hooghly cochin shipyard limited, kolkata · 2020-03-13 · 2.5 mm thickness confirming to is 10748....
TRANSCRIPT
HOOGHLY COCHIN SHIPYARD LIMITED,
KOLKATA
DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING
OF RACK SYSTEMS AT HOOGHLY COCHIN SHIPYARD LIMITED,
KOLKATA
TENDER DOCUMENT
Tender No: HCSL/PROJ/190/TEN/2019-20
Hooghly Cochin Shipyard
Limited (HCSL)
Level 1,
The Legacy, 25 A, Shakespeare
Sarani, Kolkata, West Bengal - 700017
Consultant:
KITCO Ltd
Femith's,
PB No.4407, Puthiya Road,
NH Bypass, Vennala,
Kochi - 682 028
13th March 2020
4
Annexure 1
IMPORTANT INSTRUCTIONS
Suppliers shall take notice on the following points for its strict compliance
As the items are critically required for our production support, noncompliance of any of the
following points will invite disqualification of the submitted offer without any further
communication/ notice from this office in this regard.
I. For the consideration of the offer and its price bid opening, suppliers should ensure the
compliance of following points (which are mandatory in line with this particular tender) as
stipulated in the general terms and conditions of enquiry and commercial check list herewith.
1. Pre-Qualification Criterion
2. Payment of Tender fee
3. EMD
4. Liquidated damage
5. Payment terms
6. Validity of offer
7. Security deposit and performance guarantee
8. Guarantee
9. Authorization letter from the OEM (if applicable)
10. Risk purchase
11. Make and model number of offered item.
12. Submission of relevant catalog of equipment offered.
13. Self-certified copy of MSE/NSIC certificate, if applicable.
14. Price bid to be submitted in the price bid format attached at annexure-3
15. Unpriced bid as per annexure-3 to be submitted along with techno commercial bid with
details like percentage of taxes & duties applicable & details like quoted/nil/included to be
mentioned for each line item
II. A. The following benefits are extended for all the firms who are registered with district
industries centre and come under the category of Micro and Small Enterprises holding a valid
Entrepreneurs Memorandum (EM) part ii certificate or Undhyog Adhaar Certificate. However
in order to avail the benefits as per public procurement policy for MSME’s orders, 2012, all
MSE bidders are required to declare their Udyog Addhar Memorandum (UAM) number in
Central Public Procurement Portal (CPPP) compulsorily.
i. Tender Forms Shall Be Issued Free Of Cost
ii. Payment of earnest money deposit (EMD) is exempted
iii. The list of items published as part of MSME order dated 23rd march 2012
(Currently 358 items) shall be procured exclusively from MSE firms only.
B. For all firms who are registered with National Small Industries Corporation (NSIC) and
come under Micro and Small Enterprises holding a valid NSIC certificate. The below benefit
also extended in addition to above.
iv. Waiver of Security Deposit (SD) for the performance of the contract (10% of the order
value by the way of Bank Guarantee till the supplies are completed), up to financial
limit as mentioned in NSIC certificate, however to ensure performance of the item
during the guarantee period a Performance Bank Guarantee (PBG) (10% of order value
by the way of bank guarantee) to be submitted by the firm as applicable.
C. This tender shall be based on MSME order dated 23rd march 2012, pertaining to public
procurement policy
6
Annexure 2
TECHNICAL SPECIFICATION
1) General scope of work
Design, Supply, Erection, Testing and Commissioning of rack system inside the material
handling store for handling various loading conditions related to the yard operation. Three types
of units are required for the purpose.
1. Unit 1- Stacking is carried out with stacker machine. To be positioned in the main area under
the crane operation region as shown in the drawing
2. Unit 2- Stacking is carried out with stacker machine. To be positioned under the mezzanine
floor as shown in the drawing.
3. Unit 3- Multi level manual stacking with access stair and cat walk platform. To be positioned
under the mezzanine floor as shown in the drawing.
The reference drawing for the same is attached in Annexure 10
The spacing among the racks as well as the access passage need to be ensured for the movement
of the stacker machines as well as for ease of manual movement. Detailed specification for each
units are as presented below.
2) Technical Parameters
2.1 Unit 1-Main area (Stacker)
Sl
No
Parameter
Details
1. Size of pallets considered (L x W x H) 1200 x 1200 x 1300 (mm)
2. Total number of pallets to be stored: (minimum) 92
3. Maximum weight per pallet: 1 Ton
4. Levels required per rack 4
5. Mode of stacking: Using stacker machine
6. Total clear height available including cargo: 6300 mm
7. Width of passage among parallel racks: (minimum) 3100 mm
8. Area available for racks including stacker movement
(Approx) (L x B)
100 sq m
(11. 3 x 8.8 m)
7
2.2 Unit 2-Below Mezzanine floor (Stacker)
Sl
No
Parameter Details
1. Size of pallet in bottom and middle row (L x W x H) 1200 x 1200 x 1300 (mm)
2. Number of pallets to be stored in bottom and middle
rows
14
3. Size of pallet in top row (L x W x H) 1200 x 1200 x 900 (mm)
4. Number of pallets to be stored in top rows 7
5. Maximum weight per pallet: 1 Ton
6. Mode of stacking: Using stacker machine
7. Total clear height available including cargo: 4500 mm
8. Width of passage among parallel racks: (minimum) 3100 mm
9. Area available for racks including stacker movement
(Approx)
54.25 sqm
The clearance space among the racks should be maintained for smooth operation of the stacker
machines.
