PREQUALIFICATION AND SELECTION OF OEM FOR … · prequalification and selection of oem for ......
Transcript of PREQUALIFICATION AND SELECTION OF OEM FOR … · prequalification and selection of oem for ......
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 1 of 24
(to be published in our Web Site)
NOTICE INVITING TENDER (NIT)
SBI, LHO, Chennai invites sealed applications from Original Equipment Manufacturers (OEMs)
for supply and installation of Compactor units for Godown-III at Document Archival Centre
(DAC), Royapettah, Chennai as per the instructions & specifications detailed as hereunder:
1 Release of advertisement in local newspapers
On 19.12.2017 (Tentatively)
2 Availability of Tender Documents in Bank’s web site
From: 19.12.2017 To: 08.01.2018
3 Pre-Bid Meeting
Date: 29.12.2017 at 3.00pm at 4th floor, Conference Hall , State Bank of India, P&E Department, Local Head Office, Nungambakkam, Chennai
4 Last Date and Time for Submission of Tender :
Up to 08.01.2018 by 03.00pm 4th floor, State Bank of India, P&E Department, Local Head Office, Nungambakkam, Chennai
5 Date and Time of opening of Technical Bid
On 08.01.2018 at 3.30pm
6 Address for communication: The Asst. General Manager (P&E), State Bank of India, Premises & Estate Department, 4th Floor, Local Head Office, Nungambakkam, Chennai
7 Contact person (from 11.00 am to 4.00 pm during working days)
The Asst. General Manager (P&E), Contact Number: 044 28308412/28232726/28312829
8 Earnest Money Deposit Rs. 70,000 (Rupees Seventy thousand only) in the form of DD/Pay order favouring “SBI, LHO, Chennai”, payable at Chennai submitted along with Technical Bid.
9 Site/delivery address: State Bank of India, (Old Regional Stationery Dept.), No. 250, Peters Road, Royapettah, Chennai – 014. Landmark: Near Meer Sahib bus stop. Ph: 044 – 28480104.
Note: All the applicants are advised to visit the site and cross check the enclosed
drawing measurements before Pre-Bid meeting. In case of any discrepancies/doubts,
the same may get clarified during the Pre-Bid meeting as scheduled above.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 2 of 24
A. MINIMUM ELIGIBILITY CRITERIA FOR PREQUALIFICATION:
(Ensure for enclosing supporting documents for all the desired criteria)
1. The applicant shall be Original Equipment Manufacturer (OEM). All the supporting
documents justifying Original Equipment Manufacturer shall be furnished. The OEMs shall
alone apply.
2. The applicant should have minimum 5 years of experience in the field of Compactor
Unit Manufacturing as on 31.03.2017.
3. The applicant should have a minimum average annual turnover of Rs. 21.00 Lakhs
during last three years as on 31.03.2017, duly supported by the audited Balance Sheet.
4. Experience of having successfully supplied & installed similar type of compactor units of
magnitude as mentioned hereunder during last 5 years ending November 2017 for
Central Govt./State Govt./PSU/MNCs. This should be supported by completion certificate
obtained from the respective Client.
a. One similar completed work costing not less than Rs. 56.00 lakhs
Or
b. Two similar completed works costing not less than Rs. 35.00 lakhs
each
Or
c. Three similar completed works costing not less than Rs. 28.00 lakhs
each
Note: Similar completed work shall refer to “Supply & Installation of Compactor Units”
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 3 of 24
B. BID EVALUATION PROCESS:
For the purpose of Tender, the short listed eligible applicants will be evaluated in the following
manner:
1. Sealed envelope superscribing “Prequalification & Selection of OEM for Supply &
installation of compactor units for Godown-III at DAC, Royapettah, Chennai”
containing documents supporting desired eligibility criteria, duly filled Annexures ‘A’ to ‘H’
and EMD of Rs. 70,000/- duly addressed to AGM (P&E), SBI, Local Head Office, 16,
College Lane, Chennai -600 006.
2. Bids shall be evaluated based on the predefined prequalification criteria, verification of
credentials, confidential reports/ inputs received from the previous clients. Thus qualified
will be called as ‘Prequalified Original Equipment Manufacturers’ for the proposed work.
3. If necessary, the authorized representatives of Bank will visit many / few projects / sites
which are recently executed / being executed by the applicants, in order to evaluate the
performance of the applicants.
4. All the Prequalified Original Equipment Manufacturers will be advised to submit their
Indicative Price bids online within stipulated date & time (which will be advised in due
course). Thereafter, e-Reverse auction will be conducted to identify the lowest.
