24
RFP NO: SDMS/INFRA/20-21/002 Page 1 of 24 STOCKHOLDING DOCUMENT MANAGEMENT SERVICES LIMITED REQUEST FOR PROPOSAL (RFP) FOR SUPPLY, INSTALLATION AND COMMISSIONING OF MULTI TIER HEAVY DUTY STORAGE RACKS WITH CATWALK, GANGWAY, STAIRWAY AND DUMBWAITER (SERVICE LIFT) FOR PAN INDIA LOCATIONS RFP NO: SDMS/INFRA/20-21/002 Dated 29 th Jan 2021 StockHolding Document Management Services Limited (SDMSL) CINU74140MH2006GOI163728 a company incorporated under the Companies Act 1956 and having its registered office at SHCIL House, P-51, TTC Industrial Area, MIDC, Mahape, Navi Mumbai – 400 710. SDMSL is a Government of India Company and a wholly owned subsidiary of Stock Holding Corporation of India Ltd., India’s premier custodian, Depository Participant, Capital Market Service Provider. SDMSL is the only Government institution in India in the field of end-to-end document management solution providing both Physical and Digital Record Management with information technology enabled services. SDMSL is a CMMI Level 5 certified Company, ISO 9001:2015 and ISO 27001:2013 certified organisation and a Microsoft Gold Certified Partner. SDMSL intends to fix the rate/price contract for procuring Multi-Tier Heavy Duty Box Based Storage from multiple vendors for its various branches scattered across the Country, on as and when required basis for a period of 3 years and extendable for another period of 1 year. SDMSL Limited invites online bids under TWO BID SYSTEM ( i.e Technical Bid and Price/Commercial Bid) directly from well-established and experienced Manufacturers / agencies / vendors, for supply installation and commissioning of Multi- Tier Heavy duty Storage Racks with catwalk, Gangway, Stairway and Dumbwaiter (Service Lift) as detailed at Annexures. The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure StockHolding Document Management Services Limited Plot No – P-51, SHCIL House, TTC Industrial Area, MIDC Mahape, Navi Mumbai – 400710, Maharastra Email [email protected]

STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 1 of 24

STOCKHOLDING DOCUMENT MANAGEMENT SERVICES LIMITED

REQUEST FOR PROPOSAL (RFP) FOR SUPPLY, INSTALLATION AND

COMMISSIONING OF MULTI TIER HEAVY DUTY STORAGE RACKS WITH CATWALK, GANGWAY, STAIRWAY AND DUMBWAITER (SERVICE LIFT) FOR

PAN INDIA LOCATIONS

RFP NO: SDMS/INFRA/20-21/002 Dated 29th Jan 2021

StockHolding Document Management Services Limited (SDMSL) CINU74140MH2006GOI163728 a company incorporated under the Companies Act 1956 and having its registered office at SHCIL House, P-51, TTC Industrial Area, MIDC, Mahape, Navi Mumbai – 400 710. SDMSL is a Government of India Company and a wholly owned subsidiary of Stock Holding Corporation of India Ltd., India’s premier custodian, Depository Participant, Capital Market Service Provider. SDMSL is the only Government institution in India in the field of end-to-end document management solution providing both Physical and Digital Record Management with information technology enabled services. SDMSL is a CMMI Level 5 certified Company, ISO 9001:2015 and ISO 27001:2013 certified organisation and a Microsoft Gold Certified Partner.

SDMSL intends to fix the rate/price contract for procuring Multi-Tier Heavy Duty Box Based Storage from multiple vendors for its various branches scattered across the Country, on as and when required basis for a period of 3 years and extendable for another period of 1 year. SDMSL Limited invites online bids under TWO BID SYSTEM ( i.e Technical Bid and Price/Commercial Bid) directly from well-established and experienced Manufacturers / agencies / vendors, for supply installation and commissioning of Multi-Tier Heavy duty Storage Racks with catwalk, Gangway, Stairway and Dumbwaiter (Service Lift) as detailed at Annexures. The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below:

Head – Admin Infrastructure StockHolding Document Management Services Limited Plot No – P-51, SHCIL House, TTC Industrial Area, MIDC Mahape, Navi Mumbai – 400710, Maharastra Email [email protected]

Page 2: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 2 of 24

TENDER DETAILS

1 Last date for submission of bids 22nd Feb 2021 by 15:00 Hours 2 Tender Document Cost Rs. 10,000/- Ten Thousand (non-refundable)in

favor of StockHolding Document Management Services Limited, payable at Mumbai via NEFT/Online Channel.

3 Earnest Money Deposit (EMD) Rs. 5, 00,000/- (Rs. Five Lakh) in favor of StockHolding Document Management Services Limited, payable at Mumbai via NEFT/Online Channel.

