You are on page 1of 21

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

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


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

Seal & Signature of the Tenderer:

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


c. For the unsuccessful bidders, the EMD will be refunded only after
finalising the Purchase Order to successful bidder.
d. Linking of EMD amount with earlier transactions / adjustments with
pending bills or any other amount payable by the company is not
allowed.
e. SSI UNITS WITH VALID REGISTERATION WITH NATIONAL SMALL
INDUSTRIES CORPORATION LIMITED (MSME/NSIC), FOR THE
ITEM/SERVICE TENDERED ARE EXEMPTED FROM PAYMENT OF
EARNEST MONEY DEPOSIT.
f.

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


of valid Certificate applicable for the tendered product.

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

Formula (if any)


A
B
C = (A+B)* 12.5%
D = (A+B+C)* 5% or
D1=(A+B+C)* 2%
E
F
G = SUM(A+B+C+D or D1+E+F)
H=C
I=D
J = G-H-I
By BL

b) ERECTION, COMMISSIONING & TESTING OF EMERGENCY SCRUBBER


SYSTEM
Item
Particulars
Formula (if any)
1
Service Charges for
K
Erection, commissioning &
Testing
2
Service Tax as applicable
L=K*14.5%
3
Total Erection,
M= SUM(K+L)
Commissioning & testing
Cost

Seal & Signature of the Tenderer:

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


4
5

Less Service Tax Credit


Net Landed Cost on
Erection and
Commissioning

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.

Seal & Signature of the Tenderer:

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


7 PAYMENT TERMS
7.1 For Supply:
Our preferred payment terms would be
-15% of basic as advance against submission of Advance Bank Guarantee
valid for 6 months
-60 % of basic with full duties and taxes: with 30 days credit from date of
receipt and acceptance;
-15% of basic against erection and commissioning or within 30 days of
supply whichever is earlier
-Balance 10% of basic against PBG valid for one year extended further by 3
months Or after one year of retention period.
7.2 For Erection, Commissioning & Testing:
100% upon satisfactory commissioning & Testing, within 15 days from the
submission of the bill. However bill must be submitted along with the copy of
relevant proof of statutory payments, if any as required.
Note: In case of payment terms differing from above, suitable adjustments will
be made in arriving at the landed cost while price comparison. However, partial
advance payment if any is payable only against Advance Bank Guarantee as
per BL format. Apart from this, no payment will be made prior to receipt of
material at our site.
7.2 Supply will be complete only if all relevant documents etc are submitted.
7.3 Payment will be made only to the bidder or principal on whom the Purchase
Order is placed. If offer states that payment is to be made to bidders financier /
creditor, the offer will stand rejected.
8 DELIVERY & COMMISSIONING
a) Delivery is expected within 10 to 12 weeks from the date of PO/LOI. However,
vendor shall mention their possible delivery period clearly in the offer. QAP
and drawing shall be submitted for our approval within one week from LOI/PO.
BL will revert on approval with correction, if any within one week from receipt
of QAP and drawing.
b) Commissioning to be completed within 30 days from the date of site clearance
9 LD CLAUSE:
Timely delivery & commissioning is the essence of this contract. In case of failure to
deliver and commission the scrubber system as per our order, the vendor has to pay
a penalty @ 0.5% of the order value per week or part thereof, subject to a maximum
of 5% of the total basic value of the material

Seal & Signature of the Tenderer:

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


10 VISIT TO OUR FACTORY
The tenderer, at the tenderer's own cost/responsibility is advised to visit our factory
between 9.30 am to 4.30 pm on all working days and examine the Site of Work and
its surroundings and obtain all information that may be necessary for preparing the
Tender for supply, erection, commissioning and testing of the tendered emergency
scrubber system. The vendor shall give a presentation about the brief profile of
their company and previous executed projects similar to the proposed
emergency scrubber system
(Contact Person: Mr. Manivarman- 044-25946576/09445229921 Mr. James 04429546572/09840827616)
10 CONFLICT OF INTEREST
The bids of any tenderers may be rejected if a conflict of interest between the
tenderer and the Company is detected at any stage
11 GENERAL TERMS AND CONDITIONS FORMING PART OF CONTRACT AND
WORK ORDERS AWARDED FOR UNDERTAKING ERECTION,
COMMISSIONING & TESTING WORK FOR EMERGENCY SCRUBBER
SYSTEM
a) The successful tenderer shall be liable for due observance and
implementation of statutory obligations. Before commencement of the work,
you should take insurance coverage for your workmen for liabilities under
Workmen Compensation Act. The proof of such coverage i.e. policy towards
liabilities under Workmen Compensation Act should be shown to the Unit
personnel Department before commencement of any work inside the factory
premises.
b) The successful tenderer shall keep the company indemnified from and against
all claims, actions, demands, proceedings and liabilities whatsoever, including
but not limited to Contract Labour Abolition and Regulation Act, 1970, the
Workmen Compensation Act and the Industrial disputes Act and other
applicable enactments.
c) The successful tenderer must comply with all the provisions of EPF act and
ESI act and the Rules there under.
d) The successful tenderer shall maintain Register of workmen employed by you,
muster, roll, wage register etc. and must comply with all the provisions of
Contract Labour (Regulation & Abolition) Act, 1970.
e) The successful tenderer should also obtain a license under provisions of
Contract and Labour (Regulation and Abolition) Act 1970, if the same is
applicable to you.
f) The successful tenderer shall efficiently execute/ handle the work entrusted
with you in accordance with the directions and specific instructions of the
company and the work so entrusted shall not be regarded as having been
correctly executed and efficiently handled until it is approved by the company

Seal & Signature of the Tenderer:

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


g) In case the job entrusted / assigned to the successful tenderer is not
satisfactorily executed or not in accordance with the specifications given by
the company the tenderer shall be liable to compensate the same.
h) In the event of strike / natural calamity due to which work has to be
suspended, the Payment for such cases will not be made.
i)

In case of non-compliance of any of the above mentioned provisions, the


company reserves the right:
a) to make such statutory payments that may be required in respect of your
employees and then deduct the same from the bills submitted by the
successful tenderer,
Or
a) to withhold the payment on the bills submitted by the tenderer till such time
the successful tenderer comply with the statutory requirements.

j)

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

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

It shall be the successful tenderers responsibility to ensure that workers


engaged by you use proper safety equipments while at work within the
premises of the company.

m) No Hot Work shall be carried out without obtaining the necessary Hot Work
Permit, whenever required.
n) The supplier will be liable to compensate for the damages to the company
property, done by the personnel engaged by them.
o) The supplier will be required to comply with the 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.

Seal & Signature of the Tenderer:

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


15 ARBITRATION
Any dispute or difference arising under this Contract shall be referred under
jurisdiction of Chennai to a sole arbitrator to be appointed by the Chairman &
Managing Director, Balmer Lawrie & Co. Limited and the provisions of Arbitration and
Conciliation Act, 1996 including any statutory modifications or enactment thereof shall
apply to the Arbitration proceedings. The fees of the arbitrator, if any, shall be shared
equally by both the parties. The award shall be a speaking award stating reason
therefor and is final and binding on the parties. The proceeding shall be conducted in
English language and courts at Chennai will have exclusive jurisdiction to settle any
dispute arising out of this contract.
16 SALES TAX / EXCISE FORMALITES & COMPLIANCE WITH REGULATIONS
Vendor shall warrant that all goods covered by this agreement / contract are
dispatched and delivered in strict compliance with all applicable laws, regulations,
labour agreements, working conditions and technical codes and requirements as
applicable from time to time. The vendor shall execute and deliver such documents
as may be required to effect or to evidence such compliance.
The vendor shall issue the excise/tax paid invoice so that equivalent amount may be
availed as Cenvat / VAT credit by BL, if applicable. Vendor / vendors nominated
transporter shall ensure handing over of the transporter copy of excise paid invoice
for availing Cenvat to the Company at the time of delivery of the consignment. Form
pertaining to applicability of concessional rate of Sales Tax shall be issued to the
vendor by BL, as necessary.
All laws and regulation required to be incorporated in this charter are hereby deemed
to be incorporated by these references. BL and / or their authorized representatives
disown any responsibility for any irregularity, contravention or infringement of any
statutory regulations in the manufacture and / or supply of goods covered by this
agreement / contract.
17 FORCE MAJEURE
Any delay in or failure of performance of either party hereto shall not constitute default
hereunder or give rise to any claims for damage, if any, to the extent such delays /
failure of performance is caused by occurrences such as Acts of God or an enemy,
decrees of any Government or Governmental authority, acts of war, rebellion,
sabotage or fires, floods, explosions, riots, or strikes. The vendor shall keep records
of the circumstances referred to above and bring these to notice of the concerned
Officer of the buyer in writing within 7 days of such occurrences.
The period of time, if any, lost on any of these counts shall not be counted for the
contract period. The decision of buyer arrived at after consultation with vendor, shall
be final and binding. Such period of time shall be extended by the buyer to enable the
vendor to deliver the items within such extended period of time. As soon as the cause
of Force Majeure been removed, the party whose liability to perform its obligation has
been affected shall notify the other of such cessation and inform the other party the
actual delay incurred in such affected activities. Any such event, whenever it occurs,
provided that it prevents, affects or delays the party in performing contractual
obligation, shall justify the claim of Force Majeure.
During the pendency of Force Majeure conditions, the Agreement and the obligations
there under shall stand suspended provided the notice as required above is given in
time. If such event continues beyond 14 days, the parties to this Agreement hereby
agree to discuss and decide the course of action to be adopted in this regard
including the possibility and manner of terminating the Agreement.