2.3 Design details: (For unit 1 and unit 2)
2.3.1 Upright:
The main vertical member of the racking system shall be made of Roll formed 6 bend profile
with minimum thickness of 1.6 mm. The upright should have slots at a pitch of 50mm and offer
proper locking with the beam connectors. The upright must be designed for taking axial as well
as bending stresses due to eccentric loading. Uprights are mounted on the undercarriage with
bolted system. The system has to be powder coated and manufactured by roll forming. The
manufacturing processes of punching and forming to be in one flow and a synchronized
operation, thereby providing dimensional accuracy and contour uniformity consistently.
Dimensions: Profile width & Profile depth to be chosen based on the design standard criterion
and as per the loading conditions mentioned.
2.3.2 Base plate:
Thickness of 6 mm to be provided as standard, manufactured with Welding & press forming
with Powder coated finish. The base plate to be anchored to the floor using standard fasteners.
Shims should be used as required for adjusting the undulations on the floor level.
2.3.3 Beam:
The horizontal and load bearing members of the superstructure should be of Box profile/ Z
profile made with roll formed with single blank roll formed and hemmed efficient weight
carriage Sections with minimum thickness of 1.6 mm with lip connectors welded to it. The lips
8
fit into the upright slots giving rigidity and stability to the system. Permissible deflection of
beam is span/200. Manufactured with roll formed and welded and powder coated finish.
2.3.4 Diagonal & Horizontal Bracings:
Made of standard Lipped channel profile of minimum 1.6 mm thickness in required length.
2.3.5 Hardware
All fasteners used should be of grade 8.8. These are with galvanized finish to suit industrial
atmosphere. Approved make: Wurth/ Hilti.
Safety accessories like Column Guard, Row Guard and Row Connectors, Back Stopper, Row
Spacer, Tie Bar, Upright Guard, Aisle connectors should be given for ensuring the stability and
stacker movement in between racks. The Approximate quantity of the required accessories are
as mentioned below.
Column guard– 22 Nos.
Row Guard 1000 mm – 6 Nos.
Row Guard 2000 mm – 2 Nos.
Row Connector 250 mm– 9 Nos
Aisle Connector (Approx 3000 mm)- 9 Nos
Unit 3-Below Mezzanine floor (Multi level racking)
Sl
No
Parameter
Details
1. Minimum Load to be considered per loading
platform
B type Unit 250 Kgs UDL
C type Unit 500 Kgs UDL
2. Mode of stacking: Manual
3. Total clear height including cargo: 4500 mm
4. Number of loading levels below catwalk
platform (Minimum)
4
5. Number of loading levels above catwalk
platform (Minimum)
4
6. Size of each loading unit (L x W x H) (B type)
mm
1800 x 600 x 500
7. Size of each loading unit (L x W x H) (C type)
mm
1800 x 1200 x 500
8. Length of B1 unit:* Vendor to specify
9. Length of B2 unit:* Vendor to specify
10. Number of racks units (In reference to the
drawing)(minimum)
9
C type 6 Sets
B type 6 sets
11. Height of each level (minimum) 500 mm
12. Width of passage among parallel racks
(minimum)
900 mm
13. Landing Height of catwalk platform from
ground (Approx)
2100 mm
14. Area available for racks including staircase
(Approx)
54.25 sqm
*Width and height of units are same as B and C
2.4 Design Details: (For unit 3)
2.4.1 Upright
The main vertical member of the multi-level racking system shall be made of Roll formed 6
bend profile having adjustable pitch of 50 mm. The thickness of the section shall be considered
minimum 1.6 mm. The upright must be designed for taking axial as well as bending stresses
due to eccentric loading. Uprights are mounted on the undercarriage with bolted system. The
system has to be powder coated and manufactured by roll forming. The manufacturing processes
of punching and forming to be in one flow and a synchronized operation, thereby providing
dimensional accuracy and contour uniformity consistently
Dimensions: Profile width & Profile depth to be chosen based on the design standard criterion
and as per the loading conditions.
2.4.2 Base plate:
Thickness of 6 mm to be provided as standard, manufactured with Welding & press forming
with Powder coated finish. The base plate to be anchored to the floor using standard fasteners.