4 Bank Account Details IDBI Bank, Current Account No 004103000034724, Nariman Point Mumbai Branch, IFSC Code IBKL0000004

5 Manner of bid Submission Online Two Bid System with Reverse Auction https://www.eauction.auctiontiger.net/

6 Forwarding of Bid Bids shall be forwarded by the Bidder under their original memo / letter head furnishing details like GST,PAN number with complete postal, E-mail addresses and contact Numbers mentioning the RFP number in all pages

7 Date & Time of Opening of Technical, Commercial Bid and Reverse Auction Date

22nd Feb 2021 at 16:00 Hours 23rd Feb 2021 at 14:00 Hours 25th Feb 2021 at 15:00 Hours

8 Place of Opening of Bid StockHolding DMS Ltd P- 51, SHCIL House, TTC Industrial Area, MIDC, Mahape – 400710 (or) Online through Google Meet

9 Location for Supply, Installation and Commissioning

Annexure- V for locations

10 Pre – Bid Meeting & Location Online or At the address as stated at Sr No 8 on 08th Feb 2021 at 12:30 Hours

Page 3: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 3 of 24

GENERAL INFORMATION I Technical and Commercial Bid documents shall be liable for rejection, if it is not

having

a. Tender Fee. b. Earnest Money Deposit (EMD). c. An undertaking stating that the applicant meets all the eligibility

criteria and is eligible to participate in the application process. d. Integrity Pact duly signed by the Authorised Signatory. e. Audited / Certified copies of preceding three financial years. f. Copies of the PO along with the completion certificate as asked in the

eligibility criteria. g. If found to be conditional

Other documents mentioned in the eligibility criteria

II A prospective bidder seeking clarification regarding contents of RFP documents shall notify SDMSL in writing about the clarification sought not less than Three (03) days prior to the opening of bid Copy of the query and clarification in response to the query shall be shared with all prospective bidders.

III During evaluation and comparison of the bid, SDMSL at its discretion may ask the bidder for clarification of their bid. Request for clarification shall be given in writing and no change in prices and the substance shall be sought, offered or permitted (except for price negotiations by the designate committee of SDMSL). No clarifications are entertained after bid submission.

IV Technical Details along with specification at Annexure I and drawing at Annexure

V The Earnest Money Deposit (EMD) amount will be forfeited, if the bidder withdraws their proposal during the period of the proposal validity 120 days from submission; or if the bidder, having been notified of the acceptance of its proposal by SDMSL during the period of validity or if the bidder fails or refuses to execute the order in accordance with the RFP.

VI The Earnest Money Deposit (EMD) amount of the unsuccessful bidder(s) will be

returned after completion of tendering process. However, the EMD of successful bidder will be returned upon the Bidder signing the contract and furnishing the performance Bank Guarantee (PBG) of an amount equivalent to 10% of the total contract value or the amount of PBG can be enhanced as per the PO quantity with mutual agreement within 45 days.

VII Apart from online submission of Bids, complete set of documents needs to be

submitted in Hardcopy form with seal and signature on each page of the document set at the address mentioned in the above table. Sr. No 8

Page 4: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 4 of 24

ELIGIBILITY CRITERIA i. The firm should be registered under GST and shall possess a valid PAN, GST card.

(Documentary evidence to be enclosed). ii. Any Government / state agency / institution should not have blacklisted the firm

/ agency. A self-declaration letter needs to be submitted on the letter head with competent authority Name, Designation, sign and seal clearly mentioned

iii. The bidder should satisfy all the terms and conditions laid by SDMSL.

iv. Bidders shall also be required to give an undertaking stating that the bidder meets

all the eligibility criteria and is eligible to participate in the bidding process.

v. Bidders to submit all their previous Three (03) years financial statement and IT returns of the organisation certified by CA, Previous Purchase orders, clients list with detailed address, contact number and email addresses.

vi. SDMSL, may at its discretion, inspect the manufacturing / fabrication facility to

establish the production capacity and may call for display of sample as per the specification detailed at Annexures to this RFP or even a better system.

vii. The bidder shall have an annual turnover of a minimum of Rs. Three (03) Crores for

the preceding three years (Audited / certified copies along with a letter on CA’s letterhead to be attached with technical bid).

viii. Bidder should be in the business of Supplying Box Based Storage for Minimum 3

Years and have an order of at least 20 Lakhs per year in any of the past 3 years.

Page 5: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 5 of 24

TERMS AND CONDITIONS

1. Rates quoted shall include delivery, installation and commissioning at location and

total cost shall be given per unit i.e. per Box Storage Cost. The price must be inclusive of all outgoings except the taxes. All taxes and other outgoings over and above the basic pricing shall be indicated clearly. In the absence of any such indications, it shall be presumed that rates are all inclusive. Rates quoted shall be open for acceptance for a minimum period of 120 days from the opening of bid and until the execution of agreement between SDMS and the Vendor/s.

2. Technical Details and drawings are placed at Annexure I & II

3. Taxes / duties / charges if any should be mentioned specifically; else, the price shall be

considered all-inclusive.

4. Details of warranty shall be provided in detail.

5. Technical details must be clearly specified with valid certificates. As this is Techno commercial Bid, all the Bidders have to submit a covering Letter on Bidders letterhead with complete details confirming that they agree to all the terms and Conditions of the RFP, Eligibility Criteria documents, EMD Details etc. for qualifying technically.

6. Quotes shall be exactly as per our RFP.

7. StockHolding Document Management Services Limited reserves the right to accept / reject any tender in whole or in part thereof without assigning / specifying any reason thereof.

8. Any deviation from the terms and conditions shall render the tenders liable for rejection.

9. SDMSL upon completion of the tendering process shall be entering into a Rate contract or executing a AGREEMENT with all the successful vendor/s. The successful vendor shall be required to comply with all applicable statutory compliances in force and as amended from time to time. The successful vendor shall also be required to give an undertaking stating that all such applicable compliances shall be met and default if any shall be the sole responsibility of the successful bidder (with whom StockHolding shall be entering into a contract or executing a Agreement).