5. Please note, the applications received are duly evaluated based on the details/supporting
documents furnished by the applicants. It is the sole responsibility of the applicants to
submit the desired documents. Missing/non submission of supporting documents shall lead
to rejection of applications.
C. GENERAL INSTRUCTIONS TO BIDDERS:
1. Please read these instructions carefully before filling up the application form.
2. Conditional Tenders shall be rejected.
3. EMD for Rs. 70,000/- in favour of SBI, LHO, Chennai, should be enclosed along with
Technical Bid. Applications without prescribed EMD and other relevant documents as
desired in the tender shall summarily be rejected.
4. The Tenderer must obtain for himself/themselves on his/their own responsibility and at
his/their own Expenses all the information that may be necessary for the purpose of filling of
this Tender and Before submitting tender and must scrutinize the drawings and inspect the
site of work and acquaint himself/themselves with all local conditions & matter pertaining
thereto.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 4 of 24
5. The tender forms must be filled in English. Each page of the tender documents is required
to be signed by the person/duly authorized persons as token of his/their having acquainted
himself/themselves with the general conditions etc. as laid down herein. Any tender with
any of the documents not so endorsed is liable to be rejected;
6. Timelines pertains to tendering shall be strictly as per the schedule mentioned in table
under NIT. In case of any extension/modification, the same will be announced in our Bank’s
website.
7. The application must be submitted in the proforma to be downloaded from our website
without altering meaning of the text whatsoever. Any violation of this condition shall render
the application invalid.
8. If the space in proforma is insufficient for furnishing full details, such information may be
supplemented on separate sheet stating therein the part of proforma and serial number.
Separate sheets may be used for each part of application. While filling up the application
with regard to list of important projects completed or on hand the applicant shall only
include major works handled by the firm.
9. Bank’s representatives may visit the applicant’s projects and contact his past clients for
verification of information given by the applicant. The applicant will be required to give
them the necessary facilities and arrangements for verification.
10. The ability and competence of the applicant to render required services within the specified
time frame will be a major factor while deciding the empanelment of contractors.
11. Decision of the State Bank of India regarding short listing of contractors for Online bidding
will be final and binding. Shortlisted Contractors will be informed within 3 weeks from the
date of opening of Bid Document.
12. Application found with false and/ or incomplete information at any stage is liable for
rejection.
13. The EMD money will be retained in case of the successful Tenderer as part of the Security
Deposit for the due fulfillment of the contract and will be refunded without any interest
thereon to the unsuccessful Tenderers within 02 weeks from date of award of contract.
14. Canvassing in connection with tenders is strictly prohibited and Tenders submitted by the
contractors who resort to canvassing are liable to be rejected.
15. Bidders should have not been blacklisted/barred by any of the state/Central government
department/PSU/any other organization. Self-declaration shall be submitted by the bidder.
Bidders should provide necessary supporting documents as proof in support of all the
above items as part of eligibility verification.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 5 of 24
16. Validity period of Offer: The Tender shall remain valid for 90 days from the date of opening
Price Bid.
17. The successful tenderer will enter in to Agreement with the Bank as per the standard format
within 15 days from the date of receipt of work order.
18. Under no circumstances shall SBI be held responsible for compensation or loss to the
contractor due to any increase in the cost of labour and/or material etc. The rate quoted
shall include all costs except GST which will be payable over & above the actual cost of
work based on the rates prevailing at the material time. However, rates quoted shall be
inclusive of cost of transportation, excise duty, installation charges etc.
19. It is imperative that the contractors submit their application on the prescribed format along
with certificates of satisfactory completion of the job from their respective previous clients.
Tenderers not giving the full particulars as mentioned above or as called for in the special
Conditions or not complying with any of the conditions set forth above or therein are liable
to be summarily rejected.
20. SBI do not bind themselves to accept the lowest or any tender and reserve to themselves
the right to accept or reject any or all tenders, either in whole or in part, without assigning
any reasons whatsoever for doing so;
21. Delivery should be made within 6 weeks from the date of the Purchase order & the units
shall be erected and ready for use within 2 weeks thereafter or when the site is ready
whichever is later.
22. Payment Terms: 95% Payment shall be made within 15 days from the date of completion
of delivery and installation of the unit at our site and on verification of the unit at the site by
Bank’s Officials. Remaining 5% value of actual final work including the value of EMD will be
withheld as Retention Money with the Bank and shall be released upon successful
completion of Defects Liability Period (DLP) of one year form the date completion of work.
23. Testing of work and material: The supplier/OEM/Contractor shall, if required by the Bank,
arrange to test materials and/ or portions of the work from laboratories as directed by the
Engineer in charge, at his own cost in order to prove their soundness, efficiency, strength,
physical & dimensional properties. If case any such test results giving below par values, the
contractor shall pull down whole or part of the structure and redo the same at his own cost,
defective materials and the debris shall immediately be removed from the site.
