e- tender form - rajasthan co-operative dairy … & sealed by the tenderer (rcdf) in token of...

192
Signed & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 0 TENDER ID 2016_RCDF_ 46108_1 FOR “DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 20 KLPD CHILLING PLANT ALONGWITH UTILITIES ON TURN KEY BASIS” AT GHARSANA DISTRICT SRIGANGANAGAR (RAJ.). RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR Phone No: 0141-2702501-508, Telefax: 0141-2710209, 0141-2702135 Website: www.sarasmilkfed.co-op, E-mail: [email protected] , [email protected] E- TENDER FORM

Upload: hoangnguyet

Post on 11-May-2018

241 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

0

TENDER ID 2016_RCDF_ 46108_1

FOR

“DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 20

KLPD CHILLING PLANT ALONGWITH UTILITIES ON TURN KEY BASIS” AT

GHARSANA DISTRICT SRIGANGANAGAR (RAJ.).

RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED

SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR

Phone No: 0141-2702501-508, Telefax: 0141-2710209, 0141-2702135

Website: www.sarasmilkfed.co-op, E-mail: [email protected],

[email protected]

E- TENDER FORM

Page 2: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

1

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD., “SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017

Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in E-mail : [email protected], [email protected]

No. RCDF/DPM& Proj./(C-4008)/2016-17/ Dated 25.11.2016

NOTICE INVITING TENDERS

E-Tenders are invited for “Design, Supply, Erection, Testing and Commissioning on Turn-key basis for 20 KLPD Milk Chilling plant at Ghadsana (Sriganganagr). Civil works at CFP, Pali, Vitrified Tile work at Saras Sankul RCDF, Jaipur, Renovation work vitrified tiles at Guest House, Replacement of G.I. Pipe line work at Staff Quarters Saras Sankul & White washing/Panting at Saras Sankul campus. The estimated cost of above civil works are Rs. (in lacs) 77.00, 16.40, 5.00, 5.00 & 10.00 respectively. Details can be obtained from our website www.sarasmilkfed.rajasthan.gov.in & http://eproc.rajasthan.gov.in, www.sppp.rajasthan.gov.in i.e. spp portal.

General Manager (DPM & Proj.) Copy to:- 1. General Manager (P & A), RCDF, Jaipur – please arrange to get the above NIT

published in daily newspapers as per norms. 2. Manager (Systems), RCDF, Jaipur – Please arrange to get the above NIT uploaded on

the RCDF website also with the enclosed detailed NIT and tender forms and also arrange to published the same with individual tender ID on e-procurement website

3. Dy. Manager (Systems), RCDF, Jaipur Nodal officer, State Public Procurement Portal – Please also arrange to get the above NIT/Tenders uploaded on the State Public Procurement Portal.

General Manager (DPM & Proj.)

Page 3: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

2

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,

“SARAS SANKUL”,J.L.N. MARG, JAIPUR–302017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in

E-mail : [email protected], [email protected]

No. RCDF/DPM& Proj./(C-4008)/2016-17/ Dated 25.11.2016

NOTICE INVITING TENDERS

E-Tenders are invited for “Design, Supply, Erection, Testing and Commissioning on Turn-key basis for 20 KLPD Milk Chilling plant at Ghadsana (Sriganganagr), Civil works at CFP, Pali, Vitrified Tile work at Saras Sankul RCDF, Jaipur, Renovation work vitrified tiles at guest House, Replacement of G.I. Pipe line work at Staff Quarters Saras Sankul & White washing/Panting at Saras Sankul campus. The estimated cost of above civil works are Rs. (in lacs) 77.00, 16.40, 5.00, 5.00 & 10.00 respectively. Details can be obtained from our website:www.sarasmilkfed.rajasthan.gov.in & http://eproc.rajasthan.gov.in, www.sppp.rajasthan.gov.in i.e. spp portal.

General Manager (DPM & Proj.) Table-A

S. No

Description of Item Total Qty. (In nos.)

Place/Plant/ M.U./CFP

Tender ID No.

Pre bid conference at 11 AM

Tender opening date at 5.00 PM

EMD (in Rs.)

1 Design, Supply, Erection, Testing and Commissioning of 20 KLPD Milk Chilling plant alongwith utilities on Turn-key basis at Ghadsana (Sriganganagar) (Raj.)

1 Lot Ghadsana (Sri-ganganagar)

2016_RCDF _46108_1.

15.12.2016 30.12.2016 3,00,000/-

Requisite tender fee as well as EMD in the form of DD/Pay Order favouring RCDF Ltd., Jaipur and tender processing fees in the form of DD/Pay Order favouring Managing Director, RISL must accompany the tender documents failing which the tenders shall not be considered. Each item shall be considered as separate and independent and decided accordingly. Tender fees, EMD alongwith processing fees should be deposited in the physical form upto tender submission date i.e. preceding working day of respective tender opening date and will be received upto 5.00 PM. M.D., RCDF reserves the right to accept or reject any or all tenders in part or full without assigning any reason thereof.

General Manager (DPM & Proj.)

Page 4: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

3

Important Information

Subject: e-Procurement/tendering system at RCDF

Government of Rajasthan has decided to implement e-procurement system for their departments and

PSU to enhance efficiency & transparency in public procurement from April 2012, in which all

purchases/ works/ services etc. of value ` 50.00 Lacs or above will be processed electronically through

State e-procurement portal i.e. www.eproc.rajasthan.gov.in.

Accordingly at RCDF, the existing process of manually submitting bids will be discontinued.

Information regarding tenders will be posted on the above mentioned website & bids will also be

accepted via the website. A registered user with a valid Digital Signature Certificate (DSC) will be

able to access the website, view & download tender details, fill in tender bids & upload (send) to the

website. At the scheduled time of tender opening, details of all bids can be viewed by the bidders.

Requirement for participating: Internet access (details available on the home page of website

www.eproc.rajasthan.gov.in), DSC & registration on the website.

Bidders will need to get a class III digital certificate with encryption – decryption facility through

controller of certifying authorities (CCA) approved certifying agencies. Information regarding DSC

is available at the home page under ‘Information regarding DSC’. A bidder should enroll on the e-

procurement website & register the DSC. Please arrange to fulfill the necessary requirements of e-

procurement, since only the authorized bidders can participate in the tender.

A additional fee ( ` 1000/- per tender/bidder for tender value > 50.00 lacs) is payable to RajCOMP

info services ltd.(RISL) for participating in e-procurement.

Help manual for bidder is available on the home page of the website under ‘Help for contractors’.

You can also call on 0141-4022688 & 1800-233-7315 for any assistance regarding e-procurement

during office hours.

Bidders training will be provided free of cost by RISL.

You may contact concerning department for further clarification(s).

General Manager (DPM & Proj.)

Page 5: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

4

Rajasthan Co-operative Dairy Federation Limited “Saras Sankul” J.L.N. Marg, Jaipur-302 017

Phone No.2702501 : Fax 2702135 : Website : www.sarasmilkfed.rajasthan.gov.in : E-mail: [email protected]

[email protected]

No. RCDF/DPM& Proj./P-7240/2016-17/ Dated 15.11.2016 INDEX

S.N. PARTICULARS PAGE NO.

1. NIT 01-03

2. INDEX 04-05

3. CHECK LIST OF DOCUMENTS TO BE SUBMITTED 06

4. ELIGIBILITY & QUALIFICATIONS CRITERION 07-09

5. SYNOPSIS OF TENDER 10-15

6. GENERAL TERMS AND CONDITIONS 16-32

7. ADDITIONAL GENERAL TERMS AND CONDITIONS 33-36

8. GENERAL TERMS AND CONDITIONS FOR ERECTION

CONTRACT WHEREEVER APPLICABLE 37-76

9. ANNEXURE – I Tender Acceptance Letter (to be given on

Company letter head) 77

10. ANNEXURE – II Section –I Manufacturers authorization form

format 78

11. ANNEXURE – III Section –II- Schedule-I format of Major

works completed during past five years. 79

12. ANNEXURE –IV Section –II- Schedule-II format of Works in

hand during current year 80

13. ANNEXURE – V Section –III- Technical Deviation statement

format 81

14. ANNEXURE – VI

Rate quotation form for supply / supply,

installation & commissioning of equipment.

Rates to be filled in prescribed file .XLS

only.

82-84

15. ANNEXURE – VII Form of agreement required to be submitted

by the supplier 85-87

16. ANNEXURE –VIII Form of Bank Guarantee for 30% advance

payment 88-89

17. ANNEXURE – IX Performa of Bank Guarantee for

releasing 10% balance payment. 90-91

18. ANNEXURE-

IX(A) Performa bank guarantee for EMD & SD 92-93

Page 6: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

5

18.

ANNEXURE – X

Detailed technical specification

Sub Section-1- Technical Specification

Sub Section-2 Project Information

Sub section-3 Instruction to Bidder

Sub section-4 Design Basis

Sub section-5 Responsibilities

Sub section-6- Project Management

Sub section -7 Battery Limit

Sub section-8 Deviation from Tech.

requirement

Sub section-9 Drawing, Data & Documents

Sub section-10 Bidders Meeting

94-159

160-162

163-166

167-170

171-173

174-178

179-180

181-182

183-184

185-186

19. List of Recommended Makes 187-189

20. BUILDING LAYOUT 190-191

Page 7: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

6

A check list of documents required to be submitted

(Each Tenderer is required to upload the required documents failing which the tender will become liable

for no further consideration/evaluation)

Sr.

no. Particulars Cover

Yes/No Page No.

1. Copies of documents defining the constitution of tendering firm along with duly attested power

of attorney for participating in tender on behalf of the firm.

Cover-

A

2. Whether manufacturer if yes please attach scanned copy of manufacturing licence. Cover-

A

If no, manufacturer‟s authorization form be uploaded as per Section I. Cover-

A

3. Submit experience of past performance in works of similar nature within the past five years as

per Schedule I of Section II. (Attach copies of Purchase Orders & performance certificates).

Cover-

A

4. Submit details of current works in hand and other contractual commitments, if any, as per

Schedule II of Section II. (Attach copies of Purchase Orders).

Cover-

A

5. Submit Technical Deviation statement form as per Section III. (Where there is no deviation, the

statement should be uploaded duly signed with an endorsement indicating “No Deviations”.

Cover-

A

6. Enclose P&L statement and balance sheet for last three years. (Summary only) Cover-

A

7. Enclose information regarding current litigation if any. Cover-

A

8. Furnish copies of documents showing that the bidder has completed three dairy projects for

similar and higher capacity during the last five years.

Cover-

A

9. Submit copy of IT returns submitted for the previous three years. Cover-

A

10. Submit copy of PAN Card Cover-

A

11. Submit copies of Sales Tax Returns submitted for the previous three year. Cover-

A

12. Submit copy of Registration certificate of VAT Cover-

A

13. Submit acceptance of tender document and specifications in the enclosed format. Do not up-

load tender document.

Cover-

A

14. Scanned copy of Demand Draft of Rs. 1,000/-, for each item separately, in favour of MD,

RCDF payable at Jaipur, towards the tender fee.

Cover-

A

15. Scanned copy of Demand Draft towards the prescribed EMD in favour of MD, RCDF, payable

at Jaipur.

Cover-

A

16. Scanned copy of Demand Draft of Rs. 1000/- towards the Tender Processing Fee in favour of

MD, RISL Payable at Jaipur

Cover-

A

17. Please furnish your complete Correspondence address along with all details viz. Telephone

Numbers, Fax Numbers, E-mail ID and the name & designation of the contact person(s) &

his/their mobile numbers. The information may be submitted on the firm‟s letter head.

Cover-

A

18. Submit a list of recommended spare parts along with their individual prices valid for one year,

as per clause 3.2, in PDF format in part two of the bid.

Cover-

A

19. Rates quotation in prescribed .XLS file only. Cover-

B

Note : Please submit the documents as per check list S. No. and also mention the S. No. on respective

documents.

Page 8: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

7

Eligibility & Qualifications Criterion

1. The bidder shall furnish, as Part-I of its bid, documents establishing the bidder‟s eligibility to bid

and its qualifications to perform the contract if its bid is accepted. The bidder should also give

information in the format attached to the bid document.

2. The documentary evidence of the bidder‟s qualification to perform the contract if its bid

is accepted shall establish to the purchaser‟s satisfaction :

(a) that in the case of a bidder offering to supply goods under the contract which the

bidder did not manufacture or otherwise produce the bidder has been duly

authorised by the goods manufacturer or producer to supply the goods. The bid

shall include Manufacturers Authorisation Form given under Section-I

ANNEXURE – I. Offers from other agents, brokers & middlemen shall not be

accepted.