10. Orders shall be placed in parts and hence tenderers shall clearly indicate the period for supply against each single order placed. StockHolding Document Management Services Limited neither commits a minimum quantity nor does commits the periodicity or volume of orders to be placed on successful bidder/s. A penalty of 01% per week subject to a maximum of 05% of the total PO / WO value shall be charged for any delays.

Page 6: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 6 of 24

11. Since SDMSL intends to enter into a rate contract or executing a Agreement, the rates quoted shall be valid and shall remain unchanged for the entire period of supply i.e. for Three (03) years. Upon finalization of L1, SDMSL shall be entering into a rate contract or executing a Agreement for a period of Three (03) years with the successful vendor/s. Detailed terms & conditions (including delivery period, Payment terms, penalty, force majeure, arbitration, special terms etc.) shall be drawn in the contract or executing a Agreement and the subsequent Purchase Orders.

12. SDMSL, upon the expiry of the initial rate contract or executing a Agreement, may consider renewal / extension of the rate contract or executing a Agreement for another term of 12 months, on the same rates and with same terms and conditions.

13. Warranty must be for a period of one year from the date of completion of installation. Comprehensive AMC Cost should not exceed 5% of Basic cost can be given as AMC cost after warranty period is completed. Dismantling and re-erection charges from shifting one place to another should not exceed 5% of the Basic Cost.

14. Vendors have to visit the site with their own cost for any site inspections. All the

Name of the manufacturer and make for each item must be clearly specified in the technical reports.

15. Tentative Minimum order Quantity per order will be of 5000 units or as per the location space constraints and requirements of SDMS. 15. Proper Labelling of Racks needs to be done, as part of installation and wherever it is

required, the dumb waiter solution needs to be provided to stack the boxes.

16. At least once in 6 months, detailed Preventive Maintenance to be carried out during the Warranty period and AMC period at all the locations of installations at the vendors own cost to make sure that the systems are proper and all the safety measures are intact. The PM reports needs to be submitted at the HO with proper seal and signature of the facility in-charge.

17. Size and details of the Galvanised Metal Boxes(GMB) which will be placed in each unit of the Box Based Storage Rack -- 16*12*13.5 (L*W*H) inches having 0.45 MM to 0.8MM thickness to Carry safe load of 25 KGs in each GMB.

18. Technical Details and drawings are placed at Annexure I & II

19. Payment Terms and conditions 20%Advance,30% upon Delivery and Installation,40%Upon signoff from SDMS Official,10% retention amount – 12 Months from sign off.

Page 7: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 7 of 24

20. SDMSL will have the right to enter into rate contract with multiple vendors/suppliers and not just one, at the L1 rate with the quantity distributed among all the successful bidders. This tender is not for appointment of a Single Vendor. It is to have a pool of vendors/suppliers who would be approached to supply at the common L1 rate across all the locations mentioned in the Annexure. 21. Reverse auction to be followed, for better price discovery. 22. The applicant should satisfy all the terms and conditions of the Document and will be required to provide documentary evidence to validate the same (SDMSL may also ask for additional documentary evidences to establish the applicant’s claim) [Undertaking to be furnished on letterhead]. 23. All the Technical documents needs to be submitted in clean scan colour pdf format and in Hard Copy. Each page of the document set needs to signed and sealed by the bidder. 24. Bidders can give better solution than asked for with detailed specification and Demo of the product considering all the safety and technical aspects into consideration.

ANNEXURES 1. Annexure I Technical Details of Box Based Storage 2. Annexure II Drawing No.SHDMSL/20-21/002 to be read in conjunction with Annex 1 3. Annexure III Integrity Pact 4. Annexure IV Price Bid Format 5. Annexure V List of Facilities of StockHolding Document Management Services Ltd

Annexure –I Technical Details of Multi-Tier Heavy Duty Storage Racks

A) Heavy Duty Racking comprising of

1) Heavy Duty Storage Unit ( Double faced ) Height- 5160 mm , Length- 10530 mm,

Depth - 1800 mm back to back with the length divided into 6 bays of 1650 mm, each having 6 loading levels with 5 pairs of angle frame to accommodate 20 no’s of metal boxes. Each level of 1650 x 900 to carry safe load of 500 kg’s UDL (Uniform Distributed Load). Material Details: Upright Omega type - Height- 5160 mm - 28 Nos Horizontal Channel Beams - Length- 1650 mm - 72 pairs Drop in angles to locate boxes - Length- 896 mm - 360 pairs

Qty - 03 nos. 2) Heavy Duty Storage Unit ( Single faced )

Height- 5160 mm, Length- 10530 mm, Depth - 900 mm with the length divided into 8 bays of 2400 mm, each bay having 3 loading levels with 5 pairs of angle frame to accommodate 20 no’s of metal boxes. Each level of 1650 x 900 to carry safe load of 500 kg’s UDL (Uniform Distributed Load).

