
Total
33
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
Total for Supply Rs.
Total for Services Rs.
Total for Supply + Services Rs.
Applicable Taxes :
For Supply
For Services
I / We have studied the Tender Documents carefully and have quoted our lowest rates, in accordance with the Technical Specifications Special Terms and Conditions and General Terms & Conditions as laid down in the Tender Documents.Company Seal :
Signature :Name :Designation :Company :Date :
34
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
ANNEXURE-XIII
CONDITIONS FOR ONLINE BID SUBMISSION
Procedure For Bid Submission
The bidder shall submit his response through bid submission to the tender oneProcurement platform at https://balmerlawrie.eproc.in by following the procedure given in the Catalogue.
Registration with eProcurement platform:
For registration and online bid submission bidders may contact HELP DESK of M/s C1 India Pvt., Ltd. Contact Nos. and email IDs for C1 India helpdesk officers Mr.Ritabrata Chakraborty (at Kolkata) , [email protected], +91-08697910411Mr.Ujjal Mitra, [email protected], +91-77026 69806Mr.Rajesh Kumar,[email protected] ,+91-96504 65143 Digital Certificate authentication:
The bidder shall authenticate the bid with his Digital Certificate (Class II) for submitting the bid electronically on eProcurement platform and the bids not authenticated by digital certificate of the bidder will not be accepted on the eProcurement platform.
All the bidders who do not have Digital Certificates need to obtain Digital Certificate. They may contact Help Desk of C1 India Pvt Ltd.
Submission of Hard copies:
After submission of bid online, the bidders are requested to submit the demand drafts / Bank Guarantee towards tender fees and / EMD along with other documents as required, to the Tender Inviting Authority before the due date at our Ballard Estate Office. The bidder shall furnish the Demand Draft and other documents either in person or through courier or by post and the receipt of the same within the stipulated time shall be the responsibility of bidder. 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.
The bidder is requested to get a confirmed acknowledgement from the Tender Inviting Authority as proof of submission of hardcopies.
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 the E-Procurement platform. The Company calling for tenders shall not be responsible for any claims/problems arising out of this.
35
Balmer Lawrie & Co Ltd. Tender No.1150PC0014 dt 08.10.2013
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 processing.
Before uploading scanned documents, the bidders shall sign on all the statements, documents, certificates uploaded by him, owning responsibility for their correctness / authenticity.
Disclaimer Clause:
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.
36