(b) that the bidder has the financial, technical and production capability necessary to

perform the contract. To this end, all bids submitted shall include the following

information under Section – II :

(i) Copies of original documents defining the constitution or legal status, place

of registration and principal place of business of the company or firm or

partnership etc.

(ii) Power of Attorney or a true copy thereof duly attested by a Gazetted

Officer in case an authorised representative has signed the bid.

(iii) Details of experience and past performance of the bidder (or each party to a

joint venture) on works of similar nature within the past five years, and

details of current works in hand and other contractual commitments shall be

submitted as per Schedule-I ANNEXURE – III and Schedule-II

ANNEXURE – IV given in Section-II respectively of this bidding

document.

(iv) Reports on financial standing of the bidder such as profit and loss

statements, balance sheets of the past three years. (Summery only)

(v) Information regarding any current litigation, past debarment / blacklisting

in which the bidder is involved is required to be furnished.

Page 9: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

8

3. For the purpose of establishing the bidders ability to execute this particular, contract,

bidders shall submitted following document:

(a) The bidder should be in business of the jobs tendered for a minimum period of three

years at the time of bid opening.

(b) The bidder‟s annual financial turnover in last three years shall not be less than Rs.

12 Crore in each year.

(c) The bidder shall have completed the three dairy projects of similar or above capacity

in last five years.

(d) The bidder shall furnish a copy of the Income Tax Returns for the last three years.

4. Bid submitted by a joint venture of two or more firms as partners shall comply with the

following requirements :

(a) the bid and in case of a successful bid, the form of agreement shall be signed so as

to be legally binding on all the partners;

(b) one of the partners shall be nominated as being incharge and this authorisation shall

be evidenced by submitted a power of attorney signed by legally authorised

signatories of all the partners;

(c) the partner incharge shall be authorised to incur liabilities and received instructions

for an on behalf of any and all the partners of the joint venture and the entire

execution of the contract including payment shall be done exclusively with the

partner incharge;

(d) all the partners of the joint venture shall be liable jointly and severally for the

execution of the contract in accordance with the contract terms and a relevant

statement to this effect shall be included in the authorisation mentioned (b) above as

well as in the form of bid and the form of agreement (in case of the successful bid)

and

(e) a copy of the agreement entered into by the joint venture partners shall be submitted

with the bid. The tenderer should have completed atleast one project under joint

venture with same name and style.

(f) experience, resources, men and machinery of each party to the joint venture will be

taken into account only to the extent of their participation for performing tasks

under the joint venture agreement.

(g) all the partners of the joint venture shall be liable jointly and severally for the

execution of the contract in accordance with the contract terms and a relevant

statement to this effect shall be included in the authorisation mentioned (b) above as

well as in the form of bid and the form of agreement (in case of the successful bid)

and

(h) a copy of the agreement entered into by the joint venture partners shall be submitted

with the bid;

(i) Experience, resources, men and machinery of each party to the joint venture will be

taken into account only to the extent of their participation for performing tasks

under the joint venture agreement.

5. Documents Establishing Goods – Eligibility and Conformity to Bidding Documents.

Page 10: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

9

5.1 The bidder shall furnish as part of its bid, documents establishing the eligibility and

conformity to the bidding documents of all goods and services which the bidder proposes

to supply under the contract.

5.2 The documentary evidence of the goods and services eligibility shall consist of a

statement in the price schedule on the country of origin of the goods and services offered

which shall be confirmed by a certificate of origin issued at the time of shipment.

5.3 The documentary evidence of the goods and services conformity to the bidding

documents may be in the form of literature, drawing and data and shall furnish :

(a) a detailed description of the goods essential technical and performance

characteristics;

(b) a list giving full particulars, including available sources and current prices of all

spare parts, special tools etc. necessary for the proper and continuing functioning of

the goods for a period of two years, following commencement of the goods use by

the purchaser ; and

(c) a statement of deviations and exceptions to the provisions of the technical

specifications demonstrating the goods and services substantial responsiveness to

those specifications in the form provided under Section-III ANNEXURE – V.

5.4 The bidder should clearly confirm that all the facilities exist for inspection and shall be

made available to the inspecting authority.

5.5 Pursuant to Clause-5.3(c) above, the bidder shall note that standards for workmanship,

material and equipment, and references to brand names of catalogue numbers designated

by the purchaser in its technical specifications are intended to be descriptive only and not

restrictive. The bidder may substitute alternative standards, brand names and/or catalogue

numbers in its bid, provided that it demonstrates to the purchaser‟s satisfaction that the

substitutions are substantially equivalent or superior to those designated in the technical

specifications.

5.6 The bidder shall furnish Photo copy of PAN card.

5.7 The bidder shall furnish Photo copy of VAT registration.

Page 11: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

10

SYNOPSIS OF THE TENDER

1.0 Purchaser : The Rajasthan Co-operative Dairy Federation Ltd., Jaipur

Saras Sankul, Jawaharlal Nehru Marg, Jaipur

2.0 Contact : Phone No.2702501 : Fax 2702135 : Website : www.sarasmilkfed.coop : E-mail:

[email protected], [email protected] 3.0 Job : “DESIGN, SUPPLY, ERECTION, TESTING AND

COMMISSIONING OF 20 KLPD MILK CHILLING PLANT

ALONGWITH UTILITIES ON TURN KEY BASIS” AT

GHARSANA DISTRICT SRIGANGANAGAR (RAJ.).

4.0 Exclusions : All Workshop Tools & Machines, Sanitary Installation, Water

Disposal, Water Hydrants, Environmental Works, Laboratory

Glassware, Chemicals & Equipment, Workshop tools, furniture,

Telephone & Intercom Systems and civil works.

5.0 Scope of Work: The scope of work includes design, supply, installation, testing &

commissioning of plant and machinery, utilities as per list detailed

below:-

B) Plant & Machineries

S.

No

Particulars Quantity

1.0 MILK RECEPTION

1.1 Chain can Conveyor with Can tripping bar (Powered) 1 Set

1.2 Dump Tank 1000 Kgs. 1 No.

1.3 Plateform balance 100 Kg. 1 No

2.0 SERVICE EQUIPMENTS 2.1 Complete Refrigeration Plant with Ice Bank system with suitable IBTs,

Ammonia Compressors, Condensers, Condenser Pumps, etc.

1 Set

2.2 Hot Water Generator 100000 KCAL/HR with accessories. 1 Set

3.0 ELECTRICAL

3.1 Complete electrical work consisting of HT & LT switch geares, panels

for 11 KVA 3 phase 50 Hz. AC Supply consisting of following. HT

switch, LT panel with remote control panel having provision for

Refrigeration section, process section, External lighting, Internal

lighting, ETP, Pump House etc. 210 KVA Transformer (Star rating)

with accessories, Automatic power factor control panel with capacitor

bank, HT/LT cables, control panels, cables various size etc.

1 Lot

4.0 General :

4.1 DG Set 100 KVA with change over switch 1 Set

4.2 Work shop tools 1 Lot

4.3 Lab Equipments 1 Lot

4.4 ETP 50 KLPD package type 1 Lot

4.5 Supply, Erection & Commissioning Erection & commissioning of

equipment alongwith allied pipe lines i.e. (SS pipe line, SS Inline

stainer, SS valves and fittings, GI pipe line, MS pipe lines with

required valves & fittings, MS Pipe line HP / LP with insulation and

steam valves)

1 Lot

Page 12: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

11

Note:-

(1) The plant & machinery, utilities shall be supplied as per respective specification detailed at

Annexure - X

(2) The tenderer should provide plant and machinery layout defining inter-connection of equipment

and flow of milk, water, steam etc.

(3) Following approvals are required from RCDF before fabrication of equipment and for the

execution of awarded work:- General arrangement drawing of the IBT coils, accumulator and

valves arrangement shall have to be got approved by the contractor before fabrication.

(4) Hot water generation system :

Hot water generation with chimney, R.O. system of suitable capacity, feed water tank, day oil

service tank, Diesel tank, Diesel pump (manual).

(5.) Complete electrical work :

Metering system, HT/LT panel with equipped with all safety control, ACBs/MCCB, transformers,

DG Set, APFC panel, HT & LT cables, cable tray.

(6) In addition to the standers mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union/RCDF :-

a. Indian Electricity Act and rules framed there under.

b. Fire, Insurance and Regulations Act.

c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity

Board.

d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.

e. Regulations laid down under the Explosive Act.

f. Regulations as per Weight and Measure Act.

g. Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.

h. Bureau of Indian Standards

i. Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that

operation of the plant could be started as per rules and regulations from the day one after handing over

the plant. However, actual fee and other charges deposited with the government authorities will be

reimbursed to the Contractor after production of receipt.

Page 13: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

12

6.0 Eligibility

(a) The bidder should be in business of the jobs tendered for a minimum period of three years at the time

of bid opening.

(b) The bidder‟s annual financial turnover in last three years shall not be less than Rs. 12 Crore in each

year.

(c) The bidder shall have completed the three dairy projects of similar or above capacity in last five

years.

(d) The bidder shall furnish a copy of the Income Tax Returns for the last three years.

7.0 Completion : Design, Supply, Erection, Testing & Commissioning within 12 Months from the site

clearance. 8.0 Payment : For Supply of equipment

30% advance against Bank guarantee

60% after third party inspection and quality verification at works, and on safe receipt of the equipment ordered at site The third party for inspection and quality verification shall be appointed by the RCDF.

10% after completion of job & against performance BG For Erection & Commissioning

10% advance against Bank guarantee

80 % after erection, commissioning & completion of trial runs 10% after completion of job & against performance BG

9.0 Liquidated damages : 0.5% per week beyond the contract period & maximum upto 5% of

the contract value.

10.0 Bid validity : 120 days from the date of opening of bids

11.0 Quality Control A : The equipment under the purview of your supply should be inspected by your

own technical experts at your works and such inspection report should be

forwarded to us in triplicate alongwith dispatch documents. However, the RCDF,

reserves its right of inspection at any stage of fabrication manufacture of the

equipment/material. The final inspection in any case will be carried out at RCDF

project site.

You should forward to us the test certificate, wherever applicable, obtained from

the concerned authorities/principal manufacturers either regarding quality or any

other details of the items utilised in the process of manufacture/fabrication.

B Bidder should submitte the quality assurance plan for equipment under scope of

supply for approval, accordingly the inspection may be carried out by Third Party

/ RCDF to ensure the quality of respective item.

Page 14: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

13

12. PRE-BID MEETINGS

12.1 Bidders are requested to attend pre-bid meeting on scheduled date and time for

technical/commercial discussion related to project.

12.2 Bidders may have technical discussions with the Dairy / clients, project team before the tender

closing date. Subjects for discussion at the pre-bid / technical meeting may include:

Project management

Technical clarifications

Scope of supply

Concept of the design

Processes

Equipment designs

Equipment suppliers

Automation

Plant management

Quality control

Existing equipment to be utilized in the job

Battery limits

Acceptable alternatives

This will be the only opportunity for bidders to discuss the project in detail with Dairy before the

commercial bid opening, and all technical matters / clarification related to tender should be resolved in

this meetings.

Page 15: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

14

12.3 We are re-tendering this tender. Following amendments/clarifications/elaboration have been

finalized during our earlier pre bid meeting held on 16.03.2016 at 11.00 A.M. regarding the

tender for Design, Supply, Erection, Testing and Commissioning of 20 KLPD Milk Chilling

Centre alongwith utilities on Turnkey basis at Ghadsana (Sriganganagar) (Raj.) The

amendments and clarifications finalized on 16.03.2016 will have superseding effect on all the

corresponding technical specifications given in the tender document and it will be the integral

part of technical specification of the tender document.

1. Point No. 11 the Clause No. 1 has been amended as follows:-

Compensation for delay :

Clause 1 :

The time allowed for carrying out the work as entered in the tender shall be strictly observed

by the contractor and shall be reckoned from the 15th

day after the date of written order to

commence the work as given to

the contractor. The work shall throughout the stipulated period of the contract be proceeded

with all due diligence, time being deemed to be the essence of the contract on the part of the

contractor and the contractor shall pay as compensation an amount equal to two and half

percent or such smaller amount as the Managing Director, RCDF Ltd. (whose decision shall

be final) may decide on the tendered amount for every 1/4th

of the prescribed delivery period

that the work remains unfinished after the proper date subject to a maximum of 10% of the

net value of each item of the accepted order which remains undelivered or partially delivered

e.g.