Page 8: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 8 of 24

Material Details: Upright Omega type -Height- 5160 mm - 14 Nos Horizontal Channel Beams -Length- 1650 mm - 36 pairs Drop in angles to locate boxes -Length - 896 mm - 180 pairs Qty - 02 nos. Material Specifications Heavy Duty Storage units shall comprise of Upright with base plate -Omega Type 70 x 90 x 70 mm x 2 mm thickness Horizontal levels -Channel 35 x 60 x 35 mm x 2 mm thickness Drop in angles to locate boxes -Angles section 40 x 40 x 2mm thickness (Five pairs fixed at right angles on a pair of horizontal channels) Upright omega type section and Drop in solid angles finished in oven baked epoxy powder coated ultra-marine blue color finish

Horizontal channels finished in oven-baked powder coated deep orange color.

B) Catwalk:

A Catwalk is to be provided at height of 2790 mm from the ground level of width 900 mm for access to the rack above height of 2790 mm. This shall consists of Slotted Angle of size 80 x 40 x 2.5mm fitted as runners to the rack on either side acting as a beam and floor gratings bolted to it with cleats. The catwalk shall have railings at one end at 900 mm height with parallel tie at 450 mm height. The extreme end cantilever gangway to be provided with handrails through the height of 900mm for an entire breadth.

1. Catwalk of size length 10530-x width 900 mm - Qty - 04 nos.

2. Gangway of size length 10600 x width 900 mm - Qty - 01 no.

Material Details:

Slotted Angle 60 x 40 x 2.5 mm Slotted Angle 40 x 40 x 2 mm Steel Floor Gratings 225 x 40 x 2 mm x 900 mm length Galvanised Nuts & Bolts 25 x 8 mm

C) Staircase

Staircase shall be provided for access to racks above 2790 mm from floor/catwalk/gangway level with two side hand rails through the height of 900mm. The staircase to have 13 treads of gratings 250mm - Riser 250mm.

Qty = 01 no.

Material Details Slotted Angle 80 x 40 x 2.5 mm

Page 9: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 9 of 24

Slotted Angle 60 x 40 x 2 mm Slotted Angle 40 x 40 x 2 mm Steel Floor Gratings 225 x 50 x 2 mm Galvanised Nuts & Bolts 25 x 8 mm

Supply shall include one Aluminium step folding ladder of 6ft height ‘Bathla’ or equivalent make and one transportation ‘L’ shape trolley to carry 400 kgs UDL of size Height-1000 x Length-700 x width-500 with 02 fixed and 02 swivel heavy duty wheels The racking and components comprising of upright frames, horizontal channels & drop in angles etc. are designed as per design code IS 800/801. Upright Frame and Horizontal beams & Accessories shall be manufactured from prime quality steel conforming to IS 10748 / 1995 & IS 5986/2002 Spn. All safety measures needs to be considered by providing proper bracing wherever it is required. Painting Process The entire material is subject to seven bath process comprising of degreasing – derusting in conformity to IS 6005/1998 Spn. – phosphating conforming to IS 3618/ 1966, Class ‘ D’ – passivation - given a coat of primer and finally painted with high grade powder coated finish and baked in oven at 1800 Dry film thickness shall be average 40 microns The testing of paints for various chemical and physical properties shall be as per IS 101/1986. D. Dumb Waiter

DUMB WAITER FOR TWO-TIER STORAGE SYSTEM TO BE SUPPLIED AS PER THE SPECIFICATIONS GIVEN BELOW Drawings to be submitted along with the proposal

1. DUMB WAITER

Load & Speed : 300 Kgs 0.35 Meter per second. Travel : Ground Floor to First/Top Floor Stops & Openings : Two Stops 2 opening (Same side opening) Power Supply : 400 Volts, 3 Phase, 50 Cycles, AC.

230Volts, single phase, 50 cycles.

Control : Automatic Push Button Operation

: Electronic Type. ACV3F call & send Machine

: Gear Machine with motor & disc brake Platform

Page 10: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 10 of 24

: Approx. 1200 mm wide x 1200 mm deep Hoistway

: Approx. 1800 wide x 1650 mm deep or as red

Car Entrance : Protected by SS Mesh Vertical Opening Door.

Car opening about 900 mm wide x 900 mm high. Hoistway Entrance: Protected by SS Bi-parting Manual Doors

Opening about 700 mm wide x 900 mm high.

Door Operations : Manually Operated.

Guide : For car and counterweight, T sections machined.

Other : Door Open Bell.

Up Down arrow at all floors.

1. COMPONENTS RECOMMENDED IN THE MACHINE ROOM :

a) Gear unit b) Motor c) Control Panel d) Limit switches

a) GEAR UNIT:- The gear unit shall consist of coupling of suitable dia fitted to the worm shaft of the gear.

b) MOTOR:- Heavy-duty lift 3-phase motor of 2 H.P., 50 cycles, 1430 R.P.M. with a coupling shall be fitted on the shaft and with the gear unit.

c) CONTROL PANEL: ACV3F Call & Sent Call & Sent Control panel with the components complying to the lift act shall be fitted. The panel shall be for Ground floor to First/Top floor. The panel shall comprise of main ‘UP’ and ‘DN’ power contactors with coils, phase failure, transformer, rectifier and relay coils etc. with internal wiring of copper wires.

d) LIMIT SWITCH: Safety limit switch as per the rule of the inspector of lifts, shall be fitted with brackets in the lift shaft with wiring for the same. The switches operates at the time of over travel of lift in both the direction.