2.4.1 Beam:
The horizontal and load bearing members of the superstructure should be of Box profile/ Z
profile made with roll formed with single blank roll formed and hemmed efficient weight
carriage Sections with minimum thickness of 1.6 mm with lip connectors welded to it. The lips
fit into the upright slots giving rigidity and stability to the system. Permissible deflection of
beam is span/200. Manufactured with roll formed and welded and powder coated finish.
2.4.2 Diagonal & Horizontal Bracings:
Made of standard Lipped channel profile of minimum 1.6 mm thickness in required length.
2.4.3 Storage deck plate (Shelves)
The Cross section of Decking Panels shall be from roll formed lipped C Section. Ends of the
panel shall have notches facilitating the seating of panel on the beam. The panels are to be
fastened to the beam units with proper arrangements and should facilitate the load requirements
of 250 Kgs (B type) and 500 Kgs (C type) as mentioned.
2.4.4 Stair case
Stair case structure should be provided in the system having a minimum stair width of 900 mm.
The landing platform should be at an approximate height of 2100 mm from the ground. The unit
10
should be integrated with the catwalk platform with ease of movement. System should be
designed to carry the mentioned loads and man movement.
Steps: should be made with Chequered steel plate (Anti-skid embossed type) with minimum
2.5 mm thickness confirming to IS 10748. The same should be fabricated with Multi bend
moulded designed without any sharp edges and for taking necessary load of the system. Kick
plate should be provided on the steps for safe movement.
Hand rails: The stairs should be provided with minimum 2 hand rails on either side. The top
hand rail shall be at 1200 mm and the second rail to be kept at 600 mm. Diameter of pipe:38
mm.
2.4.5 Catwalk Panel platform
Walkway panel is roll formed construction made in single piece without welding. Walkway
panel acts as flooring in multi-tier system. They are to be designed to offer maximum load
bearing capacity with high standards of stability and safety. Height of panel is to be 45mm & it
has side slots for inter bolting and slots at lips for bolting to the walkway beam/Runner angle.
The manufacturing process of punching and forming is to be in one flow and a synchronized
operation, thereby providing dimensional accuracy and contour uniformity consistently. The
walkway platform to be designed with a consideration of trolley with load and man movement
on the system.
Design load: minimum 300 Kg UDL per square meter
2.4.6 Catwalk hand rail
Hand rails to be provided along the catwalk platform for safe movement of man and material.
In total three hand rails are to be considered as shown below. These are to be properly bolted to
the upright using the railing clamp and open ends of the rails are blocked by Railing cap. Kick
plate (L section) is to be provided throughout the length as shown in the reference image.
Diameter of the railing pipe shall be 38 mm.
11
2.4.7 Hardware
All fasteners used should be of grade 8.8. These are with galvanized finish to suit industrial
atmosphere. Approved make: Wurth/ Hilti.
2.4.8 Side and Back mesh
The two sides as well as the back side of the rack systems should be provided with mesh as
specified below for secure material storage.
Mesh size: 25 x 25 x 2.5 mm thick with end Cover and Centre Stiffener Bolted with Upright
Column.
Toe Guard and any other safety guards necessary, are to be provided for safe and effective man
& material movement within the unit.
2.5 Standards and Practices
2.5.1 Raw Material:
Load bearing members of the system are to be made out of high strength HR steel having
properties equivalent to grades specified by IS 5986:2011 / IS 2062:2011.
The components shall be manufactured from superior quality prime Cold Rolled/ Hot Rolled
skin passed sheets of steel conforming to IS 10748 / IS 513-D / IS 2062 Gr A or equivalent
foreign standard specification with minimum yield stress of 2100 kgs per sq cm.
All fasteners like nuts, bolts, etc. are to be sourced conforming necessary standards meeting the
overall design requirement of the Storage racks from reputed fastener manufacturers.
All Angles, Gratings shall be confirming to IS 10748 or equivalent.
All Panels shall be confirming to IS 513 or equivalent.
All the steel raw material should be procured from one of the following companies only: Jindal
Steel and Power, SAIL, TATA steel Ltd, Vizag Steel, Essar steel. The proof of above
procurement with item code and test certificate should be submitted by the contractor for the
respective work.
2.5.2 Racking Design code
The following codes for designing of Racking systems should be followed as applicable:
ANSI-MH-16.1-2008 Specification for the design testing & utilization of industrial steel
storage racks (American)
BS EN 15512:2009 Steel static storage systems - Adjustable pallet racking systems – Principles
for structural design (European)
SEMA Code of practice for the Design of Adjustable Pallet Racking (British)
2.5.3 Structural Design Codes:
The following codes are to be followed for the structural design as applicable:
IS 801 - 1975 Code of Practice for use of Cold-formed Light Gauge steel structural members
in General Building Construction
IS 800 – 2007 General Construction in Steel - Code of Practice
12
BS 5950 – Part V Structural use of steelwork in building - Part 5 - Code of Practice for design
of cold-formed thin gauge sections (British)
EN 1993-1- Part 3 Design of steel structures. General rules. Supplementary rules for cold
formed members and sheeting (European)
AISI -1996 Cold Formed Steel Design Manual – American Iron and Steel Institute (American)
2.5.4 Finish and Pre treatment
All components (Except GI Finish) shall be Pre- Treated with Chemical process and Epoxy
Powder coated and Heat treated at required temperature.