Delay of 1 day to 1/4th

of delivery period 2.5

%

Delay >1/4th

delivery period but <1/2 of delivery period 5%

Delay >1/2 of delivery period but <3/4th

of delivery period 7.5

%

Delay > 3/4th of delivery period and upto = delivery

period

10

%

Maximum deduction on account of delay 10

%

If the delivery has not been made the order can be cancelled even after expiry of the delivery

period after giving a 15 days notice in writing by RCDF, if it so deems fit without prejudice

to any of its rights/ remedies for the breach of contract by the party.

And further to ensure good progress during the execution of work, the contractor shall be

bound in all cases in which the time allowed for any work exceeds one month (save door

special jobs) to complete 1/8th

of the whole of the work before ¼ th of the whole time

Page 16: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

15

allowed under the contract has elapsed. The contractor shall further be bound to carry out the

work in accordance with the dates and quantities as may be given by RCDF from time to

time.

In case the party is not able to execute the work in time because of any justified reason/

reason beyond his control then the party should give a request in writing before the expiry of

stipulated delivery period stating the same along with the justifications and RCDF/Milk

Union may grant an extension in the delivery period with/ without penalty, if it so deems fit.

Further in case the delay in the execution of the work is due to non completion of some related work

by milk union/ another contractor or due to non supply of road permits in time etc. then that period of

delay shall not be counted on account of the party and party shall not be penalized for the same.

2. Plant layout in soft copy (AutoCAD version) to be provided.

3. We have mentioned the minimum quantity of item required for plant under following technical

specification.

(a) Technical specification of Refrigeration plant – page no. 101 to110.

(b) Technical specification of complete electrical work – page no. 116 to135.

(c) Technical specification of Service line and allied equipment – page no. 152 to 153.

(d) Technical specification of DG Set – page no. 137 to145.

(e) Technical specification of ETP – page no. 146 to151.

Tenderer has to supply the items as per site condition for successful completion of project but

the quantity of supply should not be less than the minimum quantity referred in aforesaid

technical specification. No additional charge shall be paid to tenderer against the quoted rates

for aforesaid head in BOQ.

All other terms & conditions should be as per tender document.

Page 17: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

16

GENERAL TERMS AND CONDITIONS

1.0. PREFACE

Note:- This tender is an e-tender. Consequently offline submission of tender documents

other than Demand Drafts is not allowed. All the terms & conditions may be read and

interpreted in this light. Only offline submission of DD‟s towards tender fee, tender

processing fee & EMD is required. These are required to be sent by post so as to reach

the office of General Manager (Purchase) , Rajasthan Co-operative Dairy Federation Ltd.

“SARAS SANKUL” Jawahar Lal Nehru Marg, Jaipur-302017 before the tender opening

date & time.

1.1 The Rajasthan Co-Operative Dairy Federation Limited, Jaipur hence forth termed as

R.C.D.F. LTD., invites the competitive bids from the technically & financially sound individual

/ HUF / firm / Company for “DESIGN, SUPPLY, ERECTION, TESTING AND

COMMISSIONING OF 20 KLPD MILK CHILLING PLANT ALONGWITH UTILITIES ON

TURN KEY BASIS” AT GHARSANA DISTRICT SRIGANGANAGAR (RAJ.).

1.2 The Managing Director, Rajasthan Co-operative Dairy Federation reserves the right to

reject any or all the tenders in full or part thereof, which in his opinion justifies such

action without further explanation to the tenderers.

2.0 TENDERING PROCEDURE

IMPORTANT NOTES

1. ALONG WITH THE SAME ALL IN THE DESIRED FORMAT DOCUMENTS

THAT ARE REQUIRED TO BE SUBMITTED AS PER ELIGIBILITY &

QUALIFICATION CRITERION SHOULD ALSO BE SELF ATTESTED ALONG

WITH SEAL OF TENDERER & SHOULD BE SCANNED AND UPLOADED /

SUBMITTED IN THE FIRST COVER OF THE TENDER.

2. ON THE BASIS OF THE ABOVE DOCUMENTS THE TENDER SHALL BE

TECHNICALLY EXAMINED & ONLY IF FOUND TO BE QUALIFIED

TECHNICALLY THEN THE FINANCIAL BIDS OF THE TECHNICALLY

QUALIFIED TENDERS WOULD BE OPENED.

3. THE FINANCIAL BIDS ARE REQUIRED TO BE SUBMITTED ONLY IN THE

PREESCRIBED PERFORMA IN THE XLS SHEET PROVIED FOR THE SAME.

2.1 The tender form is not required to be submitted at the time of e-bidding. In lieu of

the same a acceptance letter accepting the tender in its entirety in the prescribed

format enclosed at Annexure-I is required to be submitted on the Company letter

head. In addition self attested photocopies of all the documents required for

fulfilling the eligibility & qualifications criterion are also required to be scanned

and submitted with the e-bid

2.2 No telegraphic/telephonic/telex/Fax tenders shall be considered. Further the tenderer may

please note that the successful tenderer would be required to submit a duly sealed &

Page 18: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

17

signed hard copy of the tender form along with the security deposit, agreement etc. upon

award of rate contract

2.3 LEGAL COMPETENCY OF SIGNING THE TENDER

Individual signing the tender or other documents connected with this tender must specify

whether he signs as :

a) “Sole Proprietor” of the firm or constituted attorney of such proprietor.

b) The partner of the firm, if it is a partnership firm in which case, he must have

authority to refer to arbitration disputes pertaining to business of the partnership

either by virtue of the partnership deed or by holding the power of attorney.

c) Constituted attorney of the firm, if it is a Company.

NOTE:

1) In case of (b) above, a copy of the partnership deed or general power of attorney

duly attested by a notary public should be furnished or any affidavit on stamp

paper of all the partners admitting execution of the partnership deed or the

general power of attorney should be furnished.

2) In case of partnership firms, where no authority to refer disputes concerning to the

business of the partnership has been conferred on any partner, the tender and all

other related documents must be signed by every partner of the firm.

3) A person, signing the tender form or any documents constituting an integral part

of the contract, on behalf of another shall be deemed to warranty that he has

authority to bind such other and if, on enquiry it appears that the person so signing

has no authority to do so, the buyer may without prejudice to other civil remedies,

terminate the contract and hold the signatory liable for all costs and damages.

2.4 EARNEST MONEY DEPOSIT

2.4.1 (a) Earnest money as mentioned in the NIT, must accompany the tender. The earnest money

shall be required to be paid by a crossed demand draft in favour of Managing Director, Rajasthan

Co-operative Dairy Federation Ltd., drawn on any scheduled or nationalized bank in India,

payable at Jaipur. The tenders accompanied by cheques instead of demand draft towards earnest

money will not be considered. Earnest money shall have to be paid according to the items

offered by tenderer covering the total quantity required for all the projects.

2.4.1 (b) In addition tender processing fees of Rs. 1000/- payable by demand draft in favour of

Managing Director, RISL (payable at Jaipur and non- refundable) and tender fees Rs.1,000/- for

each item separately, payable by demand draft in favour of RCDF Ltd., Jaipur (payable at Jaipur

and non-refundable) are also required to be submitted along with the tender failing which the

tender will be summarily rejected.

2.4.2 Any tender whose tender fee, tender processing fee & EMD as stated above does not reach this

office before the tender opening date & time is liable to be summarily rejected. Earnest money of

unsuccessful tenderer will be returned within 120 clear / working days from the date of opening

of the tender.

2.4.3 No interest shall be paid for the earnest money deposit for the period during which it (the earnest

money) lies in deposit with the Rajasthan Co-operative Dairy Federation Ltd.

Page 19: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

18

2.5. The tenderers should state herein the complete address to which the orders, notices and further

correspondence pertaining to the tender and agreements are to be sent. Any correspondence

made by the RCDF/milk union at the address given herein shall be deemed to have been

delivered to the party notwithstanding that such correspondence may not in fact have been

delivered. Any change in the address thereafter must be notified to the Managing Director,

Rajasthan Co-operative Dairy Federation Ltd., Jaipur and the concerned milk unions and a copy

in confirmation of RCDF/milk union having recorded change in address be obtained in writing

from RCDF/milk union. In absence of such confirmation the correspondence made on the

address given herein shall be valid once the confirmation is issued by RCDF/milk union

subsequent correspondence shall be sent to the new notified address.

Address_______________________ Telegraphic

Address_______________________________________________

Phone No./ ________________________ Mobile no.______________

Fax No.________________ E-mail _________________

Name of contact Person: _______________________.

2.6 The tenders received shall be opened on the date and time given in the N.I.T. at the Office of the

Managing Director, Rajasthan Co-operative Dairy Federation Ltd., Jaipur. The tenderers or their

accredited agents will be allowed to be present at the time of opening of the tender.

2.7 Negligence on the part of tenderer in preparing the tender confers no right to withdraw the tender

after it has been opened.

2.8 The specifications, conditions, schedules drawing of the tender constitute an integral part

of the tender.

2.9 All tenders in which any of the prescribed conditions are not fulfilled or which have been

vitiated by errors in calculations totaling, or other discrepancies or which contain

overwriting in figures or words or corrections not initialed and dated will be rejected.

2.10 In the place of substantial non conformity with the specifications or if it contains any

inadmissible reservations seen or otherwise, in contravention to the sprit and latter of the

tender documents, such tenders shall be summarily rejected.

2.11 The tenderer whose tender is accepted (hereinafter called the supplier/contractor) will be

required to furnish security for the due fulfillment of his contract in the form of a bank

Demand Draft or Bank Guarantee of 5% of the contracted value (F.O.R. site). This bank

Demand Draft / Bank Guarantee of Nationalized / Scheduled Bank drawn in favour of

Managing Director, RCDF, Jaipur is to be submitted within a period of 10 to 15 days

from the date of placement of Purchase Order. The EMD amount shall be adjusted in the

aforesaid security.

The security will be refunded if otherwise found to be qualifying for refund within six

months from the date of expiry of contract. No interest will be paid by the RCDF on such

security amount. In case of breach of any terms and conditions of the contract or on

unsatisfactory performance of the contract the RCDF shall have an absolute right of

being compensated through liquidated damages or penalties and the amount of security

deposit shall also, in such an event, be liable to forfeiture in full or part for being

appropriate towards aforesaid liquidated damages and the decision of MD RCDF shall be

final in this regard. If the tenderer fails to deposit the security or to execute the agreement

Page 20: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

19

within the period specified, such a failure will be treated as a breach of the terms and

conditions of the tender and shall result in the forfeiture of the Earnest Money besides

any other action for the default. The expenses of completing & stamping the agreement

shall be paid by the tenderer who shall furnish to the RCDF one executed stamped

counter part of the agreement free of charge.

In case the contractor/supplier completes it contractual obligations, except for

performance of equipment for which 10% amount is deducted/retained while processing

payments against supply and / or erection, the security deposit can be refunded at such

point of time as may be decided by the Purchase Section at its sole discretion.

All compensation or other sums of money payable by the contractor to Rajasthan

Co-operative Dairy Federation Ltd. under the terms of this contract may be deducted

from, or paid by the sale of a sufficient part of his security deposit or from any sums

which may be due or may become due to the contractor by the Rajasthan Co-operative

Dairy Federation Ltd. on any account whatsoever, and in the event of his security deposit

being reduced by reason of any such deduction or sale as aforesaid, the contractor shall

within ten days thereafter make good in cash endorsed as aforesaid any sum or sums

which may have been deducted from or raised by sale of his security deposit or any part

thereof.

2.12 No refund of tender fee is claimable for tenders not accepted or Forms returned or tenders not

submitted.

2.13 SPECIAL NOTES TO TENDERER

2.14 PRE BID CONFERENCE : Pre bid conference dates for the equipments are given in the NIT. The tenderers can seek any

clarifications in the Pre-bid conference on the tenders they intend to participate in, and so the

tenderers are advised to depute their authorised representative to attend the same, without fail.

3.0 SCOPE OF WORK.

The scope of work includes design, supply, installation, testing & commissioning of plant and

machinery, utilities as per list detailed below:-

Plant & Machineries

S.