24. Liquidated Damages / Penalty: - A penalty @ 0.5% per week subject to a maximum of 5%
of the purchase order value shall be levied as liquidated damages for delay in supply and
completion of the work. However for the delay for the reasons which shall not be
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 6 of 24
attributable to agency, LD will not be imposed and on request, time extension can be
granted without LD.
25. Guarantee / defect liability period:-. Defect liability period of 1 year will be applicable for
this tender. Also, the product supplied should be guaranteed for the duration as mentioned
by the vendor from the date of supply.
26. Maintenance during defect liability period: The supplied items shall be maintained
during defect liability period of one year or the warranty duration whichever is later. All
defective / faulty part or parts exhibiting unusual wear and tear during guarantee period
shall be replaced at the cost of vendor and such replacement shall be new, equal or better
than original. All labour, tools, materials, transportation etc. required in performance of
guaranteed works shall be at the supplier’s expenses.
27. Any Service calls should be attended within 48 hours.
28. Supply to be made – F.O.R Basis at the address mentioned by SBI official.
29. The bidders are requested to quote their rate against each & every items mentioned under
their brand name. No item should be left unquoted and found if any will result in rejection of
entire bid.
30. Bank reserves the right to accept or reject any or all tenders or distribute the orders
between vendors / bidders, increase / decrease the value of work without assigning any
reason whatsoever.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 7 of 24
D. GENERAL TERMS AND CONDITIONS OF e-TENDERING & e-REVERSE AUCTION
Against this tender, SBI will resort to “e-REVERSE AUCTION PROCEDURE” i.e. ON LINE BIDDING VIA INTERNET.
1. For the proposed e-tendering & e-reverse auction, technically and commercially acceptable
bidders only shall be eligible to participate.
2. SBI will inform the vendor the details of service provider to enable them to contact and get
trained (if required).
3. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be
communicated through service provider for compliance.
4. Vendors have to e-mail the scan copy of compliance form in the prescribed format
(provided by service provider) before start of e-Reverse auction. Without this the vendor will
not be eligible to participate in the event.
5. e-tendering & e-Reverse auction will be conducted on schedule date & time.
6. At the end of e-reverse auction event, the lowest bidder value will be known on the network.
7. The lowest bidder has to mail the duly signed filled-in prescribed format as provided on
case-to-case basis to SBI through service provider within 24 hours of auction without fail.
8. The e-reverse auction will be treated as closed only when the bidding process gets closed
in all respects for the item listed in the tender.
9. After the closure of e-Reverse auction, the lowest bidder has to submit the Price
confirmation letter & detailed breakup for his offer (in the same format of ‘Indicative Price
Bid’) containing the final rates of all the items.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 8 of 24
ANNEXURE - A
SUPPLY & INSTALLATION OF COMPACTOR UNITS FOR GODOWN-III AT DAC,
ROYAPETTAH, CHENNAI BIDDER INFORMATION
1 Name of the organization
2 Address
3 Name, mobile/telephone Nos. and e-mail id of the contact
person
4 Constitution of the Firm
(whether company / firm / Proprietary)
5 Year of Establishment
6 Whether registered with the Registrar of Companies /
Registrar of firms.(if so, mention number and date)
7 Registration with Govt. Authorities
Income-tax (PAN) No.
GST no.
8 Names of Directors / Proprietor / Partners / Associates
9 Bio-data of Partners / Associates
(Details may be given in the enclosed format -Annexure
‘B’)
10 Name and value of similar works completed during the
last 5 years
(Details may be given in the enclosed format -Annexure
‘C’)
11 Name & value of the Major interior renovation works on
hand / awarded
(Details may be given in the enclosed format -Annexure
‘D’ & ‘E’)
12 List of Professionals / Technical / Non-technical
Personnel employed permanently
(Details may be given in the enclosed format -Annexure
‘F’)
13 Details of workshop / manufacturing unit/tools / equipment
owned by the company
(Details may be given in the enclosed format -Annexure
‘G’)
14 Banker’s Name & address
(Enclose latest solvency certificate from the bankers)
15 Latest Income Tax Clearance Certificate
(copy to be enclosed)
16 List of empanelment / enlistment / registration with other
Organizations / statutory bodies etc.