Seal & Signature of the Tenderer:

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


18 CONDITIONS / PROCEDURE FOR BID SUBMISSION
The bidder would be required to register on the e-procurement market place
https://balmerlawrie.eproc.in and submit their EOI/techno commercial bid. The
bidders shall submit their EOI/techno commercial bid displayed in e
Procurement web site. The bidders shall upload the scanned copies of all the
relevant certificates, documents etc., in support of their eligibility criteria /
technical bids in the e-Procurement web site. However, bulky documents need not
be scanned and uploaded but physical copy of the same should be sent to the Tender
Inviting Authority office one or before the EOI/ Techno-commercial bid due date. The
bidder shall sign on the statements, documents, certificates, uploaded by him, owning
responsibility for their correctness/authenticity. Offers of those tenderers who
submit their EOI/Techno-Commercial bid in the e-procurement portal before the
due date of the tender alone will be considered. No price to be submitted along
with the EOI/Techno-Commercial Bid.
19 Registration with eProcurement platform
For registration and for online bidding, bidders may contact HELP DESK of M/s C1
India Pvt., Ltd., or they can register themselves online by logging in to the website
https://balmerlawrie.eproc.in .
HELPDESK NOS ARE OPEN BETWEEN 1000 HRS to 1830 HRS IST
(MONDAY TO FRIDAY (Exclusions: Balmer Lawrie HOLIDAYS)
Please email your issues before your call helpdesk. This will help us serving you better.
Contact Nos. and email IDs for Balmer Lawrie helpdesk officers
Name
E-mail
Phone Numbers
Tuhin Ghosh

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

20 Digital Certificate authentication


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

Seal & Signature of the Tenderer:

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


processing. Before uploading scanned documents, the bidders shall sign on all the
statements, documents, certificates uploaded by him, owning responsibility for their
correctness / authenticity.
23 SUBMISSION OF TECHNO COMMERCIAL TENDER DOCUMENT
BL expects bidderss compliance of bid document without any deviation. Deviation if
felt absolutely necessary in respect of terms & conditions / technical specification
should be mentioned in the deviation sheet as per format of the EOI / tender
documents and furnished along with Techno commercial bid. BL shall not take
cognizance of any deviation stipulated elsewhere in the bid.
Though the tenderer submit all the required documents through e-portal, the
hard copy of the documents submitted at the e-portal to be submitted as below
for verification
1. Copy of this tender document No. SBULC/CAP/EMERGENCY
SCRUBBER/248/1516 duly signed & stamped on all pages by the authorized
signatory as a token of acceptance of tender terms & conditions.
2. EMD as pay order / demand draft / non revocable BG as per our format or if
exempted with a copy of valid relevant certificate
3. Deviation sheet as per format [nil statement to be attached even if there are
no deviations].
4. GA drawing to be submitted along with the tender
5. Prequalification requirements as per Annexure-1
The sealed envelope containing all the above documents super scribing
EOI/Techno commercial bid EMERGENCY SCRUBBER SYSTEM, Ref:
Tender No SBULC/CAP/EMERGENCY SCRUBBER/248/1516 Due on
10.03.2016 shall be submitted as hard copy at the following address:
Senior Manager [SCM]
BALMER LAWRIE & CO. LTD.
SBU-Leather Chemicals
32, Sathangadu Village, Manali,
Chennai 600068.