No

Particulars Quantity

1.0 MILK RECEPTION

1.1 Chain can Conveyor with Can tripping bar (Powered) 1 Set

1.2 Dump Tank 1000 Kgs. 1 No.

1.3 Plateform balance 100 Kg. 1 No

2.0 SERVICE EQUIPMENTS 2.1 Complete Refrigeration Plant with Ice Bank system with suitable IBTs,

Ammonia Compressors, Condensers, Condenser Pumps, etc.

1 Set

2.2 Hot Water Generator 100000 KCAL/HR with accessories. 1 Set

3.0 ELECTRICAL

3.1 Complete electrical work consisting of HT & LT switch geares, panels

for 11 KVA 3 phase 50 Hz. AC Supply consisting of following. HT

1 Lot

Page 21: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

20

switch, LT panel with remote control panel having provision for

Refrigeration section, process section, External lighting, Internal

lighting, ETP, Pump House etc. 210 KVA Transformer (Star rating)

with accessories, Automatic power factor control panel with capacitor

bank, HT/LT cables, control panels, cables various size etc.

4.0 General :

4.1 DG Set 100 KVA with change over switch 1 Set

4.2 Work shop tools 1 Lot

4.3 Lab Equipments 1 Lot

4.4 ETP 50 KLPD package type 1 Lot

4.5 Erection & Commissioning Erection & commissioning of equipment

alongwith allied pipe lines i.e. (SS pipe line, SS Inline stainer, SS

valves and fittings, GI pipe line, MS pipe lines with required valves &

fittings, MS Pipe line HP / LP with insulation and steam valves)

1 Lot

Note:-

(5) The plant & machinery, utilities shall be supplied as per respective specification detailed at

Annexure -

(6) The tenderer should provide plant and machinery layout defining inter-connection of equipment

and flow of milk, water, steam etc.

(7) Following approvals are required from RCDF before fabrication of equipment and for the

execution of awarded work:- General arrangement drawing of the IBT coils, accumulator and

valves arrangement shall have to be got approved by the contractor before fabrication.

(8) Hot water generation system :

Hot water generation with chimney, R.O. system of suitable capacity, feed water tank, day oil

service tank, Diesel tank, Diesel pump (manual).

(5.) Complete electrical work :

Metering system, HT/LT panel with equipped with all safety control, ACBs/MCCB, transformers,

DG Set, APFC panel, HT & LT cables, cable tray.

(6) In addition to the standers mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union/RCDF :- j. Indian Electricity Act and rules framed there under.

k. Fire, Insurance and Regulations Act.

l. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity

Board.

m. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.

n. Regulations laid down under the Explosive Act.

o. Regulations as per Weight and Measure Act.

p. Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.

q. Bureau of Indian Standards

r. Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that

operation of the plant could be started as per rules and regulations from the day one after handing over

the plant. However, actual fee and other charges deposited with the government authorities will be

reimbursed to the Contractor after production of receipt.

Page 22: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

21

3.1 Supply :

The suppliers shall supply the material/articles in accordance with specifications

stipulated for the article in the tender at ANNEXURE –X.

3.1.1 Erection, Testing & Commissioning:

The tenders shall erect/install the equipment in accordance with the terms and

conditions/specifications stipulated in Schedules of the tender.

4.0 TURN – KEY CONTRACT This is a turn - key project. All necessary material which may be required for the successful completion of the project falls in the scope of the work. Cost of installation for any addition or deletion in quantities will be calculated based on the unit prices indicated. If any extra quantities of quoted items are needed then the tenderer shall supply those at the quoted unit price. If any extra item (s), not included in the tender but required for successful completion of the work, the same will be either supplied by the RCDF/Milk Union and erected by the tenderer or supplied and erected both by the tenderer at mutually agreed rates considering purchase price, taxes and handling charges etc. Necessary ESI/PF deductions, wherever applicable shall be borne by the tenderer.

The requisite approval from Chief Electrical Inspectorate, Government of Rajasthan must be obtained

by the tenderer and the actual payment shall be reimbursed by RCDF/Milk Union against production

of original documents.

The tenderers are required to give the price bid for all items section-wise in the same faction as of Part

– A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing &

commissioning as well the total cost.

In addition to the standards mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union/RCDF:-

a. Indian Electricity Act and rules framed there under.

b. Fire, Insurance and Regulations Act.

c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity

Board.

d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.

e. Regulations laid down under the Explosive Act.

f. Regulations as per Weight and Measure Act.

g. Pollution Control Board of Rajasthan.

h. Bureau of Indian Standards

i. Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that

operation of the plant could be started as per rules and regulations from the day one after handing over

the plant. However, actual fee and other charges deposited with the government authorities will be

reimbursed to the Contractor after production of receipt.

Page 23: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

22

5.0 BID PRICES

5.1 The price should be quoted on the basis of F.O.R. site inclusive of all taxes. All taxes are to be

built up in the financial bid part as on 07.12.2016 (Technical bid opening) and are to be shown

separately. Any addition/deletion/variation in taxation or future taxes leveled by the State or

Central Govt. beyond this date shall be born by RCDF/Concerned Unions. It should be absolutely

clear that any tax applicable as on 07.12.2016, but not considered by the tenderer while submitting

financial bid shall be deemed to have included in the rate offered by the tenderer.

The bidder shall quote for the total package of Design, Fabrication, Supply, Erection, Testing &

Commissioning on the Turn key basis. The prices quoted under different heads should be grouped

as under.

Supply - Including packing, forwarding, taxes & duties, freight, loading & unloading at site and

insurance etc. Detailed price break and list of equipment as given under Annexure – VI.

Erection & commissioning – Labour charges including service tax should be given for all the

equipment and the steel structure as per the list given under Annexure – VI.

Discount - If any should also be indicated separately. The bidders‟ separation of price components

as above will be solely for the purpose of facilitating the comparison of bids by the purchaser and

will not in any way limit the purchasers right to contract on any of the terms offered.

5.2 FIXED PRICE:

Prices quoted by the bidder shall be fixed during the bidder‟s performance of the contract and not subject to variation on any account.

5.3 PRICE OF SPARE PARTS:

All the bidders are required to submit the list of spares with rates. In case of bought out items a list

giving full particulars, including available sources and current prices, of all spare parts, special

tools, etc. which are necessary for the proper and continuing functioning of the plant for a period

of two years should be furnished. These prices should be valid, for acceptance by the purchaser

and placement of orders, for one year from the date of bid opening.

5.4 The prices thus quoted by firm, free from all escalations and valid for a period of 120 clear days

from the closing date of the tender.

5.5 All the tenderers should quote for supply of equipment in fully fabricated and assembled

condition.

5.6 BREAK – UP PRICES All the bidders shall furnish the cost separately for the supply and installation/commissioning

along with detailed cost break-up (item-wise), which will be applicable for progressive payments.

Items and works for which no break-up price is furnished by the bidder will not be paid for by the

purchaser when supplied/executed and shall be deemed covered by other break-up prices. Such

break up cost should be based on ex-works cost and percentage of ex-works cost should be

indicated separately for packing and forwarding, transportation, insurance and other incidental

charges, erection and commissioning on percentage basis for each item.

Page 24: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

23

5.7 Spare Parts :

The tenders shall submit a recommended list of spare parts alongwith the price valid for

one year for each items of the equipment which would be reasonable to anticipate as

necessary, to enable the equipment to be operated and maintained in a satisfactory

manner for a period of 24 calendar month from the date of commissioning.

5.7.1 The cost of spare parts will not be considered in evaluating the tenders.

5.7.2 The prices thus quoted for the spares should be valid for 12 calendar months from the

date of opening of the tender.

5.8 Sales Tax/ Entry Tax:

The Sales Tax, Entry Tax , Surcharge and any other type of taxes prevailing up to date of

submission of the rates must be included in the net rate. This however should be shown

separately, so that in the event of any subsequent change in these charges by the Government

(State or Central), the same will be considered for increase/decrease over the net rates.

Wherever possible C/D forms shall be issued to avail concessional rates of the Central/State Tax.

The Entry Tax, if applicable, should be included where the supplier belongs to outside Rajasthan

and Purchase Order/RAL placed on outside Rajasthan. The tenderer must also indicate the

details of Sales Tax Registration and the number allotted to them by Sales Tax authorities.

5.9 Octroi :

Octroi duty, if applicable at the destination shall be paid extra on all dispatches made from the

suppliers works/warehouses to the point of destination.

5.10 Excise Duty:

Excise duty or surcharge prevailing upto the date of submission of the rates must be included in

the net rate. This however, should be shown separately, so that in the event of any subsequent

change in these charges by the Government (State or Central), the same will be considered for

increase/decrease over the net rates. However, the increased excise duty due to change in slab on

higher turnover shall be payable by the tenderer.

5.11 Service Tax:

The Service Tax and Surcharge prevailing upto date of submission of the rates must be included

in the net rate. This however should be shown separately, so that in the event of any subsequent

change in these charges by the Government (State or Central), the same will be considered for

increase/decrease over the net rates.

5.12 Unloading charges at site – For supply order the price should exclude unloading charges.

However for installation contract the price must include these charges.

5.13 If the price for reasons of change in statutory taxes and duties by Government taking place

during the period of bid finalisation or during the normal delivery period envisaged in the

Purchase Order/Contract.

Page 25: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

24

(a) The material/equipment/machinery offered must be securely packed at the cost of the

suppliers to withstand tough handling enroute by road/rail/air. Packing should be

provided with protective lining to avoid damage to the surface of the packing and the

items packed inside.

(b) Marking :

Each package delivered under this tender shall be marked by the suppliers at their own

expenses. Such markings shall be distinct and should bear the following:

(i) Name of the supplier.

(ii) Details of the items in the package.

(iii) Weight gross, net and tare.

(iv) Name and address of the consignees as mentioned in the Purchase Order.

Marking shall be carried out with such a material as may be considered necessary as

regards quickness of drying, fastness and indelibility.

6.0 Insurance:-

The supplier shall arrange insurance coverage, according to the dispatch instructions

issued by Rajasthan Co-operative Dairy Federation Ltd., Jaipur and the supplier should

cover all dispatches. However, to avoid any complications that may arise at the time of

settlement of claims by the underwriters for the transit losses it is proposed that the

insurance coverage shall be arranged by the supplier as under:

(a) The insurance coverage shall have to be arranged commencing from their

warehouse/works to the warehouse of the buyer (All Transit risks).

(b) Suppliers are requested to take insurance with any Nationalised Insurance

Company.

(c) The cover provided by the insurance shall be in such amount so as to allow

complete replacement for any item lost or damaged.

7.0 Guarantee :-

The supply of equipment as well as installation, if entrusted shall have to be carried out

by the supplier to the entire satisfaction of the buyer. The supplier shall also guarantee to

repair/replace without any extra cost, the items or parts there of if found defective due to

defective design, workmanship or substandard material brought to the attention within 12

calendar months from the date of satisfactory commissioning or within 24 months from

the date of receipt of material at site, whichever is earlier. If it is necessary to send the

defective equipment or parts thereof for repair/replacement the cost of loading,

unloading, repacking and transportation from the site to works and back to site shall have

to be borne by the supplier. The guarantee however does not cover any damage resulting

from normal wear and tear or improper attendance or mishandling of the equipment by

the buyer/his authorised representatives.

The contractor shall have to guarantee the complete installation for satisfactory

performance for a minimum period of one year from the date of commissioning of the

plant. Any defect arising out of faulty erection/installation or use of substandard material

or workmanship shall have to be rectified by the contractor at his own cost.

Page 26: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

25

7.1 Warranty:

All the suppliers shall provide a warranty for a minimum period of 12 calendar months

from the date of commissioning of the equipment for the satisfactory performance of the

equipment supplied to the designed/rated/installed capacity or any other norms fixed by

the buyer. Also, they should provide a warranty for the period as stated above to the

effect that supplier shall alone be responsible for all the litigations/disputes/claims and

other legal complications that may arise in connection with the patent rights design rights

and the rights of ownership of the materials.

7.2 Right to operate & use unsatisfactory material or equipment :-

If after delivery, acceptance and installations and within the guarantee period, the

operation of use of materials or equipment proves to be unsatisfactory to the buyer, he

shall have the right to continue to operate or use such materials or equipment until

rectifications of defect, errors or omissions by repair or by partial replacement can be

made without interfering with the buyer‟s operation.

8.0 Technical information required with tenders :-

8.1 The tenderers have to mention clearly that the specification of the materials tendered are

strictly in adherence to the technical specifications stipulated in Schedule. In case of any

deviation, the tenderers shall have to mention the same in details.