If so, furnish their names, category and validity.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 9 of 24
17 Annual turnover for the last 5 financial years
(year-wise) ending 31.03.2017
18 Name and address of the persons who will be in a
position to certify about the quality as well as performance
of your firm
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 10 of 24
ANNEXURE - B
SUPPLY & INSTALLATION OF COMPACTOR UNITS FOR GODOWN-III AT DAC,
ROYAPETTAH, CHENNAI
BIO-DATA OF THE PARTNERS/ ASSOCIATES
1. Name :
2. Associates with the organization since:
3. Date of Birth :
4. Professional Qualifications :
5. Professional Experience :
6. Professional Affiliation :
7. Membership in :
8. Details of Published papers :
in Magazine
9. Details of cost effective methods/ :
techniques adopted in the projects
10.Exposure to new materials/ :
Techniques
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 11 of 24
ANNEXURE - C
DETAILS OF SIMILAR WORKS COMPLETED
DURING THE LAST FIVE YEARS ENDING 30.11.2017
Note: 1. The list is to be substantiated with the documentary evidences such as copies of work orders, satisfactory completion certificate obtained
from the client etc. without which the projects mentioned herein may not be considered for scrutiny and your application is liable to be
rejected.
2. The applicant shall mention only those works which are completed during the last five years ending 31.10.2017. Other works (if any to be
mentioned may be provided in a separate sheet.
3. ** Indicate gross amount claimed and amount awarded by the Arbitrator ( if any)
Sl.
No.
Name of
work/
project &
location
Name of
the Owner
/ Client
with
address
Name
of the
Archite
ct /
Consul
tant
with
addres
s
Contra
ct /
Agree
ment
No.
Nature /
Scope
of work
execute
d
Final
Cost of
work in
Lakhs
Estimat
ed
Duratio
n of the
project
as per
contract
Actual
Duration
of project
completi
on
Litigation/
Arbitration
pending/
In progress
with details**
Name
and
address/
Tel No. of
Officer to
whom
reference
shall be
made
Remarks
1 2 3 4 5 6 7 8 9 10 11 12
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 12 of 24
ANNEXURE - D
DETAILS OF SIMILAR WORKS UNDER EXECUTION OR AWARDED
SL
No.
Name of
work/
project &
location
Owner
/ client
or
spons
oring
organi
zation
s
Agreeme
nt /
Contract
Number
Estim
ated
cost
of the
work
in
Lakhs
Estimated /
Actual Date
of
Commence
ment of
project as
per
condition
stipulated
Stipulate
d Date of
completi
on
Up to
date
percent
age
progres
s of
work
Delay in
progress (if
any and
reasons
thereof)
Address/Te
l No. of
Officer to
whom
reference
may be
made
Remarks
(Indicate
whether
any show
cause
notice
issued or
Arbitration
initiated
during the
progress
work)
1 2 3 4 5 6 7 8 9 10 11
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 13 of 24
ANNEXURE - E
PROFORMA OF PERFORMANCE REPORT
FOR WORKS REFERRED TO IN ANNEXURE ‘B’ & ‘C’ (To be obtained from the respective Client)
Name of the work/ project with location :
1. Scope of work. :
2. Agreement No. :
3. Estimated / Tendered Cost of work :
4. Value of work done :
5. a. Stipulated date of start :
b. Actual date of start :
c. Stipulated date of completion :
d. Actual date of completion :
6. Amount of compensation levied for delayed :
completion if any.
7. Performance report based on
Quality of Work, Time Management,
and Resourcefulness : Very Good / Good / Fair / Bad
8. Any other information :
SUPERINTENDINGENGINEER/CHIEF
PROJECTMANAGER OR EQUIVALENT.
(NAME, DESIGNATION AND ADRESS OF ORGANISATION)
Place:
Date:
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 14 of 24
ANNEXURE - F
DETAILS OF KEY TECHNICAL AND ADMINISTRATIVE PERSONNEL EMPLOYED
BY THE ORGANISATION / COMPANY
Sr. No. Designation of
the employee
Name Qualification Professional
Experience
Length of
continuous
service with
employer
1 2 3 4 5 6
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 15 of 24
ANNEXURE - G
DETAILS OF WORKSHOP / MANUFACTURING UNIT FACILITIES ALONG WITH
TOOLS, PLANT AND EQUIPMENTS LIKELY TO BE USED IN CARRYING OUT THE
PROJECT / WORK.
1. Details of Workshop / Manufacturing Unit facilities:
Location of Workshop / Unit
Year of establishment
Area of Workshop / Unit
Type of Infrastructure
Type of facilities
Ownership status
2 Details of Tools, Plant and Equipment
Sr.
No
Name of the
Equipment Nos
Age
(years)
Ownership Status (Presently
owned
/ Leased)
Remarks
1 2 3 4 5 6
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 16 of 24
ANNEXURE - H
DECLARATION (To be furnished in the letter head of organization)
1. I / We have read the application and instructions appended to the proforma and I / We
understand that if any false information is detected at a later date, any future contract made
between ourselves and State Bank of India, on the basis of the information given by me / us
can be treated as invalid by the Bank and I / We will be solely responsible for the
consequences.
