You are on page 1of 10
wrafera frente, weg | wer: 2ob4/ygra—at / Dosfogeiosivovnotho / 2023 ferris + omer i" om owe afta, wore, ono yee, Sead aaa ‘Wea-131 / 1-18-2023 / TONG /29/2019 fete qrozzcz3 a wWem-te0(12) /1-1 ees oa a Reis 17.02.2023 3 aT aN WOR F Gosrforsosnoyrotho sive w arf cesta ae wet ues 3 oerfs atidal & yea wie wre eq Rod wr d orieex BH ere VI ns (Development of storage area) TTA aI 8y UHIIG EN We mA GAR aT TS Gi (evelopment of storage ai ad 3 onria ome a waar devia! 3 Rar GA eq Site preparation/Renovation/minor civil work for installation of compactors in tehsil record room, Installation of compactors ar wert) wrt tj ora ehéet oe PIRTCT A oft 8 3 may I wa WA GP wl aga Krenkar® weigur aera B area Rw 19.07.2073 TRI KAMA Ue ETET A os cea (wea Mélgraichgy) a visa a6 aa (1s MTA ae } wer TH BeTex) wma ord unten ofverel 3 wa A aT oT é) war & my Horas aeUyT fy Development of storage area anf a oranfar oriye wr 06 aie — weasy ae Seta, wee, ATM, va d Raré wH ty Mobile compactors storage wa fd ary ty feo fatter oo ths wy sivas RR GRY a THT Pre g — OS amet, 2023 co (1) Gem conditions ‘SeNo | Gem condition [Particulars 1 [tem Category Mobile Storage Compactor 2 [Specifications ‘AS per Annexure? 5 [ Scape OF Work ‘As specified in Department Specific TAC Foie Quanity 36 5 “Type of Bid Two Packet Bid (Technical & Financial Proposal) [Bid to RA (Reverse Auction) Enabled No 7 Bid start datetime ‘As meaoned a Bid document ‘5 Bid duration (numberof yay Tid 9 [Bid end datchime ‘As mentioned in Bid document 10 Bid opening dxteting ‘As mentioned in Bid document 1] Bid ite eyele fom publish date 90-day 12 | Bid fe valdiy (om end date) — 180 days 13 [Do you want to take this bid to RA pos echnical valuation ——[ No 14 | Bidesimated value 25,60,0007- 15 | Setmininum pees fortis ba = 16 | Evaluation Method “Total Valve wise evaluation 17 —[ Spliting of Bid No 18__| Pre-Bid inerastion Required Yes 191 Time toe allowed tothe seller for teshnical carTicaton 2 days 20 [Bid Reserved for MSE No 21 PSE Purchase preferense No. 22 [il Purchase preference ‘No 23 Minimum Average Annual Turnover oT Bidder Bidders Average Annual Tumover should be equal OF seater than 30% of the Bid value in any 03 financial years out ofthe last OS financial yeas. (fs. 08 Lacs) 34 OEM Average Annual Turnover (Far years) ‘OEM's Average Annual Turnover shouldbe 400% oF Bid value in any 03 financial years out of the lst 08 financial years. (Rs. 103 Lacs) 25 [Ew Be (Rs. STEDOL) 25 [ Advisary bank SBI 27 [eraG. 3% (RS 77400} Cas poe & scanned with OKEN Scanner K Si Te ee applicable for the duration of 2 oer req for 38 months) Sq] Vaart aa pence Reus or sana serves reenee of sme service ie. SuPPY and ian of Mb Storge Compost.) The bidder or is OM (Hemselver of though 16 St eee sll) should have supped same ot smilrextegory routs for 25% of bid quantity, in atleast one last five (05) Financial years. Tea experince should he validated Yes Valid ovum roT mast alone) 3 —| posmnent ope fo er Yes (Cenificatedocumenvaffidavit as requested Bet et (GeM conditiony/ATC/Deptt. Specific T&C) FF] Doon want to give exemplion to varied MSE Gena) Gears oF | No experience, Turn over) 35] Da you want to give exempivon fo verified sartups GesTna) Gears | No experience, Tum over) g 35 | Aditianal Data Document(s Yes (CenicaieMdocumentafidavit as requested in Bid/ATC/Deptt. Specific T&C) T7__| Grograpie Presence: Oice Registration Coniicats ‘tar Pradesh (11) Additional Terms and Condi 1s(ATC) ‘Successful Bidder can- submit the Performance Seourly in the form of Account Payee Demand Draft also (besides PBG which is allowed as per GeM GTC). DD should be made in favour of...payable al...Afler award of contract, successful bidder can upload Scanned copy of the DD in place of PBG and has to ensure Selivery of hard copy to the original DD to the Buyer within 15, days of award of contract Magistrate Bahraich Distributors are