PREQUALIFICATION AND SELECTION OF OEM FOR … · prequalification and selection of oem for ......

25
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, 4 th 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.

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