2 COMPONENTS IN THE LIFT SHAFT: a. Steel T for the cage and counter weights, (b) Car frame, (c) Counter weight frame, (d) weight, (e) Cage, (f) Steel rope, (g) Car push buttons with indicators, (h) Wiring (i) Leveling switches, (j) Brackets for steel T. (Leveling switches, Safety limit switches and limit switches) (k) Spring buffers.

a. STEEL ‘T’:

Page 11: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 11 of 24

50 mm x 50 mm x 5 mm Machined steel T will be provided for the Counter weights.

b. CAR FRAME:- The car frame shall be constructed with top main suspension channels of steel connected with side angles. Guide shoe to be fixed at the top and bottom of the frames.

c. COUNTER WEIGHT FRAME: The Counter weight of M.S. steel channels shall be provided with 4 nos. shoe blocks in the sides and ‘EYE’ bolts on top for the main ropes.

d. COUNTER WEIGHT:

Concrete weight shall be used as counter weight with frame according to the weights of the car required and size.

e. CAGE :

SS 304 Hairline Cabin shall be provided as per the size required with LED Strip.

f. STEEL ROPES:

6 mm Usha Martin or equivalent.

g. BUFFERS:-

Buffers spring will be fitted below for the cage

3. COMPONENTS ON THE LANDING:

a. LANDING GATES :

SS 304 Bi- Parting door shall be fitted at the landings. b. LANDING PUSH BUTTONS

Landing push buttons with an ‘UP’ and ‘DOWN’ arrows, floor position indicator and Ground floor to Top floor should be located in metal box with on each landing.

.

Page 12: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 12 of 24

NOTE FOR BIDDERS

1. Bids are to be submitted online in two-bid format i.e., Technical and Commercial. Technical bid must contain all the technical details of the system(refer to the drawing in annexure-2),EMD Details, GST, PAN, IT-returns, MSME certificates if applicable and confirmation that the Bid is as per RFP. Commercial Bid shall have the unit Rates as per RFP, all-inclusive excluding taxes

2. Rates shall be quoted as specified in the RFP and online auction/reverse tendering.

3. StockHolding Document Management Services Limited, at its discretion may

call for quality assessment of the items, at its will.

4. The rates quoted shall be valid and shall remain unchanged for a period of 120 days. SDMSL on completion of the tendering process shall execute a Memorandum of Understanding (Agreement) with the successful vendor/s to give effect to the same and shall also incorporate detailed terms & conditions.

5. The technical drawings attached are illustrious, approximate and for understanding of the requirement (except for the technical data reflected) and hence SDMSL does not commit any Minimum or Maximum order to the qualifying bidder. The Set-up / layout shown in the annexed drawing may also vary depending upon the site dimensions and hence the annexed drawing should not be referred for any deviation in orders placed with the successful bidder.

6. All the amendments and corrigendum will be published online on our website www.stockholdingdms.com.

7. All the communication has to be sent only to the email id mentioned in the RFP. 8. Performance Bank Guarantee (PBG) has to be submitted by the successful

bidder/s, issued from by a Scheduled Commercial Bank before the work order will be released to the bidder/s.

Page 13: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 13 of 24

ANNEXURE-II TECHNICAL DIAGRAM FOR BOX BASED STORAGE

The quantity (5520) mentioned in the diagram is for only reference count. Price to be quoted will be per unit and not for the complete 5520 units. High-resolution diagram is uploaded as a separate item along with the main RFP Document.

Page 14: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 14 of 24

ANNEXURE III- INTEGRITY PACT

(To be executed on plain paper and submitted along with Technical Bid)

StockHolding Document Management Services Ltd. RFP No. SDMS/INFRA/20-21/002 for Supply, Installation and commissioning of Box Based Storage on Pan India basis.

This pre-bid pre-contract Integrity Pact (Agreement) (hereinafter called the Integrity Pact) (IP) is made on ______ day of the _______________________, between, on one hand, StockHolding Document Management Services Ltd. a company incorporated under Companies Act, 1956, with its Registered Office at SHCIL House, P-51, T.T.C. Industrial Area, MIDC, Mahape, Navi Mumbai – 400710, acting through its authorized officer, (hereinafter called Principal), which expression shall mean and include unless the context otherwise requires, his successors in office and assigns) of the First Part

And

M/s._________________________________________________________________________________________________________________________________ (with complete address and contact details) represented by Shri ______________________________________________ (i.e. Vendors / Bidders hereinafter called the `Counter Party’) which expression shall mean and include, unless the context otherwise requires, his successors and permitted assigns) of the Second Part. AND WHEREAS the PRINCIPAL/Owner values full compliance with all relevant laws of the land, rules, regulations economic use of resources and of fairness/transparency in its relation with Bidder(s) /Contractor(s)/Counter Party(ies). AND WHEREAS, in order to achieve these goals, the Principal/Owner has appointed Independent External Monitors (IEM) to monitor the Tender process and the execution of the Contract for compliance with the principles as laid down in this Agreement. WHEREAS THE Principal proposes to procure the Goods/services and Counter Party is willing to supply/has promised to supply the goods OR to offer/has offered the services and WHEREAS the Counter Party is a private Company/Public Company/Government Undertaking/ Partnership, constituted in accorded with the relevant law in the matter and the Principal is a Government Company performing its functions as a registered Public Limited Company regulated by Securities Exchange Board of India. NOW THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence prejudiced dealings prior to, during and subsequent to the tenor of the contract to be entered into with a view to “-