submitting the bid, Manufacturer's Authorisation Form (MAF)/Cenificate with OEM details such as name, designation, address, e-mail ID and Phone No. is required to be s\@ uy G tage (no i 2] Suocessful Bidders can submit the Performance Security in the | In favour of -Disiriet Magistrate Bahraich Payable a= form of Fixed Deposit Receipt also (besides PBG which is | Bahraich allowed as per GeM GTC). FDR should be made out or pledged in the name of... A/C (Name of the Selle). The bank should ‘certify on it thatthe deposit can be withdrawn only on the demand oF with the sanction of the pledgee. For release of Security Deposit the FDR will be released in favour of bidder by the Buyer afler making endorsement on the back of the FDR duly signed and stamped along with covering leter. Successful Bidder has o upload scanned copy of the FDR document in place of PBG and has to ensure delivery of hardcopy of original FDR to the Buyer within 15 days of award of contract. 3 Bidders offer is liable to be rejected if they don't upload any of | Yes (CerificatesdocumentWalIdavits as requested iy i cemificates/documents sought in the Bid document, ATC and | BiW/ATC/Dept, Specific T&C are to be uploaded fling Corrigendum if am ‘which the bid shall be treated as unresponsive. ) 4 ‘Bidders are advised to check applicable GST on their own before | Yes ‘quoting. Buyer will not take any responsibilty inthis regard. GST feimbursement will be as per actuals or as per applicable rates (whichever is lower), subject o the maximum of quoted GST % 3 Escalation matrix service support : Bidder(OEM must provide | Yes ‘escalation matrix of telephone numbers for service support (Biddev(OEM must upload escalation matrix with name of officials “and their telephone numbers. for service support 6 Upload” Manufacaree Authorization Where ever Auboried | Yor (Bidder/OEM must uptoad MAF/Certificate.) ‘0 ZR : & scanned with OKEN Scanner on ox number of | Yes Sissel Bidder Will have wo eas that ay det ena ene” fea dksignatediepoyed or tein othe Servic Request fun! manner and for ensuring tinelyserienghectietion of fects during arranty perfod as pr Service Level Agreement indicted te rev elas tn bid : 3] Baton Chae Ths porcine reserves The igh To Trees or | Vea Sere the quant to be ordered up 10239 athe tine of place! of gonct. The purchase aso reserves, the right 0 Treen the ordered quantity by up t0 25% of the contacted qaly ding the cuncy ofthe contact lhe contrasted aes, Bier ae bend to aap th orders accordingly. i TO] 1. The see shall not assign the contract in whole o part without ‘obtaining the prior written consent of buyer. 2. The seller shall not sub-contract the contract in whole or part to any entity without obtaining prior written consent of buyer. 3. The” seller shall, notwithstanding the consent and assignmentsub contract, remain jointly and severally liable and responsible to buyer together withthe assigncelsub-contractor, for and in respect of the due performance of the contract and the sellers obligations there under. TT | Cancellation of Contract-Withoot prejudice to Buyers right to | Ves price adjustment by way of discount or any other right or remedy available to buyer, buyer may terminate the contractor any part thereof by a written notice tothe seller, if : ) The seller fails to comply with any material term of the contract. The seller informs Buyer of its inability t0 deliver the materil(s) or any part thereof within the stipulated delivery period or such inability otherwise becomes apparent. fails to deliver the materials) or any part thereof ulated delivery peviod andior to replacerectify any rejected or defective material(s) promptly iv) The seller becomes bankrupt or goes into liquidation. ¥) The seller makes a general assignment for the benefit of creditors. vi) A receiver is appointed for any substantial property owned by the seller. vii) The seller has misrepresented