For long life and protection from corrosion entire structural frame members should be powder
quoted. All Powder coated components to be given a thorough anti-rust treatment. The average
dry film thickness (DFT) after powder coating should be 30 microns (min). All powder coated
components to be subjected to anti-corrosion treatment, viz. De-greasing as per IS 6005:1970
(use prevailing latest edition), rinsing, phosphating as per IS 3618:1966 (R2002) (use prevailing
latest edition), and Demineralized water rinsing. Testing of paint for various physical and
chemical properties to complete as per 1S 101: 1964 (use prevailing latest edition) should be
conducted.
2.6 Standard accessories
The rack system should be complete in all aspects along with standard accessories required for
the operation.
2.7 Essential spares
The list of essential spares (Qty and cost of each component) for the two years of normal
operation shall be submitted along with the offer. The cost of essential spares will not be
considered for evaluating the L1 bidder.
All design factors, material parts and workmanship shall comply with National or International
standards.
2.8 Manuals & catalogues:
Any manuals for operation/maintenance shall be submitted along with the equipment.
Detailed drawing including plan and elevation views with dimensions of all three units to be
submitted along with the document for reference purpose during the bid submission. All details
related to the total loading height and any other to be indicated in the drawing.
The successful bidder shall submit the design calculations along with the final drawings for
review after the release of PO. The manufacturing of the same shall be commenced only after
receiving the intimation from the Engineer. Any changes intimated for meeting the final
requirements of the system, has to be carried out by the contractor within the quoted rates and
no additional claims shall be entertained by HCSL.
Note: All three units should be designed to carry out the intended load and mode of operation
as mentioned in specifications. It is the responsibility of the contractor to ensure the chosen
dimensions or standards are meeting all the loading and mode of operations mentioned
anywhere in the specifications.
13
Annexure -3
PRICE BID FORMAT
SL
NO
DESCRIPTION Qty Unit RATE AMOUNT
1. Heavy duty Rack- Unit 1 (Open area)
Design, Supply, Installation, Testing and
Commissioning of heavy duty rack systems for
unit 1 as per technical specifications mentioned
in the tender document including standard
accessories and approved by the Engineer. Rate
including transportation, loading and unloading,
other expenses, etc. Complete
1 Each
2 Heavy duty Rack- Unit 2 (Below Mezzanine)
Design, Supply, Installation, Testing and
Commissioning of heavy duty rack systems for
unit 2 as per technical specifications mentioned
in the tender document including standard
accessories and approved by the Engineer. Rate
including transportation, loading and unloading,
other expenses, etc. Complete
1 Each
3 Heavy duty Rack- Unit 3 (Multi level)
Design, Supply, Installation, Testing and
Commissioning of heavy duty rack systems for
unit 3 as per technical specifications mentioned
in the tender document including standard
accessories and approved by the Engineer. Rate
including transportation, loading and unloading,
other expenses, etc. Complete
1 Each
Sub Total ( 1,2 & 3)
GST (18%)
TOTAL COST (Inclusive of GST)
Total cost (In words)
1. L1 will be evaluated based on the total cost of all the units mentioned above
2. The cost of essential spares will not be considered for evaluating the L1 bidder, however the
same list need to be submitted along with the technical submission of the bid
Signature:
Name and Address of the firm:
14
Annexure 4
GENERAL TERMS AND CONDITIONS (ENQUIRY)
1. Tenderers are to carefully go through the terms and conditions and the technical specification of the items for which offers are called for. Deviations, if any, shall be specifically brought out in the offer.
2. Offers are to be furnished in duplicate and should be free from overwriting. Corrections and additions, if any, must be attested. Incomplete/ambiguous offers are likely to be rejected.
3. Indigenous tenderers should quote prices for delivery of materials at HCSL stores. [Address: Hooghly Cochin Shipyard Ltd (HCSL), Satyen Bose Road, Danesh Sk Lane (PO),Nazirgunge, Howrah, West Bengal, PIN -711109]. Insurance for transit shall be arranged by the vendor.
4. Overseas firms should quote prices both on FOB and C&F Kolkata terms.
5. Prices should be valid for acceptance for a period of four months from the date of opening of tender.
6. No enhancement of rate for whatever cause will be allowed once the offer is accepted and an order is placed. Withdrawal of the quotation after it is accepted or failure to make the supply within the stipulated delivery period will entail cancellation of the order and forfeiture of Security deposit, if any and/or risk purchase.