Page 15: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 15 of 24

Enabling the PRINCIPAL to obtain the desired goods/services at competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement, and Enabling the Counter Party to abstain from bribing or indulging in any type of corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the PRINCIPAL will commit to prevent corruption, in any form, by its officials by following transparent procedures. The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: - I. Commitment of the Principal / Buyer

1. The Principal Owner commits itself to take all measures necessary to prevent

corruption and to observe the following principles: - a) No employee of the Principal/Owner, personally or through any of his/her

family members, will in connection with the Tender or the execution of the contract, procurement or services/goods, demand, take a promise for or accept for self or third person, any material or immaterial benefit which the person not legally entitled to.

b) The Principal/Owner will, during the Tender Process treat all Bidder(s)/Counter Party (ies) with equity and reason. The Principal / Owner will, in particular, before and during the Tender Process, provide to all Bidder(s) / Counter Party (ies) the same information and will not provide to any Bidder(s)/Counter Party (ies) confidential / additional information through which the Bidder(s)/Counter Party (ies) could obtain an advantage in relation to the Tender Process or the Contract execution.

c) The Principal / Owner shall endeavor to exclude from the Tender process any person, whose conduct in the past been of biased nature.

2. If the Principal / Owner obtains information on the conduct of any of its employees

which is a criminal offence under the Indian Penal Code (IPC) / Prevention of Corruption Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there is a substantive suspicion in this regard, the Principal / Owner / SDMSL will inform the Chief Vigilance Officer through the Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid down policies and procedures.

II. Commitments of Counter Parties/Bidders

1. The Counter Party commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of bid or during any pre-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following. Counter Party (ies) / Bidders commits

Page 16: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 16 of 24

himself to observe these principles during participation in the Tender Process and during the Contract execution.

2. The Counter Party will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the PRINCIPAL, connected directly or indirectly with the bidding process, or to any person organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

3. The Counter Party further undertakes that it has not given, offered or promised to give directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the Principal / SDMSL or otherwise in procurement the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Principal / SDMSL for forbearing to show favour or disfavor to any person in relation to the contract or any other contract with the Principal / SDMSL.

4. Bidder / Counter Party shall disclose the name and address of agents and representatives, if any, handling the procurement / service contract.

5. Bidder / Counter Party shall disclose the payments to be made by them to agents / brokers; or any other intermediary if any, in connection with the bid / contract.

6. The Bidder / Counter Party has to further confirm and declare to the Principal / SDMSL that the Bidder / Counter Party is the original integrator and has not engaged any other individual or firm or company, whether Indian or foreign to intercede, facilitate or in any way to recommend to Principal / SDMSL or any of its functionaries whether officially or unofficially to the award of the contract to the Bidder / Counter Party nor has any amount been paid, promised or intended to the be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

7. The Bidder / Counter Party has to submit this Declaration along with Technical Bid as given in Annexure I,

8. The Bidder / Counter Party, either while presenting the bid or during pre- contract negotiation or before signing the contract shall disclose any payments made, is committed to or intends to make to officials of SDMSL /Principal, or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

9. The Bidder / Counter Party will not collude with other parties interested in the contract to impair the transparency, fairness and progress of bidding process, bid evaluation, contracting and implementation of the Contract.

Page 17: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 17 of 24

10. The Bidder / Counter Party shall not accept any advantage in exchange for any

corrupt practice, unfair means and illegal activities.

11. The Bidder shall not use improperly, for purposes of competition or personal gain, or pass on to others, any information provided by the Principal / SDMSL as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The Bidder / Counter Party also undertakes to exercise due and adequate care lest any such information is divulged.

12. The Bidder / Counter Party commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

13. The Bidder / Counter Party shall not instigate or cause to instigate any third person including their competitor(s) of bidding to commit any of the actions mentioned above.

14. If the Bidder / Counter Party or any employee of the Bidder or any person acting on behalf of the Bidder / Counter Party, either directly or indirectly, is a relative of any of the official / employee of Principal / SDMSL, or alternatively, if any relative of an official / employee of Principal / SDMSL has financial interest / stake in the Bidder’s / Counter Party firm, the same shall be disclosed by the Bidder / Counter Party at the time of filing of tender.

15. The term `relative’ for this purpose would be as defined in Section 2 Sub Section 77 of the Companies Act, 2013.

16. The Bidder / Counter Party shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employees / officials of the Principal / SDMSL

17. The Bidder / Counter Party declares that no previous transgression occurred in the last three years immediately before signing of this IP, with any other Company / Firm/ PSU/ Departments in respect of any corrupt practices envisaged hereunder that could justify Bidder / Counter Party exclusion from the Tender Process.

18. The Bidder / Counter Party agrees that if it makes incorrect statement on this subject, Bidder / Counter Party can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

III. Disqualification from Tender Process and exclusion from Future Contracts

Page 18: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 18 of 24

1. If the Bidder(s) / Contractor(s), either before award or during execution of Contract has committed a transgression through a violation of Article II above or in any other form, such as to put his reliability or credibility in question, the Principal / SDMSL is entitled to disqualify the Bidder / Counter Party / Contractor from the Tender Process or terminate the Contract, if already executed or exclude the Bidder / Counter Party / Contractor from future contract award processes. The imposition and duration of the exclusion will be determined by the severity of transgression and determined by Principal / SDMSL. Such exclusion may be for a period of 1 year to 3 years as per the procedure prescribed in guidelines of the Principal / SDMSL.