to buyer, acting on wi amisrepresentation buyer has placed the purchase order on the seller. es J (JIL) Department Specific Terms and Conditions 5- Scope of work- (7) Under DILRMP project Tehsil Record Rooms of Uttar Pradesh are to be converted as Modern Record Rooms. (8) The district has 05 sites (Tehsil~ Kaiserganj, Nanpara, Payagpur, Bahraich, Mahsi) which are to be converted as Modern Record Room, (9) The Tehsil Record Room has mounted angle racks for storage of revenue village records stored in cloth packets, The Selected bidder has to un-mount the existing physical storage structure/racks and to supply, fabricate and install Mobile ‘Compactor Storage System conforming to specification mentioned in bid document Annexure 1. (10) Minor modifications, if found required atthe time of manufacturing/installaion stage, are to be incorporated by the supplier without extra charges. (11) The selected vendor is required to furnish design, calculation, drawing showing all components with dimensions and features including operational details for examination and approval by the respective office prior to commencement of work e Gp & scanned with OKEN Scanner under the contract at Tehsil record room Jntonance visits ofall the install ‘warranty perio (03 years). nl (12) The selected bidder as 10 make yearly or as pe roquirement coring et ites as 1 date of Signing of Agree rehase Commitee Ibe ealeulated by Pr Duration ore aa jest Vat (im Rs, 280,00) the ti! wil [ arte vate The Tl Pk or ey ihe district Bahraich Unit cost (30,000/ Compé ) No- af Compactors (86) require! for all Foeations (Febss) i jddders. are required t0 incl taxes) as tobe filled at the time of Bid uploading . The bidders are rea Taxes) nganst the total estimated bid value (Incl. Taxes). ‘This shall be estimated value of the bid ( ed value of the bid will include successful supply, financial bid (Total Price Ine. cost and total esti factors at tehsils ns per scope of work/agreement. installation and commissioning of con allowed. (Documentary proof has to uploaded.) (a bid seowy (EMD) wil be Too err of i ae payable nthe fom of Demand DrafePay OrderBank Guarante/Fix Deposit Receipt (FDR) in favour of District Magistrate Bahraich payable at Bahraich. ‘The scan copy ‘of the EMD should be uploaded along with technical Bid and the physical copy of the same has to be submitted to the Buyer within $ days of Technical Bid Opening date (Refer UP Govt IT& Electronics Deptt. G.0. No, 1/2018/3070/78- 2-2018/421T/2017 dated 03/01/2018). The bid submitted without uploading of scanned copy of EMD will be treated as incomplete and invalid. 7 (8) Bidder’s Average Annual Tumover should be equal to or greater than 30% of the Bid value in any 03 financial years ‘ut of the last 05 Financial years.The bidder is required to upload audited balance sheet and CA certificate regarding ‘Average Annual Turmover forthe last 05 financial years based on audited balance sheet. (4) OEM's Average Annual Turnover should be 400% of the Bid value in any 03 financial years out of the last OS financial years. The bidder is required to upload audited balance sheet and CA certificate regarding Average Annual Turnover forthe last 05 financial yeas based on audited balance sheet. (9) The bidder should have Positive Net Worth for the last 05 financial years. The bidder is required to upload audited balance sheet and CA. certificate regarding Net Positive Worth for the last 05 financial years based on audited balance sheet. (© _Asonthe bid submission end date, the Bidder or any of its constituents or predecessor must not be- 8. Debarrediblacklisted by any Gov./Gov.PSU/Gov.Ltd company/ Undertakings! enterprises! Organizations, ‘any other Quasi Government bodies/Organizations or instrumentalities thereof, World Bank or any major Enterprise /Organizaton in India for non-satsfactory performance, corupt & fraudulent or any other unethical business practices. 