7. GST is to be indicated in the price part for single bid and in techno-commercial part for two bid. HSN code (Harmonized System Nomenclature code) for each item to be indicated in techno commercial bid.
8. Delivery time required for supplies is 4 months from the date of issue of PO.
9. HCSL terms of payment are
70% of the quoted value on receipt of all item / equipment at HCSL stores.
30% of the quoted value after complete installation, testing, commissioning with satisfactory completion of Engineer and on compliance of all contractual requirements of the entire system (not part).
10. Payment towards all ‘on account’ bills shall be normally paid by the Client within 30 working days from the date of receipt of error free / certified bill by the Engineer as far as possible.
11. Manufacturer's name, their trademark and brand, if any, should invariably be mentioned and illustrative leaflets giving technical particulars etc., should be attached to the offer.
12. Materials offered shall confirm to HCSL specifications and drawings.
13. Site Visit: Bidder can visit the site on 23/03/20 to 24/03/20. The Client and Consultant shall be present at site for detailing the scope of project. Bidder is advised to visit and examine the site in compliance with its surroundings and familiarize himself with the existing facilities and environment. The bidder shall collect all other information including applicable laws, which he may require for preparing and submitting the bid and entering into the Contract. Claims and objections due to ignorance of existing conditions or inadequacy of information will not be considered after submission of the bid and during implementation.
For site visit please contact
1. Sri Manikumar –Mob: 9884910516
2. Sri P Mazumder –Mob: 7205000670
15
3. Sri Samrat Basu – Mob: +91 9094362621
4. Sri Sivaprasad SP– Mob: +91 7596077472
14. Security Deposit: - The successful tenderer must remit a security deposit of 10% of the order value
by way of Bank Guarantee as per HCSL format at Annexure 9 from a Nationalized or Scheduled
Indian Bank if an order is placed on the firm towards satisfactory performance of the contract and for
enforcement of agreed performance guarantee as per the Guarantee clause. The Bank Guarantee
should be initially valid till completion of supplies and later revalidated to cover the guarantee period
indicated at clause 18 plus a grace period of 28 days.
15. Force Majeure condition: - Should failure in performance of the contract or part thereof arise from
war insurrection, restrain imposed by Government, Act of Legislature or other Statutory Authority or
illegal strike, riot, legal lock-out, flood, fire, explosion, act of God or any inevitable or unforeseen
event beyond human control which may be construed as reasonable ground for an extension of time,
HCSL may allow such additional time as is mutually agreed, to be justified by the circumstances of
the case. The occurrence/ cessation of force majeure situation is to be informed with documentary
evidence within 15 days from the date of occurrence/cessation.
16. Liquidated Damage: - Liquidated Damages will be levied at the rate of 0.5% of the value of contract
per week of delay involved subject to a maximum of 10% of the value of the executed contract value.
The owner shall be at liberty to adjust or deduct the said amount of liquidated damages (not the way
of penalty) from any amount due to the contractor including Security Deposit. When the delay is not
a full week or in multiples of a week and involves a fraction of a week, the LD payable for that fraction
shall be proportional to the number of days involved.
17. Risk Purchase: If the supplier fails to supply the items ordered within the delivery date or violate any
of the terms and conditions of the purchase order, HCSL shall have the following rights.
a) To terminate the contract with 15 days’ notice forfeiting the security deposit.
b) To initiate alternate procurement action at the risk and cost of the supplier.
18. Guarantee: - The supplier shall guarantee the machinery and/or equipment/accessories against
damage or failure due to defects in design, material and/or workmanship for 12 Months from the date
of successful commissioning. Should such damage or failure occur within that period, the
manufacturer shall replace or repair the defective parts at free of cost by the supplier.
19. Suppliers are allowed to depute their authorized representative to be present at the time of opening of
the price bid.
20. Indian Agent - Hooghly Cochin Shipyard Ltd.(HCSL) is a 100 percentage subsidiary of Cochin
Shipyard ltd(CSL) under ministry of shipping, Govt. of India Enterprise and prefers to deal directly
with the supplier. However, if the supplier appoints an Indian Agent to deal with HCSL, the
commission payable by the supplier to such an agency shall be intimated. The Indian agent shall be
enlisted with Director General of Supplies and Disposals under the compulsory registration scheme
of Ministry of Finance. “If manufacturer’s effect supplied through Agents only, authorization in
writing from manufacturers in favor of the Agent for supply to HCSL shall be furnished. If Indian
Agent submits offers on behalf of Foreign manufacturers, copy of the Agency Agreement between
them and their mutual interest in the basis to be furnished. In case where an Agent participates in a
tender on behalf of a Foreign manufacturer with specific authorization from the manufacturer, he
should not quote on behalf of another Foreign manufacturer along with the first manufacturer in a
subsequent/parallel tender for the same item. In other words one Agent cannot represent two suppliers
or quote on their behalf in a particular tender. ″
16
21. Jurisdiction: All questions, disputes or difference arising under, out of, or in connection with
contracts shall be subjected to the exclusive jurisdiction of the Courts at Kolkata, India.