2. The Bidder / Contractor / Counter Party accepts and undertake to respect and uphold the Principal / SDMSL ‘s absolute right to resort to and impose such exclusion.

3. Apart from the above, the Principal / SDMSL may take action for banning of business dealings / holiday listing of the Bidder / Counter Party / Contractor as deemed fit by the Principal / Owner / SDMSL.

4. The Bidder / Contractor / Counter Party can prove that it has resorted / recouped the damage caused and has installed a suitable corruption prevention system, the Principal / Owner/ SDMSL may at its own discretion, as per laid down organizational procedure, revoke the exclusion prematurely.

IV. Consequences of Breach

Without prejudice to any rights that may be available to the Principal / SDMSL / Owner under Law or the Contract or its established policies and laid down procedure, the Principal / SDMSL / Owner shall have the following rights in case of breach of this Integrity Pact by the Bidder / Contractor(s) / Counter Party: - 1. Forfeiture of EMD / Security Deposit : If the Principal / SDMSL / Owner has

disqualified the Bidder(s)/Counter Party(ies) from the Tender Process prior to the award of the Contract or terminated the Contract or has accrued the right to terminate the Contract according the Article III, the Principal / StockHolding DMS/ Owner apart from exercising any legal rights that may have accrued to the Principal / StockHolding DMS / Owner, may in its considered opinion forfeit the Earnest Money Deposit / Bid Security amount of the Bidder / Contractor / Counter Party.

2. Criminal Liability: If the Principal / Owner / StockHolding DMS obtains knowledge of conduct of a Bidder / Counter Party / Contractor, or of an employee of a representative or an associate of a Bidder / Counter Party / Contractor which constitute corruption within the meaning of PC Act, or if the Principal / Owner / StockHolding DMS has substantive suspicion in this regard, the Principal / StockHolding DMS/ Owner will inform the same to the Chief Vigilance Officer through the Vigilance Officer.

Page 19: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 19 of 24

IV. Equal Treatment of all Bidders/Contractors / Subcontractors / Counter Parties

1. The Bidder(s) / Contractor(s) / Counter Party (ies) undertake (s) to demand from

all subcontractors a commitment in conformity with this Integrity Pact. The Bidder / Contractor / Counter-Party shall be responsible for any violation(s) of the principles laid down in this Agreement / Pact by any of its sub-contractors / sub-vendors.

2. The Principal / StockHolding DMS / Owner will enter into Pacts on identical terms as this one with all Bidders / Counterparties and Contractors.

3. The Principal / StockHolding DMS / Owner will disqualify Bidders / Counter Parties / Contractors who do not submit, the duly signed Pact, between the Principal / Owner / StockHolding DMS and the Bidder/Counter Parties, along with the Tender or violate its provisions at any stage of the Tender process, from the Tender process.

VI. Independent External Monitor (IEM)

1. The Principal / Owner / StockHolding DMS has appointed competent and credible Independent External Monitor (s) (IEM) for this Pact. The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this Integrity Pact.

2. The IEM is not subject to instructions by the representatives of the parties and performs his functions neutrally and independently. He reports to the Chief Executive Officer and Managing Director, StockHolding DMS.

3. The Bidder(s)/Contractor(s) / Counter Party(ies) accepts that the IEM has the right to access without restriction, to all Tender documentation related papers / files of the Principal / StockHolding DMS/ Owner including that provided by the Contractor(s) / Bidder / Counter Party. The Counter Party / Bidder / Contractor will also grant the IEM, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his or any of his Sub-Contractor’s Tender Documentation / papers / files. The IEM is under contractual obligation to treat the information and documents of the Bidder(s) / Contractor(s) / Sub-Contractors / Counter Party (ies) with confidentiality.

4. In case of tenders having value of 5 crore or more, the Principal / StockHolding DMS/ Owner will provide the IEM sufficient information about all the meetings among the parties related to the Contract/Tender and shall keep the IEM apprised of all the developments in the Tender Process.

5. As soon the IEM notices, or believes to notice, a violation of this Pact, he will so inform the Management of the Principal / Owner /StockHolding DMS and request the Management to discontinue or take corrective action, or to take other relevant action. The IEM can in this regard submit non-binding recommendations. Beyond this, the IEM has no right to demand from the parties that they act in a specific manner, refrain from action or tolerate action.

Page 20: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 20 of 24

6. The IEM will submit a written report to the MD & CEO, StockHolding DMS within

6 to 8 weeks from the date of reference or intimation to him by the Principal / Owner / StockHolding DMS and should the occasion arise, submit proposals for correcting problematic situations.

7. If the IEM has reported to the MD & CEO, StockHolding a substantiated suspicion of an offence under the relevant IPC/PC Act, and the MD & CEO, StockHolding DMS has not within reasonable time taken visible action to proceed against such offence or reported it to the Chief Vigilance Officer, the IEM may also transmit the information directly to the Central Vigilance Officer.

