Professional Documents
Culture Documents
Pre qualification of the bidder shall not imply final acceptance of the tender. The bids
may be rejected at any stage during the techno commercial; evaluation or during the
price evaluation. The decision in regard to acceptance and / or rejection of any / all
offers in part/full shall be at the sole discretion of BL, and decision in this regard shall
be binding on the bidder.
The vendor shall submit the relevant copies of the documents pertaining to each of
the above qualification criteria and the all the copies have to be self attested.
5. PRICE
5.1 The price will be sought at e-portal later, as per the indicative format below:
a) DESIGN & SUPPLY OF EMERGENCY SCRUBBER SYSTEM
Item
1
2
3
4
Particulars
Basic Price
P&F, if any
Excise Duty, if applicable
VAT (D)/ CST (D1)
5
6
7
8
9
10
11
Freight Charges
Transit Insurance
Total Cost
Less: Cenvat
Less: VAT
Landed Cost
Unloading
N=K*14%
O=M-N
Note: Related Civil Work for Erection of the scrubber system will be carried out
by BL. Erection, Commissioning & testing of the emergency scrubber at BL site
is in the scope of the vendor
Price quoted should be on FOR Manali basis (inclusive of Insurance & Freight
Charges.) in Rs.
Changes in statutory levies like excise duty, sales tax or octroi charges as applicable
on the product shall be reimbursed at actuals based on documentary proof. Taxes
and duties as applicable shall be clearly mentioned. Form C shall be issued against
CST @ 2%.
5.2 No Change in the accepted price structure on the basis of landed cost at
our Manali works shall be permitted during the period of contract under any
circumstances
6 SECURITY DEPOSIT (SD)
Successful tenderer shall be required to submit within 10 days of issue of LOI / PO,
SD equivalent to 5% of the total order value rounded off to the nearest thousand
rupees by a/c payee pay order / demand draft / irrevocable BG as per our format with
a validity of further 3 months from expiry of the contract. The BG format will be issued
to successful bidder. No interest will be payable on the SD held with us.
If SD is not received within 10 days from date of LOI/PO, the amount will be deducted
from the vendor's running bills until the required SD is accumulated.
The Security Deposit paid by Pay Order/Demand Draft/Bank Transfer shall bear no
interest and shall be refunded to successful bidder, only on successful delivery &
commissioning of the emergency scrubber system.
All sums of compensation or other sums of money as determined, if any, payable by
the bidder may be deducted from the Security Deposit.
The Security Deposit amount can be adjusted to the extent of EMD amount for the
successful bidder.
Security deposit is liable to forfeiture in the event of:
a. Not supplying the after Acceptance of Purchase Order.
b. Successful Bidder fails to deliver the product as per the terms & condition of
the Purchase Order.
c. Successful Bidder violates the tender conditions.
d. If the performance of the bidder is found to be unsatisfactory
e. Any unilateral revision made by the successful bidder during the validity period
of the contract.
j)
The successful tenderers employees should follow the rules and regulations of
the company and observe the timings stipulated by the company.
k) The successful tenderer shall not engage persons below 18 years of age for
any work forming part of the contract.
l)
m) No Hot Work shall be carried out without obtaining the necessary Hot Work
Permit, whenever required.
n) The supplier will be liable to compensate for the damages to the company
property, done by the personnel engaged by them.
o) The supplier will be required to comply with the companys safety procedure &
practices and any non-compliance will be considered as serious violation.
12 RISK PURCHASE
Without prejudice to other provisions in the tender, in the event of the vendor failing to
supply within the stipulated delivery period, BL shall have the right and option to
procure the products from alternate sources, at the risk and cost of the vendor,
without further intimation. In case of rejection and with no request for re-test from
vendor against the rejection or on confirmation of rejection after re-test, if delivery of
replacement material is not made within mutually agreed time period, BL shall have
the right to procure the product from alternate sources, at the risk and cost of the
vendor, without further intimation.