6. —_Defaulter in complying of any statutory obligations. 7. Any riminal case agaist the Bidders Partnes/Directors/Agents should not be pending before any court of Law. 8 The bidder should not be under liquidation, court receivership oF similar proceedings. (Bidder has to upload notarized affidavit to this effect (As for Point- with bid. The notarized affidavit a feet (As for Point-1,2,3 & 4) with bid. The notarized affidavit © Experience Criteria Must have satisfactorily executed single work order of 80 percent or two work orders of $0 Dparseit OF three work orders of 40 percent of expected bid value of same type of work (Supply and installation of Mobi Storage Compactors) in any of the lst five (05) financial years in any CentralState Gov. Organization PSU/Government Listed Company, The bidder is required to upload the following documents. () Payment order copy with self cenification by the bidder. Successful execution centificate by client withthe order value. i) Any other document in support ofthe order execution like third party inspection release note ete ©) Past Performance: The bidder or is OEM (themselves or though re-seller(s)) should hove suceessflly supplied, n c Storage Compactors) for 25% of bid quantity, in at least TeUGen ta five (05) financial year before the bid opening date to any CentrabState Gov Organization ‘Svernment Listed Company. Copies of relevant contracts (proving supply of curmul nC Gs yo — Ly cro) & scanned with OKEN Scanner o ao) ay ay wnt Financial year- port of quantity supplied inthe relevant Finan ‘one financial year) 10 he submited along with the bid in ‘The bidder is required to uplond the follwing document 3 Succi exzton eine by tent meting + ent omer copy’ with self cetifienton by the bidder. compactor system along, with their works testis yt ioe supplied, installed and commissioned quantity ection 19 supply the entire mo = ith te abour fore the spi witht abo on xm to be demonstrated in (19) Payment ay, as) 0) an cr) 5 id as onejob only. (The etre work ofa tehsil shall be measured and paid as one job only. 7 vom €) Te pment shal be dane on he tif eel be ofompatr uni ill thi racond rooms {ip The sete bidet it requied submit ives and competion ceriiente (Prom rpectve Tehsil Offic) 10 designated District Nodal Officer for every completed tehsil record room in all respect as per agreement. The detail District Nodal Officer shall be provide tothe selected bidder atthe time of signing of agreement. (Gv) The payment shall be done within 30 days from the date of submission of invoice and completion certificate to District Nodal Officer. i Warranty- The selected bidder has 1 provide onsite warranty fr 03 years (36 months) from the date of issuance o completion cerificate.. For this purpose the selected bidder/OEM shall arrange sufficient numbers of functional service centres/service providing facilities in the State, Penalty: (©) Delay in Execution- ii) Ifthe Seler/Service Provider fails to installation and commissioning of mobile compactor storage system within the original/re-fixed delivery period(s) specified inthe contract, the Buyer will be entitled to deducttecover the LLiquidated Damages for the delay, unless covered under Force Majeure conditions as per GeM provisions and State GOs. @ 0.5% of the contract value of delay per week or part of the week of delayed period as pre-estimated damages ot exceeding 10% ofthe contract value of delay without any controversy/dispute of any sort whatsoever, vy) The penalty shall be deducted from the payment or the PBG as the ease may be, (@) Delay in Post Delivery Services During warranty Period- (© After having been notified of the defectservice requirement during warranty period, selected bidder has to complete the defects/service requirement within 07 working days. If the seller fails to complete defect/serice requirement within defined time limit, a penalty of 0.5 % of unit price of the product shall be charged for each week of delay. i) The penalty shall be deducted from the PBG. Cumulative penalty cannot exceed more than 10 % ofthe total contract value after which the Buyer shall have the Tigh to get the servicelretfcation done from altemate source atthe risk and cost of the the selected bidder besides forftiure of PBG. The selected bidder shall be liable to reimburse the cost of such servie/tectfiation tothe buyer. 