22. EMD: Earnest Money Deposit (EMD) drawn in favour of Hooghly Cochin Shipyard Limited in the
form of bank guarantee from nationalized / scheduled bank in India for a value of Rs. 23,375/- (Rupees
Twenty Three Thousand Three Hundred And Seventy Five Only Only) in case of Indian firms, or
through any Bank of international repute for equivalent value of USD/ EUR in case of foreign
suppliers, is to be submitted along with technical bid as per format at Annexure 8. In the event of
bidder withdrawing his proposal before the expiry of 180 days from the due date of tender submission,
EMD shall be forfeited. If the successful bidder fails to acknowledge the order or fails to furnish the
required security deposit within the specified time limits, then also EMD shall be forfeited. EMD
furnished by all bidders except the successful tenderer will be released after finalization of the tender
and issuing orders and its acceptance. EMD in respect of successful party will be released after
furnishing of the necessary Performance Guarantee as per terms of order or the same shall be adjusted
against value of Performance Bank guarantee and PBG shall be furnished for the balanced amount.
Validity of EMD shall be 6 months from date of submission plus 3 months. However, EMD validity
shall be extended in the event tender finalization extends beyond 6 months till the period as mentioned
above.
STATE BANK OF INDIA
COCHIN SHIPYARD BRANCH
ACCOUNT NO: 37354232301 of Hooghly Cochin Shipyard Ltd
IFSC Code: SBIN0003229
Note:
i) Original EMD is to be submitted along with technical bid in a separate cover, in case of bidders
who submit hard copy of EMD as a bank guarantee. Copy of EMD shall be made available to
HCSL in advance of tender opening.
ii) Acceptance of technical bids shall be after verification and confirmation of EMD submitted as a
bank guarantee.
23. Conditional discounts, if any, will not be reckoned for tender evaluation / comparison purposes.
24. Supplier should depute only persons who are entitled for exemption for income tax in India or any
site work. In case the supplier does not depute such persons, the tax liability will be to supplier's
account.
25. Packing Material should be ecofriendly.
26. Supplier should follow the statutory requirements of products offered.
27. Products supplied shall be nontoxic and harmless to health. In the case of toxic materials Material
Safety Data Sheet may be furnished along with the material.
28. After submission of tender, no unsolicited correspondence will be entertained.
29. Hooghly Cochin Shipyard Limited does not bind itself to accept the lowest or any tender but reserves
to itself the right to reject any or all or a part of any tender at its discretion.
18
Annexure -5
SPECIAL INSTRUCTIONS FOR TWO BID SYSTEM
1. MODE OF SUBMISSION OF TENDERS
Tenders should be submitted in two separate sealed covers superscribed in capital letters
as PART-I "TECHNO-COMMERCIAL" & PART-II "PRICE" indicating the tender number,
due date and name & address of the tenderer.
2. TECHNO-COMMERCIAL PART SHOULD CONTAIN FOLLOWING DETAILS
a. Technical specification & manufacturer's name and Model
b. Requirements for meeting Pre-qualification criteria (Eligibility criteria as per NIT).
c. EMD as per Clause 12 of Annexure 4
d. Drawings & Technical Literature (In connection to Technical specification)
e. Deviations/Exclusions, if any from any of the tender terms, failing which it will be
considered that all terms & conditions are accepted.
f. Signed Copy of unpriced Price bid (Price bid without price & with percentage of
taxes & duties and details like quoted/Nil/included need to be mentioned for each
line item.)
g. Signed copy of HCSL tender document (NIT, Important Instructions, Technical
Specification, General Terms and conditions, Special instructions), including
corrigendum’s, if any
h. List of users of your equipment/system in India or Middle East
i. Commercial check list
j. Other conditions, if any
3. PRICE PART SHOULD CONTAIN FOLLOWING DETAILS
a. Price break-up of each unit (Price shall be quoted inclusive of Cost of Equipment,
standard accessories, Insurance charges, loading and unloading charges, transportation
etc. all inclusive)
4. HCSL reserves the right to alter, modify the scope of supply at their discretion
5. The Techno-commercial part alone will be opened initially on the due date of tender. The price
part will be opened only after evaluation of the Techno commercial part. Firms will be intimated
the date of opening of the price part, whose Techno-commercial bid is acceptable, in due course.
Tenderers shall not be allowed to attend the Techno commercial bid opening.