8.2 Maximum outputs of machines are to be specified for information only.

8.3 Schematic drawings and technical literature of equipment tendered shall have to be

furnished.

8.4 Overall dimensions of the various equipment shall have to be mentioned in detail.

8.5 The total weights (in dry and working) of the various equipment/item shall have to be

stated clearly.

8.6 The safety interlocks/devices in the equipment shall have to be highlighted.

8.7 The consumptions and services requirements of various equipment shall have to be

detailed.

9.0 Commercial information required with tender :-

9.1 Brand Names:

If the supplier is quoting for spare parts, which is not manufactured by him, but he has

obtained the same from another manufacturer then he should state the name of the

manufacturer with address, brand name and catalogue number etc. and the spare parts

offered should conform to the same performance capability as that of the main item for

which it is meant.

Page 27: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

26

9.2 Terms of Payment :

Following terms of payment would be applicable to this order subject to supplier/

contractor having furnished security deposit for 5% of the F.O.R. order value for the due

fulfilment of this contract in form of cash/DD in accordance with the Clause No.2.11 of

the tender document. In case the contractor/supplier completes its contractual obligations

before 12 months the cash/DD deposit can be refunded before 12 months at the sole

discretion of RCDF before aforesaid period of 12 months.

9.2.1 For supply of equipment :-

30% of the ex-works order value (basic cost) shall be paid on acceptance of the order

subject to the supplier furnishing a Bank Guarantee valid for 12 calendar months from the

date of guarantee for an equivalent amount from a scheduled or Nationalised Bank in the

enclosed proforma given at Annexure-VIII. The Bank Guarantee can be released by

RCDF once the advance is fully recovered / adjusted. The execution of agreement in the

format at Annexure-VII is also a precondition for clearing advance.

60% (90% in case of the supplier/contractor who has not taken advance) after third party

inspection and quality verification at works, and on safe receipt of the equipment ordered

at site but not later than 45 days from the date of receipt of the equipment at site. The

third party for inspection and quality verification shall be appointed by the RCDF.

The 10% of the FOR site value shall be paid within 12 calendar months from the date of

commissioning or 24 months from the date of receipt of the same at site, whichever is

earlier. However the balance 10% will also be released, if so desired by the supplier,

provided the supplier furnishes a Bank Guarantee from a Scheduled or Nationalised Bank

for the 10% value valid for a period of 12 calendar months from the date of issue of Bank

Guarantee in the proforma enclosed given at ANNEXURE – IX.

9.2.2 For Erection :-

90% on submission of progressive bills duly certified by the authorised

representatives/Site Engineer of RCDF and balance 10% within 12 months from

satisfactory commissioning of the equipment. However, the balance 10% will also be

released, if so desired by the supplier, provided the supplier furnishes a Bank Guarantee

from a Scheduled or Nationalised Bank for the 10% value valid for a period of 12

calendar months from the date of issue of Bank Guarantee in the Performa enclosed.

10.0 Delivery Schedule of Items:- (a) Bidders should submit a detailed item wise delivery schedule keeping in view the

completion period of the contract. Such items shall be grouped under monthly delivery

schedule with total value of such items. This will facilitate for ensuring the cash flow

requirement for the project.

(b) The delivery time given in the contract is to be adhered to strictly. For this purpose

the supplier has to inform RCDF the progress made towards fabrication of the

items ordered from time to time during the delivery period. The supplier has to

maintain good progress of work during the delivery period so as to deliver the

items ordered in time. It is essential that RCDF is informed of the quantified

Page 28: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

27

progress made by the supplier by Registered Post once after 1/3rd

of delivery time

elapses and again after 2/3rd

of delivery time elapses. In case RCDF does not

receive such progress reports it will presume that the work has not been taken up

by the supplier in the right earnest and that RCDF in such a situation will be at

liberty to withdraw the work order and forfeit the earnest money as well as

security deposit simultaneously. The supplier is therefore advised strictly to follow

this essential condition of the contract.

(c) It may be noted that delay/time taken in release of advance payment whether for

reasons of supplier not furnishing the Bank Guarantee exactly in the Performa

given in this tender document or any other reasons whatsoever, will not affect the

delivery period. Similarly delay in execution of the agreement will also not affect

the delivery period. The tenderer is therefore advised to take note of this important

condition. The successful tenderer should therefore take immediate action for

execution of agreement and submission of bank guarantee of advance, if desired,

within 10 to 15 days of placement of purchase order. It normally takes 30 days to

release the advance, subject to submission of B.G. as per our format.

(d) In case of failure by supplier in making deliveries within the time specified, the

Rajasthan Co-operative Dairy Federation Ltd. may procure the materials supplies

and services from any other sources and hold the suppliers responsible for any

losses occurred thereby. Further the Rajasthan Co-operative Dairy Federation Ltd.

reserves the right to terminate the services of such suppliers in such case without

assigning any reasons thereof.

(e) In case supplier fails to supply machinery/equipment in delivery period, interest at

the rate of 19% per annum will be charged on the advance amount from the date

by which delivery fails due to the actual date of supply unless an extension in

delivery period is mutually agreed to by the supplier and RCDF.

11.0 Completion of work :

The entire job of “DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF

20 KLPD MILK CHILLING PLANT ALONGWITH UTILITIES ON TURN KEY BASIS”

AT GHARSANA DISTRICT SRIGANGANAGAR (RAJ.) is to be completed within 12

months from the date of issuing the work order.

It may be noted that delay/time taken in release of advance payment whether for reasons of

supplier not furnishing the Bank Guarantee exactly in the proforma given in this tender

document or any other reasons whatsoever, will not affect the completion period. Similarly

delay in execution of the agreement will also not affect the completion period. The tenderer is

therefore advised to take note of this important condition. The successful tenderer should

therefore take immediate action for execution of agreement and submission of bank guarantee

of advance, if desired, within 10 to 15 days of placement of purchase order.

In case of failure by contractor in completing the job within the time specified, the Rajasthan

Co-operative Dairy Federation Ltd. Will have liberty to get the job completed from any other

sources and hold the contractor responsible for any losses occurred thereby. Further the

Page 29: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

28

Rajasthan Co-operative Dairy Federation Ltd. reserves the right to terminate the services of

such contractor in such case without assigning any reasons thereof.

11.1 Compensation for delay :

Clause 1 : The time allowed for carrying out the work as entered in the tender shall be strictly

observed by the contractor and shall be reckoned from the 15th

day after the date of

written order to commence the work as given to the contractor. The work shall

throughout the stipulated period of the contract be proceeded with all due diligence, time

being deemed to be the essence of the contract on the part of the contractor and the

contractor shall pay as compensation an amount equal to half percent or such smaller

amount as the Managing Director, RCDF Ltd. (whose decision shall be final) may decide

on the tendered amount for every week that the work remains uncommenced or

unfinished after the proper date subject to a maximum of 5% of the net value of each item

of the accepted order which remains undelivered or partially delivered if the delivery has

not been made the order stands cancelled ten weeks after expiry of the stipulated delivery

unless the validity is extended in writing by the Rajasthan Co-operative Dairy Federation

Ltd.

And further to ensure good progress during the execution of work, the contractor

shall be bound in all cases in which the time allowed for any work exceeds one month

(save door special jobs) to complete 1/8th

of the whole of the work before ¼ th of the

whole time allowed under the contract has elapsed. The contractor shall further be bound

to carry out the work in accordance with the dates and quantities as may be given by

RCDF from time to time.

Clause 2 :-

The Managing Director, RCDF Ltd. may without prejudice to his right against the

contractor in respect of any delay or inferior workmanship or otherwise or any claims for

damage in respect of any breaches of the contract and without prejudice to any rights or

remedies under any provisions of this contract or otherwise and whether the date for

completion has or has not elapsed by notice in writing absolutely determine the contract

in any of the following cases :-

(i) If the contractor having been given by the Officer-in-charge or authorised

representative, a notice in writing to rectify, reconstruct or replace any defective

work or that the work is being performed in an inefficient or otherwise improper

or unworkman like manner shall omit to comply with the requirements of such

notice for a period of seven days thereafter or if the contractor shall delay or

suspend the execution of the work so that either in the judgment of the Officer-in-

charge or authorised Engineer (which shall be final and binding) he will be unable

to secure completion or he has already failed to complete the work by that date.

Page 30: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

29

(ii) If the contractor being a company shall pass a resolution or the court shall make an

order that the company shall be wound up or if a receiver or a manager on behalf

of a creditor shall be appointed or if circumstance shall arise which entitle the

court or creditor to appoint a receiver or a manager or which entitle the court to

make a winding up order.

(iii) If the contractor commits breach of any of the terms and conditions of the

contract.

(iv) If the contractor commits any acts mentioned in clause 19 hereof.

When the contractor has made himself liable for action under any of the cases aforesaid,

the Managing Director, Rajasthan Co-operative Dairy Federation Ltd. shall have powers:-

a. to determine or rescind the contract as aforesaid (of which termination or

rescission notice in writing to the contractor under the hand of the Managing

Director, RCDF Ltd. shall be conclusive evidence). Upon such determination or

rescission the full security deposit of the contractor calculated on the tendered

amount shall be liable to be forfeited and shall absolutely be at the disposal of

Rajasthan Co-operative Dairy Federation Ltd.

b. to employ labour paid by the Federation and to supply materials to carry out the

work or any part of the work debiting the contractor with the cost of the labour and

the price of the materials (of the amount of which cost and price certified by the

Officer-in-charge shall be final and conclusive) and crediting him with the value

of the work done in all respects in the same manner and at the same rates as if it

has been carried out by the contractor under the terms of his contract. The

certificate of the Officer-in-charge as to the value of work done shall be final and

conclusive against the contractor provided always that action under the sub-clause

shall only be taken after giving notice in writing to the contractor. Provided also

that if the expenses incurred by the Federation are less than the amount payable to

the contractor at his agreement rates, the difference shall not be payable to the

contractor.

c. after giving notice to the contractors on measure up the work of the contractor and

to take such part there of as shall be unexecuted out of his hands and to give it to

another contractor to complete in which case any expenses which may be incurred

in excess of the sum which would have been paid to the original contractor if the

whole work had been executed by him (of the amount of which excess, the

certificate in writing of the Officer-in-charge shall be final and conclusive) shall

be borne and paid by the original contractor and may be deducted from any money

due to him by Rajasthan Co-operative Dairy Federation Ltd. under this contract or

on any other account whatsoever or from his security deposit or the proceeds of

sales thereof or a sufficient part thereof as the case may be.

Page 31: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

30

In the event of any one or more of the above courses as may be deemed

best suited to the interest of the Federation being adopted by the Managing

Director, Rajasthan Co-operative Dairy Federation Ltd., the contractor shall have

no claim to compensation for any loss sustained by him by reason of his having

purchased or procured by him by reason of his having purchased or procured any

materials or entered into any engagements, or made any advances on account of or

with a view to execution of the work or the performance of the contract. And in

case action is taken under any of the provisions aforesaid, the contractor shall not

be entitled to recover or be paid any sum for any work there for actually

performed under this contract unless and until the Officer-in-charge has certified

in writing the performance of such work and the value payable in respect thereof

and he shall only be entitled to be paid the value as certified.

Contractor remains liable to pay compensation if action not taken under Clause 3.

Clause 3 :-

In any case in which any of the powers conferred by Clause 3 hereof shall have become

exercisable and the same shall have not been exercised, the non-exercise thereof shall not

constitute waiver of any of the conditions hereof, and such power shall notwithstanding

be exercisable in the event of any future case of default the contractor for which by any

clause or clauses hereof he is declared the contractor for which by any clause or clauses

hereof he is declared liable to pay compensation amounting to the whole of his security

deposit and the liability of the contractor for past and future compensation shall remain

unaffected.

11.0 Force Majeure Clause :-

The terms and conditions mutually agreed shall be subject to the Force Majeure Clause.

Neither the supplier nor the buyer shall be considered in default in performance of its

obligations hereunder, if such performance is prevented or delayed because of war,

hostilities, revolutions, civil commotion, strike, epidemic, accident, fire, wind, flood,

earthquake or because of any law, order, proclamation, regulation, or ordinance of any

Government or any act of God or any other cause whether of similar or dissimilar nature,

beyond the reasonable control of the party affected should one or both of the parties be

prevented from fulfilling his/their contractual obligations by a state of Force Majeure

lasting continuously for a period of six months, the two parties should consult with each

other regarding the future implementation of the agreement/purchase order.