2Xo contractual obligation whatsoever shall rise fom the bidding documenting process unless and uni a formal Agreement is signed and exceuted between the Procuring Authority and the Successful Bidder. ‘he above mentioned conditions shall be read with the provisions of GeM GTC.-STC, SLA, ATC and Department Specific terms and conditions of the bid andthe same shall be complied by the selected vendor. the selected vendor shall have to comply with all the Government laws, rule, regulations anal Procuring Authority's instructions. & scanned with OKEN Scanner (26) As on the date of bidding the bidder 4 documents as required in the id with the technical by copy of all the eet “Th bidder shall upload seanned al igning of Agreement shall be borne by the 1) tng which he sal bo reed income ANTI a eo) pea es any iz Say Re - Sia shall b scat by Procuring authority except etegrially mentioned ind 1 | a1) Nehunkoy any domes sl eect Te aes dep apower al ot, iter during the term or ater expiration oF be ts (22) Tres venr a he cool infaton rain the eves, conract. activi ee yn perme y em nde bi (2%) Trevelyan dpa many ea ot cai ny Pe Ac ESIC Workmen Compensation Act, contract {egulations abolition Act) and other such laws in 2H The service pro ih ‘Act, Income tax laws and Minimum wages Laws, Cont by and comply with the Labour las, tract Labour (Ré toe ‘ : hein hs bid ile, misladig or xed remo ls tha hinted fished 2 ° ‘the Procuring authority reserves the right to forfeit the EMD/PBG and shall initiate action for blacklisting/debarment ofbidder. ; ee must have PAN, GSTN, ESI, Labour and al such registrations statutorily required for ‘the purpose of this bid and that should be valid for entire contract period. (Bidder has to upload documentary proof alongwith bid.) | {2i)The bidder must clearly sequence all the desired supporting documents with page number. Index should be attached with technical proposal : (28)The bidder is required to write the purpose ontop ofeach supporting document uploaded with technical proposal. (29) Unconditional Acceptance of all terms and conditions of the bid is mandatory. (The bidder has to upload notarized affidavit to this effect with bid, The notarized affidavit should be of bidding duration) G0) Notwithstanding anything contained in this Tender Document, Procuring Authority reserves the right to cancel, withdraw, ‘modify fully oF partially the "Invitation of Bids" orto reject one or more of the bids without assigning any reason thereof and shall bear no liability whatsoever consequent upon such a decision. GI) The provisions not detailed here shall be governed by Gem GTC/ATC and relevant State G.Os. In case of any contradiction between Gem GTC/ATC and the bid conditions, the bid conditions and relevant State G.Os shall prevail. 62) __Any legal proceeding regarding this contract shall be constituted in Uttar Pradesh only. G3) Checklist for reference is attached at annexue-1. Annexure-1 (Checklist) Tesoworactiar [Sete oul opr ns | ee aaa ac of the Bid value in any 03 financial | Average ea ‘Turnover in any 03 financial Perea | ee fc en (For3 years) should be 400% of the Bid value in any | balance sheet and CA certificate regarding 03 financial years out of the last 05 | Average Annual Tumover for any 03 percent of bid value payable in the form | uploaded along with technical Bid and the of Demand Drafts/Pay Order/Bank | physical eopy’of the same has to be submitted Guarantce/Fix