8. The word `IEM’ would include both singular and plural. VII. Duration of the Integrity Pact (IP)

This IP begins when both the parties have legally signed it. It expires for the Counter Party / Contractor / Bidder, 12 months after the completion of work under the Contract, or till continuation of defect liability period, whichever is more and for all other Bidders, till the Contract has been awarded. If any claim is made / lodged during the time, the same shall be binding and continue to be valid despite the lapse of this Integrity Pact as specified above, unless it is discharged / determined by the MD & CEO, StockHolding DMS

VIII. Other Provisions

1. This IP is subject to Indian Law, place of performance and jurisdiction is the Head

Office / Regional Offices of the StockHolding DMS /Principal / Owner who has floated the Tender.

2. Changes and supplements in any Procurement / Services Contract / Tender need to be made in writing. Change and supplement in IP need to be made in writing.

3. If the Contractor is a partnership or a consortium, this IP must be signed by all the partners and consortium members. In case of a Company, the IP must be signed by a representative duly authorized by Board resolution.

4. Should one or several provisions of this IP turn out to be invalid; the remainder of this Pact remains valid. In this case, the parties will strive to come to an agreement to their original intentions.

5. Any dispute or difference arising between the parties with regard to the terms of this Agreement / Pact, any action taken by the Principal / Owner / StockHolding DMS in accordance with this Agreement / Pact or interpretation thereof shall not be subject to arbitration.

Page 21: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 21 of 24

IX. Legal and Prior Rights

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies belonging to such parties under the Contract and / or law and the same shall be deemed to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agrees that this Pact will have precedence over the Tender / Contract documents with regard to any of the provisions covered under this Integrity Pact. IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact (IP) at the place and date first above mentioned in the presence of the following witnesses: ---------------------------------------------------------------------- (For and on behalf of Principal / Owner / StockHolding DMS ----------------------------------------------------------------------- (For and on behalf of Bidder / Counter Party / Contractor) WITNESSES: 1._______________________________________ (Signature, name and address) 2.________________________________________ (Signature, name and address)

Page 22: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 22 of 24

ANNEXURE- 4 PRICE BID FORMAT

Description Cost of the

Storage system as

per the Diagram

(5520 Box

Units) inclusive of all (A)

Unit price

per Box=A/5520 Base Price

per Unit (B)

Taxes on (B) Amount

C

Total Price per Unit Storage System inclusive of All and Taxes D=(B+ C)

UNIT PRICE FOR SUPPLY, INSTALLATIONATION AND COMMISSIONING OF MULTI TIER HEAVY DUTY STORAGE RACKS WITH CATWALK, GANGWAY, STAIRWAY AND DUMBWAITER (SERVICE LIFT) FOR PAN INDIA LOCATIONS

Amount of A in Words Amount of B in Words Amount of D in Words

Main Dumb waiter Description Price Per Level (one

Tier i.e Ground to First Floor) inclusive of

all (A)

Taxes Amount

(B)

Total Price per Level inclusive of All and Taxes ( C)

PRICE FOR SUPPLY, INSTALLATION AND COMMISSIONING OF DUMBWAITER (SERVICE LIFT) PER LEVEL FOR PAN INDIA LOCATIONS.

Amount of A in Words

Amount of B in Words

Amount of C in Words

Page 23: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 23 of 24

Intermittent Dumb waiter Description Price Per Level (one

Tier i.e First Floor to Second Floor) inclusive

of all (A)

Taxes Amount

(B)

Total Price per Level inclusive of All and Taxes ( C)

PRICE FOR SUPPLY, INSTALLATION AND COMMISSIONING OF DUMBWAITER (SERVICE LIFT) PER LEVEL FOR PAN INDIA LOCATIONS.

Amount of A in Words

Amount of B in Words

Amount of C in Words Comprehensive AMC Amount for Dumb Waiter (Service Lift) per Year after expiry of Warranty Period, Dismantling and Re-Installation Charges of Racks from one location to one location (Excluding Transportation Cost) Comprehensive AMC, Dismantling and Re-installation charges. The amount must be in Percentage (%) of the Base Price Per unit (A) in the above Table. Sr.No Description % of Base Price per Unit+

Taxes 1 Comprehensive AMC of Dumbwaiter 2 Dismantling Charges (Transportation At Actuals) 3 Re-Installation Charges (Transportation At

Actuals)

Page 24: STOCKHOLDING DOCUMENT MANAGEMENT SERVICES …...The address and contact details for sending bid(s) or seeking clarification pertaining to this RFP is as below: Head – Admin Infrastructure

RFP NO: SDMS/INFRA/20-21/002

Page 24 of 24

ANNEXURE V - TENTATIVE LIST OF SDMS FACILITIES SR. NO LOCATION 1 AHMEDABAD 2 BANGALORE 3 BHIWANDI, THANE 4 BHOPAL 5 CHENNAI 6 COIMBATORE 7 GHAZIABAD 8 HYDERABAD 9 INDORE 10 JABALPUR 11 JAIPUR 12 KOCHI 13 KOLKATA(HOWRAH) 14 LUCKNOW 15 MADURAI 16 MOHALI 17 NAVI MUMBAI,MAHAPE 18 PANAJI 19 PATIALA 20 PATNA 21 PUDUCHERRY 22 PUNE 23 RAIPUR 24 VIJAYAWADA 25 VISAKHAPATNAM