12.0 Settlement of disputes :

In the event of any dispute in the interpretation of the terms of this agreement/ Purchase

Order or difference of opinion between the parties on any point in the Purchase Order

arising out of, or in connection with the agreement/accepted purchase order or with regard

Page 32: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

31

to performance of any obligations hereunder by the either party, the parties hereto shall use

their best efforts to settle such disputes or difference of opinion amicable by mutual

negotiations.

In case, no agreement is reached between the two parties in respect of or concerning any of

the provisions herein contained or arising out of this supply order/ tender/ agreement as to

the rights, liabilities or duties of the said parties hereunder or as to the recovery of any

amount, the same shall be referred to the Sole Arbitrator M.D., RCDF who in turn may

refer the dispute to any officer of RCDF for adjudication. The arbitration shall be in

accordance to the law of Arbitration & Conciliation Act, 1996. The decision of the Sole

Arbitrator shall be final and binding on both the parties.

All the disputes pertaining to the said contract / supply order / tender / agreement shall vest

to the jurisdiction of Courts at Jaipur.

13.0 Right of Acceptance :

The Rajasthan Co-operative Dairy Federation Ltd. does not pledge itself to accept the

lowest or any tender and reserves to itself the right to accept the whole or any part of the

tender or portion of the quantity offered. The tenderer is at liberty to tender for whole or

any portion or to state in the tender that the rates quoted shall apply only if the entire

quantity is taken from them.

14.0 Form of Tender Rate Quotation :

The form of tender rate quotation is given at Annexure-VI enclosed with Schedule–I.

16.0 IMPORTANT NOTES :

16.1 TIMELY DELIVERY, OF SPECIFIED QUALITY OF MATERIAL, PLANT &

MACHINERY SATISFYING ALL DESIGN AND FUNCTIONAL REQUIREMENTS

ORDERED, IS THE ESSENCE OF THE CONTRACT. THEREFORE, FAILURE TO

DELIVER IN TIME OR NOT CONFORMING TO PRESCRIBED PECIFICATIONS

& QUALITY WILL MAKE THE SUPPLIER LIABLE FOR BLACKLISTING THE

FIRM AND THEREBY DEBARRING THE SUPPLIER FROM PARTICIPATION IN

FUTURE TENDERS BY RCDF, MILK UNIONS & OTHER AFFILIATED UNITS. AS

FOR THE PRESENT CONTRACT PENALTIES, COMPENSATION AND OTHER

PROVISIONS AS GIVEN IN THE TENDER DOCUMENT SHALL BE INVOKED ON

FAILURE OF THE PARTY.

16.2 RCDF and milk unions shall have the fullest liberty to notify the defaulting firm to

Business/Trade Associations/Public Sector undertakings/autonomous bodies and the like about

the default and breach of contract committed by a firm giving out names of the partners of the

firm. A register is intended to be maintained for such defaulting firms and their partners.

16.3 RCDF will not consider the tender of such firms who has earlier been debarred/censured/black

listed or even those firms who have on their role key employees/ key executives/ proprietors/

partners of another already debarred/censured/ black listed firms in one or the other capacity.

16.4 All the tenderers without fail, should furnish full technical details about tendered project.

Page 33: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

32

17.0 The quantities mentioned in the tender are tentative and the actual quantities to be

procured may vary upward or downward suiting to the actual requirements.

18.0 Supplier will execute agreement on non-judicial stamp paper of Prescribed value before

30% advance can be released to him. Format of the agreement is given at Annexure-VII.

19.0 If the Managing Director shall at any time, and for any reasons whatever, think any

portion of the work should not be executed or should be withdrawn from the contractor

he may, by notice in writing to that effect, require the contractor not to execute the

portion of the work specified in the notice or may withdraw from the contractor the

portion of the work so specified and the contractor shall not be entitled to any

compensation by reason of such portion of the work having been executed by him, and

the value (i.e. cost at tendered rates) of the portion of work so omitted or withdrawn shall

in cases where the contractor has for any reason already received payment for it or in the

cases of lump-sum contracts be deducted from any sum them due or thereafter to become

due under the contract or otherwise against or from the security deposit or the proceeds of

sale thereof.

20.0 No term or condition in addition to those mentioned above will be agreed to.

Page 34: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

33

Additional General Terms and Conditions which shall form

an integral part of Purchase Order

1. INSPECTION :

The equipment under the purview of your supply should be inspected by your own

technical experts at your works and such inspection report should be forwarded to us in

triplicate alongwith dispatch documents. However, the RCDF, reserves its right of

inspection at any stage of fabrication manufacture of the equipment/material. The final

inspection if any case will be carried out at RCDF project site.

You should forward to us the test certificate, wherever applicable, obtained from the

concerned authorities/principal manufacturers either regarding quality or any other details

of the items utilised in the process of manufacture/fabrication.

2. DESPATCH INSTRUCTIONS :

The material are to be despatched to the project site by the mode of transport specified in

the order under intimation to us. Depending on the type of material, you shall have to

carryout proper packing/creating to avoid breakage in transit. Other details of despatch

such as marking, consignee a particulars etc. are given under clause No.4 of this purchase

order. For using any mode of transport other than the specified one prior concurrence

from us in writing should be obtained. All consignments should be despatched on freight

paid basis irrespective of price basis. In the event of freight paid basis irrespective of

price basis. In the event of freight payable by us, you shall have to obtain our prior

approval and produce necessary documentary evidence in support of your claims. Unless

otherwise stated, the original RR/LR should be sent by registered post directly to the

consignee alongwith a copy of invoice and two copies of delivery challan/packing list.

3. INSURANCE :

You shall have to arrange all transit risk insurance on warehouse basis for the items to be

supplied by you. In the cases, where orders are placed on ex-works basis, the premium

shall be paid by us at actuals to you against production of documentary evidence. In the

event of any damage to /loss of consignment in transit, it will be your responsibility to

lodge necessary claims with the cariers/underwriters and pursue them till settlement.

Since insurance policy will be taken in our name, if required, we shall give you necessary

authorisation letter, authorising you to lodge and pursue claims on your behalf with the

carriers/underwriters. Also you shall have to make good the losses/damages occurred in

transit by making replacement/payment to us in the first instance and if claims are settled

by the underwriters and any amounts are released by us, the amount thus realised in

settlement of claims shall be reimbursed to you.

In other words, the prime facie responsibility rests on you for getting compensation of the

damages/losses incurred if any, due to all transit hazards.

Page 35: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

34

In the case, when order is placed on „free delivery at site‟ basis, no insurance premium

will be paid by us. However, in such case also, all transit risk insurance policy must be

taken to safeguard your own interest and to protect the material against transit hazards.

4. DELIVERY CLAUSE :

The stipulated delivery time given in the order is the essence of this contract. You must,

therefore, strictly adhere to the delivery schedule mentioned in the order.

5. DEMURRAGE :

You shall bear and reimburse to useful demurrage charges, if any paid by reason of delay

on your part in forwarding the original despatch documents to destination given in the

purchase order.

6. REJECTION :

We reserve the right to reject the goods either in part or full if at the time of delivery, it is

noticed that the goods supplied do not conform to the specifications/description given in

the order. The rejection, if any, will intimated to you in writing within a reasonable time.

You will be liable to repair/replace the rejected goods within the stipulated time. Till the

repair/replacement is done, the rejected goods shall be lying at your risk, cost and

responsibility. If you do not arrange to repair/replace the rejected goods within a period

stipulated by us, we may dispose of such goods at your risk and in the manner which we

think fit. We shall be entitled to retain the incurred on storage, handling and disposal of

the rejected goods. We shall also be entitled to recover the expenses made by us on

storage land handling of such rejected goods till the goods are removed from our

premises/stores.

7. COMPENSATION FOR DELAY :

The accepted delivery schedule of supply and/or installation shall be governed by the

compensation for delay clause as given in the tender. Under the clause, if the delivery or

installation of the equipment is not made by the stipulated date, you shall have to pay a

penalty @ half percent the value of each item per week subject to a maximum of five

percent of the net value of the unexecuted part of the accepted order. Alternatively in the

event of non delivery of the materials or non completion of installation within the

stipulated time, we reserve the right to cancel the order and procure the material/get

installed from any other the order land the party.

Page 36: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

35

8.0 GUARANTEE :

The supply of equipment as well as installation, if entrusted, shall have to be carried out

by you to the entire satisfaction of RCDF.

You shall also guarantee to repair/replace without any extra cost, the items or parts

thereof, if found defective due to bad designing, workmanship or substandard material,

within 12 months from the date of commissioning or 24 months from the date of receipt

of material at site whichever is earlier. If it is necessary to send the defective equipment

or parts thereof to your works for repair/replacement, without forming any precedence

the cost of repacking, loading, unloading, transportation from the site to your works and

back to site shall have to be borne by you. The guarantee however, does not cover any

damage resulting from normal wear and tear or improper attendance or mishandling of

the equipment during repair by personnel other than the supplier or their authorised

agents.

9. WARRANTY :

You must provide a warranty for a minimum period of one year from the date of

commissioning of the equipment for satisfactory performance of the supplied equipment

according to the designed/rated/installed capacity or any other norms fixed by RCDF.

10. DRAWINGS, SPECIFICATIONS & MANUALS :

10.1 Prior to commencement of fabrication, you shall have to submit for our approval, two

sets of drawings of all the items ordered for supply showing overall dimensions with

typical sections, details of service connection and their requirement, details of drive units

etc. The drawing should also show a complete bill of material, wherever applicable.

10.2 Three copies of each operation and maintenance manuals and service instructions

alongwith the drawings showing details of part list, against each item of your supply

should be sent to us. You should also furnish us service requirements like water (hot

water, chilled water and main‟s water), electricity, lubricant air etc. for each equipment,

wherever applicable.

10.3 You shall provide a list of spare parts, which will be required for the plants and

equipments supplied by you for at least two years of normal operation with the names

and the addresses of the manufacturers from whom they can be procured. The list should

contain the code numbers of the parts, which are required to be procured in addition to

the machine number and model etc.

10.4 In case, any documents, drawings are supplied to you by RCDF the same must be treated

as confidential, must not be copies, reproduced, transmitted or disclosed otherwise in

whole or part, not duplicated, modified, divulged or discussed to any third party nor

misused in any other way without the consent of the RCDF in writing. All such

documents, and drawings shall be the property of RCDF and they must be returned to

RCDF after done with.

Page 37: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

36

11. SUBMISSION OF BILLS :

Bills in triplicate under registered post, stating therein our purchase order reference

alongwith necessary inspection certificates from your inspector in respect of the material

supplied and copies of despatch documents should be sent to our Head Office at Jaipur.

Unless otherwise state, the payment shall be made to you by Crossed Account Payee

Cheque by post according to the terms of payment mentioned in the Purchase Order.

12. CANCELLATION OF CONTRACT AND REFUND OF ADVANCES :

We shall be free to cancel our order in part or full, in the case of non-delivery of

material/non-completion of installation within the stipulated delivery period or breach of

any one of the clauses mentioned herein. Consequential losses, if any, on account of our

getting installation done or obtaining supplies from alternative sources besides payment

of higher price shall be recovered from you. In the event of cancellation of the order, you

will be liable to refund the advance amount, if any, to the RCDF in full. Suppliers will

have no right to forfeit the advance amount received by them.

13. SUB-CONTRACT :

In the event of awarding sub-contract to any of the parties by you for the

manufacture/supply/erection of any parts/spares/components that will be used in the

ordered equipment, you must furnish us details about your sub-contractors, their

experience, specification etc. The sub-contract can be awarded by you only after

obtaining written approval from us. In the event of sub-contract also the prime facie

responsibility rests on you regarding quality, quantity, guarantee/warranty of the

materials supplied by the sub-contractors.

14. FORCE MAJEURE CLAUSE :

The terms and conditions mutually agreed upon shall be subject to For Majeure Clause.

Neither the supplier nor the purchaser shall be considered in default in performance of its

obligations hereunder, if such performance is prevented or delayed because of war

hostilities, revolution, civil commotion, strike, epidemic, order, proclamation, regulation,

or ordinance of any Government or of any act of God or of any other cause whether of

similar or dissimilar nature, beyond the reasonable control of the party affected. Should

one or both the parties be prevented from fulfilling his/their contractual obligations by a

state of Force Majeure lasting continuously for a period of six months, the two parties

should consult each other regarding the future implementation of the contract.