Deposit Receipt (FDR) in | to the Buyer within $ days of Technical Bid favour of District Magistrate Bahraich | Opening date, payable at Bahraich, The scan copy of the EMD should be uploaded along with technical Bid and the physical copy of the same has to be submitted 10 the Buyer within $ days of Technical Did Opening date (Refer UP Govt IT& Blectronies Deptt. G0. _No, w ZrO 7 & scanned with OKEN Scanner TROTS/IOTONTE-2-2OI ATTTAOT? dated ‘loading oF seanned copy of E be treated a ineomplete nd it aa ‘Successful execution certificate by ie fo rae Sie torent Years of Past Experience Regul for samelsimilar service 3] Pastparfornanes BidderOEM must upload escalation matrix with name of officials and their telephone numbers for service support.) | Exalton matic seni suppor BidéerOEM must provide cseaaton matrie of telephone umber for sevice support : 7 Upioad Manulatarer = “The bidder Tas to upload MAFICeriTicate, Auborzaion- Where ever ‘Authorised Distributors “are Submitng the bid, Manufacturer's Authorisation Form (MAFVCenifcate wih OEM details such as name, designation, adress, e-mail ID and Phone No. i= required to be furnished along with wid | Bidders shall quote only those = The Bidder has 10 upload Manufacturers products in the bid which are not ‘Authorisation / Declaration, ‘obsolete in the market and has at least 15 years residual market ie. the offered. product and its component parts’ shall not be decired end of life by. the Manufacturer before this prio. 9 [The bidder should be an Indian = rT Incorporation RE Te Be so ni Company Tacorporaion/Registraion incorporated under Companies Act, 7 19862013 or the bidder Act 1956 or Partnership Act 1933 or registered under LLP At, 2008 or equivalent Indian Laws). ' sa Lisi ot loved ‘ et worth The Bidder should fave Postive Net | Audited balance sheet an Worth for the last 0S financial. years, es chee The bidder is required to upload eadited balance “sheet "and CA certificate regarding Net Positive Worth forthe last fe)? 7 ) Zz pro i & scanned with OKEN Scanner audited maT yeas tase ow r ‘lance shee. wend te a ts To : the Bidder ot any of ils Te Seaton pressor must tert oF pesaneublactined by ay Sor JGov.PSU/Gov.Lid conrany! Undertings Serre) Organizations any one Qua Government fevOrgniatons or ec thet Worl Bank ary, major Enterprise (Organon in dia for no% tater perfomance cot & lea omy ther neti awetest ae ee ce, eerie _ pg pnd eae rae patra eee seater Annexure-2 (Technical Specification of Mobile Compactor Storage) a inone row) As per respective Tehsil Record Room requirement Type of Drive ‘Sprocket Chain Drive Mechanism ‘Number of single Faced Fixed/Static Rows (Unite/Cabinets open | 1 at one side (with or without doors) and closed on other covering all bays) "Number of single Faced Movable Rows (Units/ Cabinet open at | As per respective Tehsil Record Room requirement ‘one side (with or without doors) and closed on other side covering all bays) Number of Double Faced/Dual/Twin Movable Rows [open on | As per respective Tehall Record Room requirement both sides (with or without doors) covering all bays) ‘Number of Shelves in Each Almirah/Body of the single faced “4 Shelves (With Stifner) / Scompartments fixed/static bodies, Nanber of helvesin Each Almirah/Body ofthe double faced] 4 Shelves (Wilh Sif) / Scomparimiens movable bodies. To i a TE a eva} a WAY TSC OSGI coun! (sing eT e Raa ——baig 2 Gass ; ao & scanned with OKEN Scanner Tined/statc bodies in K@ Load carrying capacity of each shall of the movable bodies In ke | 1708 oad bearing capacity of under structure and base frame 7200 kg/bay Delivery condition of movable storage system Knock down Free assembly and installation commissioning of knocked down | Yes supply ‘Shelvesin the eabinete ‘ajastable ‘Wheels/Bearings-Every base frame fitted with (The bearing used | Anti frictional ball bearing should be heavy duty-sel aligning) imum number