13. QUALITY ACCEPTANCE PLAN
Refer Cl:1& Cl: 3 of Annexure-2
14 DELIVERY TO PLANT
Purchase Order under this tender will be placed for DELIVERED supplies. Transit
Risk for the supplied material, Insurance coverage thereof shall be borne by the
vendor. Necessary support shall be provided by BL to vendor in respect of claim on
insurance company by the latter.
tuhin.ghosh@c1india.com
+91-8981165071
Chandan Pedamkar
chandan.b@c1india.com
02266865611
Ritabrata Chakraborty
ritabrata.chakraborty@c1india.com
+91-8697910411
Ujjal Mitra
ujjal.mitra@c1india.com
+91-77026 69806
Rajesh Kumar
rajesh.kumar@c1india.com
+91-96504 65143
Arun A
Senior Manager (SCM)
encl: Annexure-1 (1 Page)- Prequalification requirements
Annexure-2 (1 Page)- Technical Scope and Specific Conditions
Annexure-3 (6 pages)- Technical/Commercial Requirements
Deviation Sheet Format (1 page)
Indicative Sketch ( 1 page)
BG format for EMD (1 page)
2
3
Criteria
Vendor shall have not less than 3
years of experience in supply of
such
Emergency
Scrubber
Systems
Documents to be furnished
Copies of previous Purchase Orders
executed for emergency scrubber
systems in past 3 years to be
submitted.
Performance
Certificate
from
customers
for
the
executed
emergency scrubber systems also to
be submitted
Vendor should have supplied Copy
of
Purchase
Order
of
Emergency Scrubber systems Emergency Scrubber system handling
handling gases like Cl2 & SO2 in gases like Cl2 & SO2 supplied in last
last 3 years
3 years to be submitted
After Sales Service
Details to be submitted
The Vendor will be pre-qualified for the above job based on above criteria and offers
of only those bidders who satisfy these criteria shall be considered.
Note:
Tenderers should be in a position to produce all the original documents and/or
any other information on dates as intimated or as and when required by BL
*********
REQUIREMENT
As per ACGIH Standards
One set
3000 CFM
Chlorine and Sulphur dioxide
gas
Vendor to specify
Vendor to specify
Vendor to specify
3000 CFM
Wet Type packed Bed
140 mm of WC
Above 99%
10 mm Thk PP + 5 mm Thk
FRP (Bisphenol)
2" tellerette packing
8 cu.m
PP
Size -1", 16 nos
300 mm
300 mm
13 kl
80 M3/hr
Centrifugal (vertical type)
PPC Seal less Pump
Antico /Process Pumps/Any
equivalent reputed make
20 HP
Recirculation sump Level
control system
ACCESSORIES
Packing removal and fill
up access
Clean out ports
Packing support grid
Y Strainer
Drain Valve with Ball
Valve
Water inlet valve
VENDORS OFFER
Flexible ducting
BLOWER
Capacity
MOC
Motor
Capacity
Make
REQUIREMENT
300 mm dia up to 30 m
2 mm PP + 3 mm FRP Thk
with suitable supporting ribs
and gussets
250 mm dia of chemical
retardant flexible hose up to
60 m
SS 316
1100 mm dia x 4 mm Thk
Hoods can be removed
during connecting and
removing the lines from
manifolds
3200 CFM
PP + FRP
10 HP
Kirloskar / ABB / BBL /
SIEMENS/Equivalent
OTHERS
Automatic Chlorine &
SO2 Sensor system
Electric Actuated
Damper
MOC
Make
VENDORS OFFER
REQUIREMENT
PLC Controlled micro
controller
SIEMENS/Equivalent
Ph monitor
Scrubber to be provided on
line pH monitoring system
Control Panel
VENDORS OFFER
NOTE:
1. Indicative Sketch is enclosed for reference. However relevant drawing to
be submitted to BL before fabrication
2. If required, the facilities of the manufacturer will be visited by BL
representative for verification.
Tender Requirement
--
2. Validity
5. Terms of payment
:supply:
Refer Cl: 7
: To be mentioned
9. Transportation
: To be arranged by Vendor
10. Unloading
: By BL
Offered by Vendor
Supplier Name
2.
3.
Address 2
4.
City
5.
Postal code
6.
State
7.
Tel No
8.
Mob No
9.
Fax
10.
11.
Industry Type*
12.
If MSME/SSI/NSIC, whether
under category SC/ST?
13.
Contact Person
14.
Inco terms
15.
Taxes applicable
16.
CST NO ( if applicable )*
17.
TIN NO ( if applicable )*
18.
19.
PAN No*
20.
21.
Excise range
22.
Excise Division
23.
Excise Commissionerate
DEVIATION SHEET
Tender Requirements
Deviation