2. I / We agree that the decision of State Bank of India in selection of contractors and award of
work will be final and binding to me / us.
3. All the information furnished by me hereunder is correct to the best of my knowledge and
belief.
4. I / We agree that I / we have no objection if enquiries are made about the work listed by me
/ us in the accompanying sheets.
5. I / We agree that I / We have not applied in the name of sister concern for the subject
project.
6. I / We give undertaking that I / We have not been blacklisted/penalized by any of the
companies at any instance for the similar type of works.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 17 of 24
TECHNICAL SPECIFICATIONS FOR COMPACTOR SYSTEM
Manufacturing and supplying of Mobile Shelving Compactor as per the following specification. The
compactor should movable and bolted to undercarriage which rolls on the channels and firmly embedded to
the ground. The main body should be rigid knock down construction is made of out of Side /back/top
Panels. The storage body units to take the load bearing capacity of maximum 90 Kg uniformly distributed
per shelf. The shelves should be mounted on support brackets & its level should be adjustable. A
centralized locking arrangement should be provided at the appropriate location facilitating the unit gets
locked on channels when all the units are brought together.
All the Mobile Units should be provided with the features such as mechanical drive with a handle for
mechanically assisted drive mechanism consisting of a series of sprocket and chain mechanism for smooth
movement of the compactor with minimum effort. It should be fitted with safety guard preventing the
compactor units moving away from the rail and proper braking mechanism preventing reverse collision of
mobile units. The guide track should be provided with an end stopper to avoid derailment of the units. It
should be provided with the label holders. No welding is allowed.
Compactor unit lying between LD1 to LD4 comprising of 1 SFFU, ‘N’ nos of DFMU and 1 SFMU (Minimum
dimensions As per drawing enclosed).
Typical image of the product
Above image shown with 4 Units viz. 2
DFMU & 1 SFMU & 1 SFFU.
Each face of the unit will have 6 bays X
6 level shelves. Hence total no of
compartments will be 24 nos.
SFFU - Single Faced Fixed Unit
DFMU - Double Faced Movable Unit
SFMU - Single Faced Movable Unit
Design codes:
SEMA - Code of practice for the design of Mobile Shelving Systems
SEMA - Code of practice for the design of High and Low Rise Static steel shelving
BS: 5950 (V): 1998 – Code of practice for design of cold formed thin gauge sections
LD1
LD4
SFFU
SFMU
2DFMU
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 18 of 24
Raw material specification:
Steel Type Minimum
guaranteed yield strength
Applicable standards Component Usage
Galvanized 210 Mpa IS:277 D G50 Upright, Shelf Panel, G50 inner cladding,
Galvanized 255 Mpa ASTM A 653M SS GRADE 37 (CLASS 1)
Shelf Clip, Cladding clamp
HR 255 Mpa
IS: 5986 - Fe 410 / Equivalent (or) IS:2062 - E 250/ Equivalent JIS 3101: SS 400 EN 10025 : S 235
Undercarriage ‘C’ Channels
CR 210 Mpa IS:513 D JIS ; G3141
Peripheral Claddings, Top panel
SG 500 500 Mpa IS 1865: 1991 Stepped wheel, Plain wheel
Boltless superstructure uses NO bolts for assembly of panels, panel stiffeners, back tie, fixed dividers. Fasteners are used in understructure assembly & cladding assembly. Fasteners used shall be of minimum Grade 8.8. All fasteners are with galvanized finish to suit industrial atmosphere as per IS 3655 & IS 1367.
Surface finish:
For long life and protection from corrosion, all Powder coated components are given 4 stage 7 tank antirust/anti corrosive surface treatment viz. de-greasing as per IS 6005:1970, rinsing, phosphate treatment as per IS 3618:1966 and RO water rinsing. The dry film thickness (DFT) after powder coating would be average 35 microns (Minimum). Furthermore, the testing of paint for various physical and chemical properties is done as per ASTM standards.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 19 of 24
Technical specification:
SFFU & SFMU – shelf panel size of 1300 width x 400 & 500 depth x 32 mm height
DFMU - shelf panel size of 1300 width x 400 depth x 32 mm height
Height of the body – 3311 mm min and understructure; Height including railing – 165 mm min
Height of the system – 3566 mm min.(Including Anti-toppling)
The above dimension is subject to civil clear height available at site.
Load per body – 550 kg/unit
Component specification:
Uprights
Upright is roll-formed construction made up of single piece having slots at 25mm pitch. It enables the warehouse manager to utilize the rack optimally to suit the changing storage box sizes. Uprights are inserted & bolted to the undercarriage.