of pairs of wheels in every base frame 7 z ‘Minimum number of pairs of Bearings in every base frame Drive cover included on Body Indexing arrangement Yes D MiMi THck Gear transparent acrylic sheet and having other dimension of 155 MiM/106MM. “ntl rast treatment = ‘Stud - ‘GUIDE RAIL 7 Rs per respective Tehsil Record Room requirement ‘Number of guide ral rows ‘Number of 915 mm ral places per all row Fs per respective Tehsil Record Room requirement 7 per respective Tehsil Record Room requirement ‘Number of 1830 mm ral pieces per rail row ‘Number of 2745 mm! I pieces perrailrow ‘a per respective Tehsil Record Room requirement ‘Square bar Stopper [to stop derailment of unit) ‘Guide ral provided with ‘DOORS and LOCKING “Separate door provided with each cabinet/ body/ Almira No ‘As per respective Tehsil Record Room requirement Total number of Almirah/Bodies Total number of Almirahs/Bodies with door ‘sper respective Tehsil Record Room requirement “Central locking system for locking entire compactor unit YES Safety lock for each movable body YES ‘Separate door lock for each section Yes Fitted to the rail Fiting of stopper High quality palyorathene(PU) with three attractive arms, Handle ‘Wheel type, sprocket type MATERIAL g MS Sheet thickness ofthe cabinet body (ror) ‘05 mam thick (Gauge-20) CRC sheet conforming to Grade D of 1513/2008 latest MS Sheet thickness of the shelf panels (mm) ‘03 mm thick (Gauge-20) CRC sheet conforming to Grade D of 1513/2008 latest TMS Sheet thickness of the door panels (mm) NA ‘Minimum height of base frame +2(rnm) sma Height of track and moving clearance +-2{mm) 35mm ‘Material of stud WA Hot rolled sheet 3.15 mm thick confmg, to Is:1079/Latest ‘welded frame ‘Material of base frame-should be one pie (proper antirust surface treatment) ‘Material of guide ral Consists of Fsection 2mm thick HR sheet and 25mm thick round/squate bright bar both connected by screws Material of © channel HR sheet 3.15mm thick conform to iS:1079/Latest Drive cover material ‘0.8 mm thick CRC sheet conforming to grade D of 5513/2008 latest and box type construction A & scanned with OKEN Scanner a DIMENSION Overal height oft ‘umber of Folds in Shelf panels [maton tie romdinmm/a0(mm)_] 250° ies cabinet /-20lmm) _| 500mm 500 mm ‘Depth ofthe single faced fixed/static bod Dent ofthe single faced movable bodies cabinet +/-10(r%m) 50 mm {Each side of Twin Movable Body) Je bodies cabinet +/-10(mm) inet in rar (07-10 200 mm Depth ofthe movabl “Width ofthe single faced fived/stati bodies cabl rm): (HIS IS WIDTH OF EACH SECTION OR EACH BAY.) Overall width of entire compactor will be this width multiplied by THIS IS 7200 mer umber of bays Width of the movable bodies eabinet in mm (+/-10 mm} WIDTH OF EACH SECTION OR EACH BAY.) Overall width of entire 24mm compactor will be this width multiplied by number of bays Pitch ofa the shelves (+/- 2M) 760mm PAINT “isle space inside of units Powder coating Epoxy Polyster powder, Thickness-40 micron Paint Off white Colour of paint WARRANTY® 3-Year ‘Warranty Period IN NUMBER OF YEARS 2 year ‘Extended warranty (To be decided by Sub-Agency (District Level OEM of offered product having BIFMA membership ‘Monitoring & Review Committee). Certlications- Following certifications may be considered to ensure quality of the product but it must not be vendor driven. ‘OEM of offered producti ISO $001:2015 certified (O&M of offered products ISO 14001:2015 certified ‘OEM of offered product is 50 45001:2018 certified Green Guard Certification oe INATM & HH A GNIAIGUR od ad uM wae) ca ude @ Aeay Praagar aRuarel ¥ sift arret & orger Afar omets A OTe wH agARy wert A we By TQqUR snare orfarét at wa fafa -— Prafertar ot eee . Sige Ta wf, ero URGE Zoro 2. ferent’ welem, wage wt wee eee Fe tng afters RET | eres BAR| arene erat DREN TONS TTS BT WEY 3. soften arene a] WEIET TER / PANTS / HRA / APR / TAPE | & scanned with OKEN Scanner

You might also like