15. ARBITRATION CLAUSE :

For settlement of any dispute arising out of this order, Jaipur shall be the jurisdiction

irrespective of any jurisdiction clause mentioned in your correspondence. The arbitration

proceedings shall be governed by the provisions of the Indian Arbitration & Conciliation

Act, 1996 and the rules made there under or any enactment or statutory modifications

thereof for the time being in force subject to condition No.13 of General Terms &

Conditions Schedule – I of the tender document.

Page 38: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

37

TERMS & CONDITIONS

FOR

ERECTION/TESTING/

COMMISSIONING

OF

20 KLPD Milk Chilling Plant&

MACHINERY

RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR

Phone No.0141-2702501-508/2702135 : Telefax: Fax : 2710209/2702135 Website : www.sarasmilkfed.rajasthan.gov.in

E-mail: [email protected]

Page 39: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

38

SCHEDULE-III

GENERAL TERMS AND CONDITIONS FOR ERECTION CONTRACT

1.0 Material drawings etc.

1.1 All goods or materials shall be erected/supplied under the scope of erection with the

specifications stated herein, and those covered under scope of work.

1.2 All goods or materials supplied or used shall be unused, new and of first quality. Where foreign

or partly foreign goods or material are to be used, this must be specifically stated and brought to

the notice of RCDF.

1.3 Wherever necessary or required by RCDF, the erector shall furnish the necessary test and/or

inspection certificate etc. from the appropriate authorities as per IBR, IER and other statutory

regulations at no extra cost.

1.4 All remarks, suggestions and modifications as suggested by the authorities mentioned in 1.3

above, shall be carried out by the erector to the entire satisfaction of the referred authorities and

no extra cost shall be payable in this regard to the erector by the RCDF.

1.5 The supplier shall furnish the necessary foundation drawings with all pertinent details for each of

the equipment under the purview of the supply alongwith the sets of drawings for approval.

2.0 Assigning & Subletting :

Assigning or subletting the contract shall not be done by the party unless written permission is

obtained from RCDF. Written permission if given shall not relieve erector from his obligations

under the contract and he shall take full responsibility for all the works carried out by the Sub-

vendor.

3.0 Purchaser’s comments :

Erector shall not be relieved of his obligations under the order including but not limited to his

warranty obligations stated herein merely by incorporating the purchaser‟s design and fabrication

comments on the goods hereunder.

4.0 Secrecy Clause :

4.1 The technical information, drawings, specifications and other related documents forming part of

purchase order are the property of Purchaser and shall not be used for any other purpose, except

for the execution of the order. All rights, including rights in the event of grant of a patent and

registration of designs are reserved. The technical information, drawings, specifications, records

and other documents shall not be copied, transcribed, traced or reproduced in any other form or

otherwise, in whole or part and/or duplicated, modified, divulged and/or disclosed to a third

party nor misused in any other form whatsoever without Owner‟s or his collaborators previous

consent in writing, except to the extent required for the execution of this order. This technical

information, drawings, specifications and other related documents shall be returned to owner

with all approved copies and duplicate, if any, immediately after they have been used for the

agreed purpose.

Page 40: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

39

4.2 In the event of any breach of this provision, erector shall indemnify the owner from any loss,

cost or damage or any other claim whatsoever from his collaborator and or any other parties

claiming from or through them or from any other party in respect of such a breach.

5.0 Scope of Contract for Erection :

The erection would comprise of positioning and installing all MILK DAIRY PROJECT,

miscellaneous and service equipments under the purview of his supply and those mentioned

herein as per the approved machinery layout drawings. The scope of mechanical erection

involves access preparation for moving of the plant and equipment including their fittings, from

the work site godown(s) or from the place within the site where they have been unloaded, to the

place of erection, decorating, placing on foundation wherever specified or required; erection of

pipes and connections of necessary services to the main or ancillary branch of the service lines,

but all within the battery limits, specified starting up and successful commissioning to get the

specified rated output for each equipment. The installation should be carried out as per the

drawing(s) submitted by the erector and approved by RCDF. Necessary Pipes fittings and valves

etc. for interconnecting the equipment would be installed by the erector and it would generally be

done according to the piping layout to be prepared by the erector and approved by RCDF. All the

serviced pipes, fittings and valves etc. shall be supplied and installed by the erector and this

should be carried out as per service piping drawings prepared by the erector and approved by

RCDF.

All necessary foundation bolts and their grouting on floor, walls, etc. as per the requirement, are

included in the scope of erection & installation. All the supply covered in this part shall be

governed by the same general terms and conditions given in the tender document against which

the offer was made. Further the specifications of the contract are intended to describe and

provide for a finished piece of work. They are intended to be complementary and what is equired

by either shall be as if required by all. It is to be understood and agreed by erector that the work

described shall be complete in every details even though every item necessarily involved is not

particularly mentioned herein. Erector shall be required to provide all Labour materials and

equipments necessary for the entire completion of the work describe and shall not avail himself

of any manifesting or unintentional error, omission or inconsistency that may exist. Erector shall

carry out and complete the work in every respect in accordance with the contract and accordance

with the directions and to the entire satisfaction of RCDF and the manufacture‟s representatives.

6.0 Engineer’s Instructions :

RCDF may in his absolute discretion, from time to time issue further drawings and/or written

instructions, details directions and explanations which are collectively referred to as „Engineer‟s

instructions‟ in regard to :

6.1 Any additional drawings and explanations to exhibit or illustrate details.

6.2 The variation or modifications of the design, quality or quantity of work or the additional or

omissions or substitutions of any works.]

6.3 Any discrepancy in the drawings or between the schedule of quantities and/or specifications.

Page 41: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

40

6.4 The removal from the site of any material brought thereon by erector and the substitution of any

other material thereof.

6.5 The removal and/or re-execution of any work executed by the erector.

6.6 The dismissal from the work of any persons employed thereupon.

6.7 The opening up for inspection of any work covered up.

6.8 The amending and making good of any defects.

7.0 Right of RCDF :

7.1 The various parts of the contract are intended to be complementary to each other but should any

discrepancy appear or any misunderstandings arises as to the interpretations of anything

contained therein, the explanation of RCDF shall be final and binding.

7.2 Right to direct work :

7.2.1 RCDF shall have the right to direct the manner in which all work under this contract shall be

conducted in so far as it may be necessary to secure the safe and proper progress and specified

quality of the work, all work shall be done and all materials shall be furnished to the satisfaction

and approval of RCDF.

7.2.2 Whenever, in the opinion of the RCDF, erector has made marked departures from the schedule

of the completion laid down in the agreement or when untoward circumstances force a such

departure from the said schedule, RCDF in order to assure the compliance with the schedule and

the provisions of the agreement, shall direct the order, pace and method of conducting the work,

which shall be adhered to by the erector.

7.2.3 If, in the judgment of RCDF, it become necessary at any time to accelerate the over all pace of

the plant erection work erector when, ordered and directed by RCDF shall cease work at any

particular point and transfer his men to such other point or points and execute such portion of his

work, as may be required, to enable RCDF to hasten and properly engage and carry on their

work, all directed by the RCDF.

7.2.4 Night work will be permitted only with prior approval of RCDF, RCDF may also direct erector

to operate extra shifts over and above normal day shift to ensure completion of contract as

scheduled or due to exigent circumstances, if in his opinion, such work is required.

7.3 Right to order Modifications of Methods & Equipment:

If at any time the erectors methods, materials or equipment appear to RCDF to be unsafe,

inefficient or inadequate for securing the safety of workmen or the public, the quality of work or

the rate of progress required, he may order erector to ensure their safety, and increase their

efficiency and adequacy and the erector shall promptly comply with such orders. If at any time

erectors working force and equipment are in the opinion of RCDF is inadequate for securing the

Page 42: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

41

necessary progress as herein stipulated erector shall if so directed increase the working force and

equipment to such an extent as to give reasonable assurance of compliance with the schedule of

completion. The absence of such demands from RCDF shall not relieve erector of his obligations

to secure the quality, the safe conducting of the work and the rate of progress required by the

contract the erector alone shall be and remain liable and responsible for the safety, efficiency and

adequacy of his methods, materials, working force and equipment, irrespective of whether or not

he makes any changes as a result or any order or orders received from RCDF.

8 Changes/ Variation in the work :

8.1 If it becomes necessary or desirable to modify the contract and the specifications therein

contained and the drawings, in a manner not materially affecting the substance thereof, or to

make changes by altering, adding to or deducting from the work, or to add correlated work not

now covered by the contract to the work to be done under his contract RCDF may, without

invalidating the contract, direct such changes increase the cost of work and payment therefore is

not covered by the prices bid for the various items, erector shall be reimbursed for such changes

under a supplementary contract. In case such changes shall diminish the cost of the work,

appropriate deductions towards such reduction in cost shall be made from the contract price.

8.2 Erector when requested in writing by RCDF shall perform extra work and furnish extra material

not covered by the specifications but forming an inseparable part of the work contracted for and

shall be paid extra for all such work at rates and terms mutually agreed upon.

8.3 Extra items, if any, shall be paid on the basis of vouchers of cost of materials and labour

procured by erector. Erector shall be paid 15% of the cost of material and labour towards his

profit, supervision and overhead charges.

8.4 Items not covered by the schedule of quantities but similar in nature to the items already covered

shall be paid for, the rates being worked out on the basis of rates quoted for similar items.

8.5 The purchaser shall make any variation of the form, quality or quantity of the works or any part

there of that may. In his opinion, be necessary and for that purpose, or if for any other reason it

shall, in his opinion be desirable, he shall have power to order the supplier to do and the supplier

shall do any of the following:

a. Increase or decrease the quantity of any work included in the contract,

b. Omit any such work, c. Change the character or quality or kind of any such work, d. Change the levels, lines, position and dimension of any part of the works, and e. Execute additional work of any kind necessary for the works and no such variation shall in

any way vitiate or invalidate the contract, but the value, if any, of all such variations shall be

taken into account in ascertaining the amount of the contract price. 8.6 The supplier shall make no such variations without an order in writing of the purchaser.

8.7 Provided that no order in writing shall be required for increase or decrease in the quantity of

any work where such increase or decrease is not the result of an order given under this clause,

butis the result of an order given under this clause, but is the result of the quantities exceeding

Page 43: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

42

or being less than those stated in the contract/bill of quantities. Provided also that if for any

such order verbally, the supplier shall comply with such verbal order given by the purchaser,

whether before or after the carrying out of the order, shall be deemed to be an order in writing

within the meaning of this clause. Provided further that if the supplier shall within seven days

confirm in writing to the purchaser and in writing within 14 days, it shall be deemed to be an

order in writing by the purchaser.

8.8 All extra or additional work done or work omitted by order of the purchaser shall be valued at

the rates and prices set out in the contract if in the opinion of the purchaser, the same shall be

applicable. If the contract does not contain any rates or prices applicable to the extra or

additional work, then suitable rates or prices shall be agreed upon between the purchaser and

the supplier. In the event of disagreement the purchaser shall fix such rates or prices as shall, in

his opinion, be reasonable and proper.

8.9 Provided that if the nature or amount of any omission or addition relative to the nature or

amount of the whole of the works or to any part thereof shall be such that, in the opinion of the

contract for any item of the works, is by reason of such omission or addition, rendered

unreasonable or inapplicable, then a suitable rate or price shall be agreed upon between the

purchaser and the supplier. In the event of disagreement the purchaser shall fix such other rate

or price as shall, in his opinion, be reasonable and proper having regard to the circumstances.

8.10 Provided also that no increase or decrease mentioned above or variation of rate or price shall be

made unless, as soon after the date of the order as is practicable and, in the case of extra or

additional work before the commencement of the work or as soon thereafter as is practicable,

notice shall have been given in writing:

a. By the supplier to the purchaser of his intension to claim extra payment or a varied rate or

price, or b. By the purchaser to the supplier of is intension to vary a rate or price.

8.11 If, on certified completion of the whole of the works, it shall be found that a reduction or

increase greater than 15 percent of the sum named in the letter of acceptance results from the

aggregate effect of all variation orders but not from any other cause, the amount of the contract

price shall be adjusted by such sum as may be greed between the supplier and the purchaser or,

failing agreement, fixed by the purchaser having regard to all material and relevant factors,

including the suppliers site and general overhead costs of the contract.