Profile width 50 mm
Profile depth 37 mm
Material thickness 1mm
No of pieces Single
Panel adjustability 25 mm
Material quality Min Ys = 210 Mpa
Mfg. process Roll forming
Finish Powder coated
Colour Light Grey (RAL 7035)
Shelf panel
Shelf panels are the load carrying members which are hooked into the uprights via shelf clips. ‘4’ nos of clips are used per panel. Panel levels can be adjusted in the pitch of 25mm. It is a roll-formed section with 14 bends. There are slots for mounting dividers at the pitch of 50mm.
Width 1300mm mm
Depth 400 & 500mm
Thickness 0.8 mm
Height 32mm
No of bend 14
Mfg Process Roll forming
Usage Decking surface
No of stiffener 1nos per panel
Fasteners No
Divider Adjustability
50mm
Mounting Using ‘4’ nos of shelf clips
Finish Powder coated
Colour Light Grey (RAL 7035)
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 20 of 24
Shelf clip Profile section 24 x 8 x 35mm
Material thickness 1.6mm
Mfg process Forming
No of bend 2
Connectivity Insertion
Finish Galvanized
Bracing
Bracing type is battened type. Bracing is a formed single piece section which connects two vertical uprights & makes a frame. Bracings are the key members in maintaining the system stability. These are hooked into up-right & two plastic rivet pins used for fastening.
Section Flat with edge hem bend and middle rib
Material thickness 1.2mm
Mfg process Forming
Connectivity Hooking & Pin assembly
No of fasteners 2 nos of M6x10 plastic rivet pin
Finish Powder coated
Colour Light Grey (RAL 7035)
Back tie: Back ties are the critical members to ensure stability. Back tie rod cleat (RH) is inserted into upright & then turn buckle is hooked to it. Then back tie rod is hooked to turn buckle & back tie rod cleat (LH).
Usage Stability
Dia of tie rod 5mm
Size of turn buckle 90mm
Connectivity – tie rod cleat Hooking
Fasteners ‘1’ no of plastic rivet pin / cleat Mfg process – tie rod Forming
Finish Galvanized
Top Panel: Every unit is provided with the top panel which in-turn act as top cladding. This prevents dust from external environment. This top panel is connected to frame via top panel joining piece.
Front box cladding Front box cladding is the cladding on the drive handle side. It is an assembly of either sin-gle / ‘3’ pieces / ‘6’ pieces together to form a front fascia. These claddings prevent un-authorized access of ma-
terial from front side & also pilferage. Claddings offer good aesthetics to the system.
Mfg Process Forming
Fixity Bolted to G50 frame via cladding connector
Material CR
Material thickness 1 mm
Fastener
1. M6x15 Hex Bolt, Nut & Washer – with cladding connector
2. M8x20 Hex Bolt, Nut & Washer – For inter bolting
Finish Powder coated
Colour Middle piece: Graphite Grey (RAL 7024) Edge pieces: Light Grey (RAL 7035)
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 21 of 24
Rear box cladding Rear box cladding is the cladding on the side opposite to drive handle side. It comprises either single / ‘3’ pieces / ‘6’ pieces together to form a rear fascia. It prevents un-authorized access of material from rear side.
Mfg Process Forming
Fixity Bolted to G50 frame via cladding connector
Material CR
Material thickness 1 mm
Fastener
1. M6x15 Hex Bolt, Nut & Washer – with cladding connector
2. M8x20 Hex Bolt, Nut & Washer – For inter bolting
Finish Powder coated
Colour Middle piece: Graphite Grey (RAL 7024) Edge pieces: Light Grey (RAL 7035)
End box cladding End box cladding is provided at the extreme sides ( i.e. Sides of the SFFU (Single Faced Fixed unit) & SFMU (Single Faced Movable Unit) of the block. It prevents the access of material from outside and improves the overall aesthetics.
Mfg Process Forming
Fixity Bolted to G50 frame via EBC Locking Beam
Material CR
Material thickness 1 mm
Fastener M8x20 Hex Bolt, Nut & Washer – for connecting with EBC locking beam & for inter bolting
Finish Powder coated
Colour Light Grey (RAL 7035)
Inner plain cladding: Inner side plain claddings are most common cladding type & assembled in between two units.