Phone : 044 25946542/43


Fax
: 044 25941156
email :a.arun@balmerlawrie.com

23.1 SUBMISSION OF PRICE BID ALONG WITH THE TECHNO-COMMERCIAL


BID WILL DISQUALIFY THE BIDDERSs PARTICIPATION IN THE TENDER
24 SUBMISSION OF PRICE BID
The techno-commercial evaluation would be based on the details provided by
the bidder in the e procurement portal and subsequent clarifications, if any
sought by us. Only, the qualified /shortlisted bidder would be asked to submit
their price bid through online at our e-portal for the priced tender, which would
be floated separately
25 EVALUATIONS OF PRICE BIDS
The on-line closed price bids of technically qualified bidders shall be used for grading
the bidders. Evaluation of the price bids of technically qualified bidders will be

Seal & Signature of the Tenderer:

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


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

Arun A
Senior Manager (SCM)
encl: Annexure-1 (1 Page)- Prequalification requirements
Annexure-2 (1 Page)- Technical Scope and Specific Conditions
Annexure-3 (6 pages)- Technical/Commercial Requirements
Deviation Sheet Format (1 page)
Indicative Sketch ( 1 page)
BG format for EMD (1 page)

Seal & Signature of the Tenderer:

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


Annexure 1
(Page 1/1)
PRE-QUALIFICATION CRITERIA FOR VENDORS
The following pre-qualification criteria shall be considered for evaluation purpose:
S.No

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

Following additional pre-qualification criteria shall be applicable to all parties:


The Bidder shall furnish the following documents:
a. Copy of Memorandum of incorporation, if any
b. Copy of Sales Tax / CST registration
c. Copy of Excise Registration Certificate, if applicable
d. Copy of IT returns for any one year in last 3 years and PAN/TAN
e. Name of major clients in India with details of order executed of the
same type & same or higher capacity
f.

Any other relevant documents

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

Seal & Signature of the Tenderer:

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


Annexure - 2
(Page 1 of 1)
TECHICAL SCOPE AND SPECIFIC CONDITIONS
1.0 Scope of the tender shall include but not be limited to the following:
a) Scope shall include fabrication, inspection, packing, dispatch of scrubber
system and erection, commissioning and testing of the system at BLs site.
b) The contractor/vendor shall submit detailed drawing of the scrubber system,
Quality Assurance Plan (QAP) to BL for approval within 10 days form
placement of PO.
c) Procurement of all the materials whatsoever required meeting the scope of
supply
d) Supplier shall fabricate & supply the system as per the given specification
sheet and approved drawing.
e) All the material to be supplied with MTC in original form from reputed testing
laboratories only.
f) Contractor/Vendor shall submit 3 sets of all the final drawings in hard copy
and one set of soft copy in DVD/CD
g) Packing & transportation for the delivery of the scrubber system is in the
partys scope.
2.0 Material of Construction:
Material of Construction shall be as per the specification sheet/ BL approved
drawing/ additional requirement as given in BL enquiry document
3.0 Inspection and Testing
If required, BL may depute its person for inspection of the scrubber system prior
to the dispatch. However this does not absolve the responsibility of the successful
bidder in supplying the scrubber system as per the tender requirement.
The Supplier shall give 15 days notice to the Senior Manager (Supply Chain
Management), SBU: Leather Chemicals, Balmer Lawrie & Co. Ltd, Manali,
Chennai-600 068 about the readiness of the system for Final inspection.
The equipment shall be dispatched only after Final inspection
4.0 General Conditions
a) Any deviation from herein stipulated specifications and other enquiry
documents shall be clearly mentioned in the offer under Deviations with
proper reference to clause number
b) In the absence of any such indication, it shall be assumed that the offer
complies with all the requirements and such assumption shall be strictly
binding on the party