6. The Tenderer shall ensure that their Indian Agent is not representing any other suppliers for the
same Tender. In other words, Indian Agents are not permitted to represent more than one firm
for a particular Tender.
7. Deviations, if any, in the offer submitted from that of the tender enquiry in any form, should be
clearly furnished in a separate document titled as "List of Deviations".
20
Annexure 6
COMMERCIAL CHECK LIST
SL NO DESCRIPTION COMPLIANCE REMARKS
YES NO
1. Submission of Tender in two parts - Price &
Techno-commercial
2. Delivery date confirmation to yards delivery
schedule
3. Validity of offer - 4 months
4. Payment Terms - confirm your offered mode of
payment
70% of the quoted value on receipt of all item /
equipment at HCSL stores
30% of the quoted value after complete
installation, testing, commissioning with
satisfactory completion of Engineer and on
compliance of all contractual requirements of the
entire system (not part).
5. The Prices offered should remain firm till the
completion of delivery, in case the purchase
order is placed with you.
6. Delivery of material at HCSL store including
freight & insurance charges.
7. Agency Commission payable to Indian Agent,
if any, and if so amount payable by the supplier
8. For indigenous suppliers: Have you quoted the
rates for delivery at Hooghly Cochin Shipyard
(For HCSL store) basis.
9. A copy of price offer without price to be included
in the techno- commercial offer. Please confirm
10. Have you considered Taxes, duties, levies,
packing & forwarding etc., if any, in the offer.
11. Security Deposit for 10% of order value by way
of Bank Guarantee to be submitted towards
satisfactory performance of contract on
placement of order. The BG should be initially
valid till completion of supplies and later
revalided to cover the Guarantee period as
specified by HCSL
(Note: "For all firms who are registered with
NSIC and come under Micro and small
enterprises holding a valid NSIC certificate,
waiver of security deposit upto the monetary
limit for which the unit is registered shall be
applicable".)
12. Compliance with Pre-qualification criterion
13. Submission of EMD as mentioned
14. L.D. payable as per relevant Clause in the
General terms of enquiry.
21
15. Disputes in connection with contract subject to
jurisdiction of courts at Kolkata India.
16. Willingness to come to Kolkata for techno
commercial negotiation.
17. Termination of contract/Risk purchase as per
relevant clause in the General terms of enquiry.
18. Will you furnish manufacturer's TEST &
GUARANTEE certificate.
19. The goods supplied shall be guaranteed for
satisfactory performance, for 12 months from
the date of final acceptance against faulty
design, defective materials and bad
workmanship.
20. Confirm all other terms and conditions of
enquiry are acceptable.
22
Annexure 7
Technical Checklist
Sl
No
Parameter Detail Compliance Remark
1. Technical specification of
Heavy duty rack system
(Unit 1 & Unit 2)
Supplier had enclosed
the technical
specification of units 1
and 2
2. Technical specification of
Multi level racking system
(Unit 3)
Supplier had enclosed
the technical
specification of unit 3
3. Drawings for Heavy duty rack
system (Plan and elevation
views).
Supplier had enclosed
drawings for heavy
duty rack system
4. Drawings for Multi-level
racking system. (Plan and
elevation views).
Supplier had enclosed
drawings for Multi-
level rack system
5. Load rating Supplier understood the
loading conditions as
mentioned for Unit 1,
Unit 2 and Unit 3.
6. Raw material as per clause 2.5.1 of technical
specification
7. Compliance of Rack design as per clause 2.5.2 of
technical specification.
8. Compliance of Structural design as per clause 2.5.3 of
technical specification.
9. Compliance of Pretreatment and finish as per clause
2.5.4 of technical specification.
10. The list of essential spares with cost are enclosed along
with the bid
23
Annexure 8
BANK GUARANTEE TOWARDS EMD
To
HOOGHLY COCHIN SHIPYARD LTD
THE LEGACY, 25 A, SHAKESPEARE SARANI
LEVEL 1, KOLKATA-700017
WEST BENGAL, INDIA.
This deed of Guarantee made on ....... Day of .......Two Thousand…………between HCSL on
one part and ........... (Name and address of the bank) of the other part is as follows:
In consideration of HCSL having allowed M/s. ..........(herein after referred to as ‘the
Contractor’) to submit Tender No........without Earnest Money according to the conditions of
such Tender Notification, we.... (Name of the Bank) (hereinafter referred to as ‘the bank’)
undertake to pay to HCSL on demand the sum of money payable as Earnest Money in respect
of the Tender Number.......made by the contractor in case the contractor in case the contractor
withdraws from the tender before the date of firmness stipulated or when the tender is accepted
by HCSL, the contractor makes default in furnishing the Security Deposit or in entering into an
agreement as required by HCSL or otherwise commits any breach of the terms and conditions
of the tender.