Type of profile Plain sheet
Thickness 0.6 mm
Mfg process Forming
Fixity Bolted to G50 upright
Fasteners ‘4’ nos of M6x15
Fastener type Hex. Bolt & nut
Finish Powder coated
Colour Light Grey (RAL 7035)
End back plain cladding
Type of profile Plain
Thickness 0.8 mm
Mfg process Forming
Fixity Using ‘4’ nos of ‘back cladding clip G50’ & Bolting
Fasteners ‘4’ nos of M5x15 & ‘1’ no of M5x10 pan head self tap screw
Fastener type Slotted round head screw
Finish Powder coated
Colour Light Grey (RAL 7035)
Label holder Paper Size A4
Label holder size 315x250x6
Connectivity Bolted
Fastener ‘3’ nos of M4x16
Type Slotted round head screw & Nut
Material Acrylic
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 22 of 24
Undercarriage Movable undercarriage shall be provided with high strength, high precision cast iron wheels which runs on the rails. Drive unit is connected to the undercarriage via sprocket & chain assembly. Undercarriage is made up of ‘C’ Profiles which are assembled together to provide rigid base for the system. Suitable anti-tipping elements are incorporated in the undercarriage, to provide redundant safety to the operator. Fixed undercarriage is the sub assembly of the system which is grouted on the rails with ability to carry the entire pay load & super structure weight. Suitable anti-tipping elements are to be incorporated in the undercarriage, to provide redundant safety to the operator.
Profile Lipped ‘C’ Channel
Size
1. Front ‘C’ Channel: 120x66x66mm
2. ‘C’ Lip beam end: 114x66x60 3. ‘C’ Lip beam mid: 114x66x60
Height of undercarriage 120mm
Height of undercarriage from ground
165mm
Usage To hold superstructure & to provide rolling motion on rails.
Guiding of trolley By stepped wheels at extreme rails
Number of guide (step) wheels
4
Mfg Process Forming
Finish Powder coated
Rail assembly
Rails shall be enabling the undercarriage to move in a guided path & anti-tilt assembly also takes support from rail assembly ensuring less effort for the operator by spreading the total load to the ground uniformly. Rails are grouted with the ground using anchor bolts. There are minimum ‘12’ bolts per meter length of rail provided with slope plates at both sides to avoid hindrance to people who are walking around the system.
Profile Rectangular Bar
Size of bar 25 x 16
Material IS 2062
Bottom width of rail 100mm
Slope plate Thickness 2mm
Usage Trolley path
Mfg Process Forming and Welding
Finish Power Coated. (Top surface of the rails are without powder coating)
Colour Graphite Gray (RAL 7024)
Drive unit assembly Drive unit assembly is provided with unit locking arrangement preventing unit from moving when in use. The unit should be ensuring hassle free operation with much ease to the user. Preferably finished with ABS plastic/PU/chrome plated handles as directed by Engineer in-charge.
Hand wheel type Single Handle
Effort Reduction Ratio 1:2.29 (34Teeth : 14Teeth)
Locking mechanism Lock handle (Kept horizontal means locked & vertically downward means free to move)
Drive force transfer Through chain (RS40)
Chain pitch ½” (12.7mm) Reverse movement Yes
Material of handle ABS plastic/PU/chrome plated .
Finish of handle Molded Mat finish
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 23 of 24
Anti-Toppling
Anti-toppling assembly is a stability member, that is used when the height of the system with respect to its depth, goes beyond permissible limit.
Usage Stability
Dia of the tube 38mm
Material thickness 2mm
Mfg Process Forming & welding
Finish of pipe Galvanized
Finish of housing Powder coated
Colour of housing Light Grey (RAL 7035)
Locking Arrangement:
A centralized locking arrangement should be provided at the appropriate location facilitating the unit gets locked
on channels when all the units are brought together.
PREQUALIFICATION AND SELECTION OF OEM FOR SUPPLY & INSTALLATION OF COMPACTOR SYSTEM
SIGNATURE OF THE APPLICANT WITH DATE & SEAL Page 24 of 24
SUPPLY & INSTALLATION OF COMPACTOR UNITS FOR GODOWN-III AT DAC, ROYAPETTAH,
CHENNAI INDICATIVE PRICE BID FORMAT
(will displayed in the online bidding page)
S. No. Description Unit Amount
(excluding GST)
01. Supply, Installation, Testing & Commissioning (SITC) of Compactor units shall be strictly as per the drawings and technical specifications as detailed in the tender. Rate shall include all necessary accessories, hardware components, transportation, installation, structural components, making good the scratches made during installation etc. as directed by the Engineer In charge. BLOCK A – 01 No. Compactor unit in locked condition having below mentioned outer to outer dimensions. Length - 8040 mm (Excluding handle) Width - 3636 mm Height - 3566 mm (from FFL) The block will be provided with 05 units viz. SFFU-01, SFMU-01 & DFMU-03. Each face of the unit will be divided into 6 bays & 6 levels totaling to 36 compartments. Each compartment shall have load bearing capacity of 90 Kg UDL and space to hold 02 nos. of storage boxes of size 533mm(L)x385mmx 385mm. BLOCK B – 03 Nos. Compactor unit in locked condition having below mentioned outer to outer dimensions. Length - 9346 mm (Excluding handle) Width - 4629 mm Height - 3566 mm (from FFL) The block will be provided with 06 units viz. SFFU-01, SFMU-01 & DFMU-04. Each face of the unit will be divided into 7 bays & 6 levels totaling to 42 compartments. Each compartment shall have load bearing capacity of 90 Kg UDL and space to hold 02 nos. of storage boxes of size 533mm(L)x385mmx 385mm.