Seal & Signature of the Tenderer:

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


Annexure - 3
(Page 1 of 6)
TECHNICAL SPECIFICATION FOR EMERGENCY SCRUBBER SYSTEM
1. Purpose of Emergency Chlorine scrubber
The main purpose for this requirement of Scrubbing System is that in case of any
leakage of chlorine gas/SO2 due to any reason from Chlorine/SO2 tonner (containing
maximum quantity 900 kg under saturated pressure), all the leaked chlorine/SO2 gas
can be safely absorbed in a Scrubber Packed Column circulating with dilute caustic
Lye (maximum 10% w/w conc. NaOH) solution. The chlorine/SO2 content at scrubber
column outlet should be maximum 1 ppm but preferably NIL.
The standard System which is generally used in industries for safe handling of
chlorine leakage is to be used. Supplier can take maximum leakage rate of chlorine
from the tonner as 200 M3/hr (=600 kg/hr) chlorine per hour (thus entire chlorine 900
kg of the tonner can be absorbed in caustic solution in about 1 to 2.5 hours). The
system should be leak proof and sturdy so as not to develop any leaks during sudden
leakage/gas flow to Scrubber or due to any other corrosion reasons, otherwise during
any emergency leakage, the purpose of safety will not be achieved.
One common duct will run along the length of the Chlorine/SO2 storage area and
along the length of the Chlorine/SO2 Tonners drawing area on either side. Either
sides will be connected to four tonners.
Totally there will be 8 tonners in usage at
any time. All the 8 tonners will be provided with an online Chlorine/SO2 gas
monitoring system with overall hood covering the tank nozzle and connection
Manifold.
The hood part consist of two parts. One is top portion and other is
bottom portion. Of which, the bottom portion is fixed and the top portion is made as
removal. Whenever the CL2/SO2 tanks are to be connected/removed from the online
manifold, the top hood portion should be removed and the connections are made then
the hood is placed in position. When the hood is in closed condition, it nearly forms a
closed atmosphere preventing the CL2/SO2 from escaping out of the hoods with
minimal leakage (95% covered). All the hoods are connected to the main ducting line.
The electrically actuated damper will be controlled by PLC based micro controller
system. All the branch ducting from the storage tonners and online CL2/SO2 tanks
will be connected to a main header line and then connected to the Wet scrubber. Wet
Scrubber will treat the CL2/SO2 Gas by Caustic Soda solution and gets treated and
thrown into the atmosphere via Blower and Chimney of height 6.5 m from the ground
level.
If the CL2/SO2 gas gets leaked in any particular tonner, it will be detected by the
CL2/SO2 gas monitors and the corresponding main line damper gets automatically
opened and the Scrubber & Blower arrangement will be switched on automatically.
Thus creating a negative pressure in the particular line, this causes the CL2/SO2 gas
to be removed from the tonner usage area without any human intervention. As an
emergency option, electrically actuated damper will be provided nearby with individual
emergency damper opening controller to operate the damper even in case of faulty
operation of CL2/SO2 sensors. Normally all the dampers will be in open condition.
Two CL2/SO2 Gas sensors are provided in the storage area. Three conical hood of
Dia 900 mm with 10 m flexible ducting are provided at three ends of main ducting line.
In case a leakage is happening in the storage tonner, the CL2/SO2 gas sensors gets
actuated and raises the audible and visual alarm. Manual damper will be provided.
The workers provided with PPE's should place the hoods manually covering the
tonner. A damper will be provided at each line of the header pipe. The main ducting
is divided into three branch ducts along the length of the 1st, 2nd and 3rd rows and the

Seal & Signature of the Tenderer:

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


point nearer to the tonner storage area. Each branch line will be provided with 6 sub
branch of 250 mm dia. Sub branch ducting will be run at height of 200 - 250 mm from
the ground level ie below the connection manifold.
DESCRIPTION
Design
Qty
Capacity
Materials to be handled
Scrubber Dimensions
Length
Breath
Height
Air handling Volume
Type
System pressure drop
Removal Efficiency
MOC
Wall Thickness
Packing Material
Column packing Volume
Mist eliminator
Nozzles
Scrubber inlet dia
Scrubber outlet dia
Scrubber storage tank
capacity
Spray Pump
Capacity
Type
MOC
Make
Motor
Control system

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

Seal & Signature of the Tenderer:

VENDORS OFFER

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


DESCRIPTION
SAFTY ACCESSORIES
Overflow provision
Water level indicator
Inspection glass port for
packing area
Ph monitor and
indicator.
DUCTING
Size
Moc

Flexible ducting

Bolts & Nuts


HOOD
Size

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

Each Damper to be provided


with automatic electric
actuated damper which
opens the actuator within 15
sec
PP / SS 304
Each electric actuator to be
provided with emergency
push button
SIEMENS/Equivalent

Seal & Signature of the Tenderer:

VENDORS OFFER

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


DESCRIPTION
PLC
Make

REQUIREMENT
PLC Controlled micro
controller
SIEMENS/Equivalent

Ph monitor

Scrubber to be provided on
line pH monitoring system

Control Panel

Scrubber & blower


Control panel to be provided
with all safety accessories
and consist of incoming
MCB, MPCB, CONTACTORS,
Overload Relays, Indication
Lamps, Push button Switches
etc.,
Control to be provided with
manual option to operate
the Scrubber & Blower

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.

Seal & Signature of the Tenderer:

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


Annexure - 3
(Page 5 of 6)
Vendor is requested to confirm all the data provided in the table below:
Commercial:
Sl.No. Item Description

Tender Requirement

1. Offer No. & Date

--

2. Validity

:90 days from 10.03.2016

3. Delivery & Commissioning :To be specified by Vendor


4. Guarantee period

:Guarantee should be given


for a min period of 12 months
from the date of commissioning
or 18 months from the date of
supply whichever is earlier.

5. Terms of payment

:supply:

Refer Cl: 7

6. Packing & Forwarding

15% of basic as advance


against submission of ABG
valid for 6 months; 60% of basic
with full duties and taxes:
within 30 days credit from date
of receipt and acceptance.
15% of basic on successful
completion erection and
commissioning or within 30 days
of supply whichever is earlier.
:Balance 10% against PBG valid
For one year further extended
by 3 months Or after one
year of retention period.

: To be specified by the Vendor

7. Taxes & Duties


- Excise Duty

: To be specified by the Vendor

(Excise Tariff No. should also be mentioned)


- Sales Tax

: To be specified by the Vendor

- Octroi Duty, if any

: To be specified by the Vendor

- Any other duty


8. Transit Insurance

: To be mentioned

9. Transportation

: To be arranged by Vendor

10. Unloading

: By BL

11. Erection & Commissioning: By Vendor


12. Testing
: By Vendor

Seal & Signature of the Tenderer:

Offered by Vendor

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


Annexure - 3
(Page 6 of 6)
Vendor is requested to provide all the data in the table below, as applicable:
1.

Supplier Name

2.

House No with address 1

3.

Address 2

4.

City

5.

Postal code

6.

State

7.

Tel No

8.

Mob No

9.

Fax

10.

Email

11.

Industry Type*

12.

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

13.

Contact Person

14.

Inco terms

15.

Taxes applicable

16.

CST NO ( if applicable )*

17.

TIN NO ( if applicable )*

18.

Service Tax/ Reg No


( if applicable )

19.

PAN No*

20.

Excise Registration No*

21.

Excise range

22.

Excise Division

23.

Excise Commissionerate

Domestic / service vendor / MSME*/


SSI* / NSIC * trader / others (specify it)

* - relevant registration/certificate copies shall be submitted.

Seal & Signature of the Tenderer:

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

DEVIATION SHEET

Cl No. of EOI /Tender

Tender Requirements

Seal & Signature of the Tenderer:

Deviation

You might also like