We, the bank, hereby irrevocably undertake to pay you any amount not exceeding in total the
Guarantee Amount upon receipt by us of your demand in writing accompanied by the following
documents:
1. Your signed statement certifying that the Contractor is in breach of his obligation(s) under the
Contract and the respect in which the Contractor is in breach.
Any demand for payment should contain your authorized signatures which must be authorized
by your bankers or by a notary public.
The guarantee shall remain in full force and effect during the period that would be taken for the
finalization of the tender and till HCSL certifies that the terms and conditions of the said tender
have been fully and properly carried out by the said contractor and accordingly discharges this
guarantee or for 6 months from the date of issue of this guarantee whichever is earlier. A notice
of the claim under this guarantee may be served on the bank within 3 months after the said
24
period in which case the same shall be enforceable.
We, the Bank, further agree that any change in the constitution of the said contractor or the said
bank shall not discharge our liability hereunder. This guarantee shall not be avoided, released
or affected by any variation in the terms of the tender, acceptance of the contract between the
contractor and HCSL or any neglect, indulgence or forbearance by HCSL.
Notwithstanding anything contained herein:
1. Our liability under this Bank Guarantee shall not exceed ------only.
2. This Bank Guarantee shall be valid up to ......(date) (9 months from the date of issuing the BG
)and
3. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only
and only if you serve upon us a written claim or demand on or before ...........(validity date).
Any demand for payment under this Guarantee must be received by us at this office during
working hours on or before the validity Date. Should we receive no claim from you by the
validity Date, our liability to you will cease and the guarantee will definitely become null and
void whether returned to us or not.
Yours truly,
Signature and seal of the
guarantor:………………………………………………
Name of Bank:……………………………………………………..
Address: ………………………………………………………..
Date: ……....
25
Annexure 9
BANK GUARANTEE IN LIEU OF SECURITY DEPOSIT/WARRANTY GUARANTEE
To
HOOGHLY COCHIN SHIPYARD LTD
THE LEGACY, 25 A, SHAKESPEARE SARANI,
LEVEL 1, KOLKATA-700017
WEST BENGAL, INDIA.
WHEREAS ..................... (Name & Address of Supplier) (hereinafter called "the Supplier") has
undertaken, in pursuance of Contract............................................
No……………………….Dated:………………….to execute ……………………………… (Name of
Contract and brief description of works) (hereinafter called “the Contract’). AND WHEREAS it has
been stipulated by HOOGHLY COCHIN SHIPYARD LTD (The Buyer -hereinafter called "HCSL")
in the said contract that the Supplier shall furnish HCSL with a Bank Guarantee for the sum specified
therein as security for compliance with the Supplier’s obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Supplier such a Bank Guarantee.
NOW THEREFORE we ........................ (Name of the Bank) having its Head Office
at……………….…………..(Address of Head Office) and acting through its branch office
at…………………………(Address of the executing branch) (hereinafter called "the Bank") hereby
affirm that we are the Guarantor and responsible to HCSL, on behalf of the Supplier up to a total of
……………………………………………………. (amount of Guarantee) …………………in words).
We, the bank, hereby irrevocably undertake to pay you any amount not exceeding in total the Guarantee
Amount upon receipt by us of your demand in writing accompanied by the following documents:
1. Your signed statement certifying that the Supplier is in breach of his obligation(s) under the Contract
and the respect in which the Supplier is in breach.
2. Your signed statement certifying that the Supplier has been given a prior written notice by email from
you to make good the aforesaid breach and that the Supplier still failed to fulfill the Contract within 30
days of such notice. A copy of such notice given by email to the Supplier shall be attached to the demand
for payment.
Any demand for payment should contain your authorized signatures which must be authorized by your
bankers or by a notary public.
We, the Bank, further agree that no change or addition to or other modification of the terms of the Contract
26
or of the Works to be performed there under or of any of the Contract documents which may be made
between HCSL 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, the Bank, further agree that
any change in the constitution of the said contractor or the said bank shall not discharge our liability
hereunder.
Notwithstanding anything contained herein: .
1. Our liability under this Bank Guarantee shall not exceed
…………………………………(……………………………………………………..only).
2. This Bank Guarantee shall be valid up to (date) and
3. We are liable to pay the guaranteed amount or any part thereof under this bank guarantee only and only
if HCSL serve upon us a written claim or demand on or before .....................(validity date).
Any demand for payment under this guarantee must be received by us at this office during working hours
on or before the validity date. Should we receive no claim from you by the validity date, our liability to
you will cease and the guarantee will definitely become null and void whether returned to us or not.
Yours truly,
Signature and seal of the
guarantor :………………………………………………………………..
Name of Bank:…………………………………………………………………………………
Address: ………………………………………………………………………………
Date:........................
[1]An.amount shall be inserted by the Guarantor, representing the percentage of the Contract Price
specified in the Contract and denominated in respective Dollars / Indian Rupees/Other Currency.
27
Annexure 10 Drawings