One package
Grand Total
Discount if any
Net Total
Note:
a. GST shall be paid extra over & above the total amount as per rate prevailing at material time against submission of GST invoice. However, quoted amount shall be inclusive of cost of transportation, installation, excise duty etc.
b. Applicants should study & correlate the drawings at the time of quoting.
SKU DETAILS CAPACITY DETAILS
DESCRIPTION
BLOCK NAME
TYPE 1
NO. OF BLOCK
ELEVATION
NO.OF BAYS
DECKING SURFACE
NO.OF LEVELS
NO.OF BOXES/ BODY
864
A
TYPE 2 TYPE 3
TOTAL CAPACITY
1
LD6
1+3+1
Steel Decking
6
18
B
ACCESSORIES
1. Electronic Pin lock.
2. --
CLADDING DETAILS
IMPORTANT NOTES ON FLOORING.
1. Floor Load bearing capacity should ensure by the
customer.
2. For a minimum grid size of 1mx1m, the difference
in floor level between any two survey points
should be less than 4mm.
3. The max variation between any two survey points
should not exceed 10mm.
Inner Back Plain Cladding
Inner Side Plain Cladding
nos
· Max. load acting on the Rail-~1700 kg/m.
385385
37
0
~30 kg
SKU Type
Achieved Capacity 4644 Nos.
P
ELEVATION
1 90 kg Udl/Level
2 90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
58
22
35
50
50
4
Las
t L
oad
ing
lev
el:
29
73
Sy
stem
Hei
gh
t: 3
31
1
35
66
76
0
1339 1308 1308 1308 1308 1339
8138 O/O
Av
aila
ble
Cle
ar H
eig
ht:
34
76
466 O/O 868 O/O 566 O/O
SIDE VIEW
SFF DFM SFM
BLOCK ABLOCK A
ANTI-TOPPLING ASSEMBLY
3 90 kg Udl/Level
4 90 kg Udl/Level
5 90 kg Udl/Level
6 90 kg Udl/Level
55
05
50
55
05
50
Min
.Req
uir
ed C
lear
Hei
gh
t :
38
00
23
4
90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
51
84
74
Notes:
1. Anti toppling assembly is considered as
shown.
3780
LD7
1+4+1
Steel Decking
6
18
nos
3
EN
TR
Y
9446 - O/O
SF
F
436
30
900
Cle
ar A
isle
31519701970197012921293
868
DF
MD
DF
MD
DF
MD
536
30
5529 O
/O
SF
MD
DF
MD
BLO
CK
B
100
200
SF
F
315 1970 1970 1970 1292 1293
DF
MD
DF
MD
DF
MD
SF
MD
DF
MD
BLO
CK
B
SF
F
315 1970 1970 1970 1292 1293
DF
MD
DF
MD
DF
MD
SF
MD
DF
MD
BLO
CK
B
1511Clear
SF
F
8138 - O/O
436
30
900
Cle
ar A
isle
1970 1970 1970 1292
DF
MD
DF
MD
DF
MD
SF
MD
4536 O
/OBLO
CK
A
806
Clear826
Clear
1708Clear Aisle
100
20800 I/I
796Clear 1
2150 I
/I
511
5404 O
/O631
5404 O
/O200
9446 O/O
ELEVATION
1 90 kg Udl/Level
2 90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
90 kg Udl/Level
58
223
550
Las
t L
oad
ing l
evel
: 2973
Syst
em H
eight:
3311
3566
760
1339 1308 1308 1308 1308 1308 1339
9446 O/O
Avai
lable
Cle
ar H
eight:
3476
466 O/O 868 O/O 566 O/O
SIDE VIEW
SFF DFM SFM
BLOCK B
ANTI-TOPPLING ASSEMBLY
BLOCK B
234
Min
.Req
uir
ed C
lear
Hei
ght
: 3800
3 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
4 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
5 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
6 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level 90 kg Udl/Level
550
550
550
550
5181
48
504
474
1018
Cle
ar A
isle
1167
Cle
ar
9446 O/O1604
315