8.12 The supplier shall send to the purchasers representative once in every month an account giving

particulars, as full and detailed as possible, of all claims for any additional payment to which

ordered by the supplier may consider himself entitled and of all extra or additional work

ordered by the purchaser which he has executed during the preceding month.

8.13 No final or interim claim for payment for any such work or expense will be considered which

has not been included in such particulars. Provided always that the purchaser shall be entitled

to authorize payment to be made for any such work or expense, notwithstanding the suppliers

failure to comply with this condition, if the supplier has, at the earliest practicable opportunity,

notified the purchaser in writing that he intends to make a claim for such work.

Page 44: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

43

8.14 The work shall be carried out as approved by the purchaser or his authorized representative/s

from time to time, keeping in view the overall schedule of completion of the project. The

suppliers job schedule must not disturb or interfere with purchasers or the other suppliers

schedules of day-to-day work. The purchaser will provide all reasonable assistance for

carrying out the jobs.

8.15 Night work will be permitted only with prior approval of the purchaser. The purchaser may

also direct the supplier to operate extra shifts over and above per schedule. Adequate lighting

wherever required should be provided by the supplier at no extra cost. The supplier should

employ qualified electricians and wiremen for these facilities.

8.16 In-case of suppliers failure to provide these facilities. in case of suppliers failure to provide

these facilities and personnel, the purchaser has the right to arrange such facilities and

personnel and to change the cost thereof to the supplier.

8.17 In order to enable the purchaser to arrange for insurance of all items received at the site

including the items of supply covered under this contract, the supplier shall furnish necessary

details of all the equipment immediately on its receipt at site, to the purchaser. Any default on

the part of the supplier due to which any item does not get covered under the insurance of the

purchaser; the consequential losses shall be charged to the supplier.

8.18 The purchaser shall not be liable for or in respect of any damages or compensation payable at

law in respect or in consequence of any accident or injury to any workman or other person in

the employment of the supplier or any sub-supplier, save and except an accident or injury

resulting from any act or default of the purchaser, his agents, servants. The supplier shall

indemnify and keep indemnified the purchaser against all such damages and compensation,

save and except as aforesaid and against all claims, proceedings, costs, charges and expenses

whatsoever in respect thereof or in relation thereto.

8.19 The supplier shall ensure against such liability with as insurer during the whole of the time

that any persons are employed by him on the works shall, when required, produced to the

purchaser or purchasers representative such policy of insurance and the receipt for payment of

the current premium. Provided always that, in respect of any persons employed by any sub-

supplier, the suppliers obligations to ensure as aforesaid under this sub-clause shall be satisfied

if the sub-supplier shall have insured against the liability in respect of such persons in such

manner that the purchaser is indemnified under the policy, but the supplier shall require such

sub-supplier to produce to the purchaser or purchasers representatives, when required such

policy of insurance and the receipt for the payment of the current premium

8.20 Whenever proper execution of the work under the contract depends on the jobs carried out by

some other supplier, the supplier should inspect all such erection and installation jobs and

report to the purchaser regarding any defects or discrepancies. The suppliers failure to do so

shall constitute as acceptance of the other suppliers installation/jobs as fit and proper for

reception of suppliers works except those defects which may develop after execution. Supplier

should also report any discrepancy between the executed work and the drawings. The supplier

shall extend all necessary help/cooperation to other suppliers working at the site in the interest

of the work.

Page 45: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

44

8.21 Supplier shall carryout final adjustments of foundations, leveling and dressing of foundation

surfaces, bedding and grouting of anchor bolts, bedplates etc. required for seating of

equipment in proper position. The supplier shall be responsible for the reference lines and

proper alignment of the equipment. However, all civil works like making cutouts in walls,

floors and ceilings for pipelines shall be done by the purchaser. Adjustment & leveling are to

be carried out by the supplier at no extra cost. The purchaser shall arrange the necessary

refilling/repairs of these cutouts and pockets. The supplier should arrange for laying the

supports, cutouts, grouting of bolts, etc. when the civil works are in progress, so as to avoid

refilling/repair works. The purchaser at suppliers costs shall make the damages occurring to

civil and other works good. For fixing of piping/equipment supports on wall/beams/roof floor

etc. preferably anchor bolts shall be used by the supplier. Drilling of holes for fixing anchor

bolts is in the scope of supplier without any extra cost.

8.22 The supplier shall keep a check on deliveries of the equipment covered in the scope of erection

work and shall advise the purchaser well in advance regarding possible hold-up in suppliers

work due to the likely delay in delivery of such equipment/components to enable him to take

remedial actions.

DUTIES OF THE SUPPLIER VIS-À-VIS THE PURCHASER.

The equipment and the items, if any, to be supplied by the purchaser for erection, testing and

commissioning shall be as listed in the contract.

Besides the utilities/services as specified in battery limits the following assistance/facilities

shall also be provided to the supplier by the purchaser for carrying out the installation work.

Plant building ready for installation of equipment/items.

Necessary temporary water for carrying out the installation shall be supplied at only one point

within the project site by the purchaser free of charge. All necessary distribution tapings from

this point onwards shall be the suppliers responsibility.

Necessary temporary power is provided by the purchaser, the recovery @1% of total

installation charges will be recovered. However, the supplier shall supply all the items such as

energy meter, switchgear etc. required for getting temporary power.

The details of temporary water and power requirements shall be furnished seven days in

advance by the supplier to enable the purchaser to make timely arrangement.

If the supplier suffers delay and/or incurs costs from failure on the part of the purchaser to give

possession of the civil works in accordance with mutually agreed schedule, the purchaser shall

determine:

Any extension of time to which the supplier is entitled under the contract

The amount of such costs, which shall be added to the contract price, and shall notify the

supplier accordingly.

9 Erector’s functions :

Page 46: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

45

9.1 Erector shall provide everything necessary for the proper execution of the works, according to

the patent and meaning of the drawings, schedule of quantities and specifications taken together

whether the same may or may not be particularly shown or described therein provided that the

same can reasonably be inferred there from and if the erector finds any discrepancy therein, he

shall immediately and in writing refer the same to RCDF where decision shall be final and

binding on all the parties.

9.2 It is not expected that the work under contract will be subcontracted. However, in case erector

desires to subcontract a part of the work in the interest of the project, he shall request in writing

to RCDF for approval for the same giving full and complete details regarding the proposed

subcontractor, his experience and the terms of subcontract. Approval from RCDF for

subcontracting part of the work shall not relieve the erector from any of his obligations and

responsibilities under this contract.

9.3 Erector shall proceed with the work to be performed under this contract and each and every part

and details thereof, in the best and most workman like manner by engaging qualified, careful and

efficient workers, and do the several parts thereof at such time and in such order as RCDF may

direct and finish such work in strict conformance with the plans, drawing and/or specifications,

and any changes, modifications thereof made by RCDF.

9.4 The supplier shall provide everything necessary for proper execution of the works, according to

the drawings, schedule of quantities and specifications taken together whether the same may or

may not be particularly shown or described therein, provided that the same can reasonably be

inferred there from and if the supplier finds any discrepancy therein, supplier shall immediately

refer the same to the purchaser whose decision shall be final and binding on the supplier.

9.5 The supplier shall proceed with the work to be performed under this contract in the best and

workman like manner by engaging qualified and efficient workers and finish the work in strict

conformance with the drawings and specifications and any changes/modifications thereof made

by the purchaser.

9.6 Any work is to be done at place other than the site of the works erector shall obtain the written

permission of RCDF for doing so.

10 Unloading, Inspection & Storing :

10.1 Erector shall promptly unload from the carriers all the materials/equipment covered under this

contract. It is the erectors sole responsibility to keep in touch with the RCDF and others to

inform himself on the expected date and time or arrival of carriers at site and ensure that his men

aids are available in time to unload the material/equipment and promptly release the carriers.

Any demurrage charges incurred due to the delay in unloading the materials/equipment and

releasing the carriers shall be changed to the erector‟s account. Erector shall plan in advance his

requirements of jacks, cranes, sleepers etc. including those not specified here in but required to

unload the material/equipment promptly and efficiently.

10.2 Unless excluded in the specifications, erector shall safety transport the material/equipment to the

storage area and store the same in systematic manner with tags for easy identification and

Page 47: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

46

retrieval. He shall also maintain all required stores records and furnish all required reports. If in

the opinion of RCDF the erector is not taking any action to unload and transport the material to

site. RCDF reserves the right to arrange for the same through alternative agencies, entirely at the

cost of the erector. It is further clarified that even in the event RCDF arranges for the unloading,

transportation storage space etc. under the circumstances described above, the liability and

responsibility will rest with the erector.

10.3 All materials and equipment received at site, before erector arrives at site, shall be unloaded and

stored by RCDF at the risk responsibility and cost of the erector. These materials shall be handed

over to the erector and there upon the erector shall inspect the same and furnish the receipt to the

RCDF. The protection safety and security of the material so taken over shall be the responsibility

of the erector until it is handed over to the RCDF after erection and/or commissioning. Any and

all the material/equipment covered under the scope of this contract, received at site after erector

arrives at a site shall be unpacked, inspected and checked and against invoices by the erector. He

shall furnish shortage and damages reports to RCDF within a week of the receipt of material and

assist the RCDF in lodging claims with the Insurance Companies. In case RCDF incurs a loss

due to the delay in lodging insurance claims, which are attributable to erector all such losses

shall be deducted from erector‟s bills. Erector shall repack materials/equipments as required and

store the same in an orderly manner.

10.4 Erector shall also inform RCDF in right time regarding the repairs/replacement required towards

the items damages/lost in order to enable the RCDF to arrange for repairs/replacement well in

time and avoid delays due to non availability of equipment and part at the time of their actual

need.

10.5 Erector shall arrange for periodical inspection of material equipment in his custody until taken

over by the RCDF and shall carry out all protective and preservative measures thereupon.

10.6 Erector shall also keep a check on the deliveries of the equipment/material covered in his scope

of erection and shall advise RCDF well in advance regarding possible hod ups in his work due to

expected delays in delivery of equipment, to enable RCDF to expedite the deliveries and take

other remedial action.

11 Other Contractors/Erector’s Work :

If any part of Erector‟s work depends, for proper execution, upon the work of any other erector,

the erector shall inspect and promptly report to RCDF any defect in such work of other

contractors that render it unsuitable for use. Failure to do so shall be deemed as an acceptance of

the other erector‟s work as fit and proper for the erection of his work except as to defects which

may develop in the work of other contractors after the proper execution of the work. To ensure

proper execution of his subsequent work, erector shall measure work already in place and shall at

once report to RCDF and discrepancy between the executed work and the drawings.

12 Supply of Tools, Tackles & Materials :

12.1 For full completion of the work, erector shall at his own expense furnish all necessary erection

tools, machine tools, power tools, tackles, hoists, cranes, derricks, cables, slings, skids

scaffolding work benches, tools for rigging, cribbing and blocking, welding machines and all

other associated protective equipment, instruments, appliances, materials and supplies required

for unloading, transporting, storing, erecting, testing and commissioning all the equipment of the

Page 48: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

47

plant that may be required to accomplish the work under the contract unless otherwise provided

for. Adequacy of such tools will be subject to final determination by RCDF.

12.2 Erector shall also furnish all necessary expandable device like anchors, grinding and abrasive

wheels, raw plugs hacksaw blades, tape, dyes, drills, reamers, chisels, files carborundum stones,

oil stones, wire brushes, necessary bamboo scaffolding, ladders wooden planks timers, sleeper

and consumable material like oxygen, acetylene, argon, lubricating, oils, greases, cleaning fluids,

welding rods cylinder oils, graphite powder and flakes fasteners, gaskets temporary supports

stainless steel shims of various thickness as required, cotton waste, cheese cloth and all other

miscellaneous supplies of every kind not necessarily listed above but required for carrying out

the work under contract.

12.3 Erector shall provide all reasonable facilities including tools personnel etc. and ensure

coordination with RCDF and erection supervisors of other equipment suppliers to enable them to

carry out all supervision measurements checks etc. in a satisfactory manner.

12.4 Erector shall not dispose off transport or withdraw any tools, tackles, equipments and material

provided by him for the execution of the work without taking prior written approval from RCDF

at all times shall have right to refuse permission for disposal, transport or withdraw all of tools,

tackles, equipment and material which in the opinion of RCDF will adversely affect the efficient

and expeditious completion of the project.

12.5 Machinery Foundation :

All the civil foundations as per the drawings furnished by the manufactures/suppliers shall be

arranged by RCDF. The erector shall place the equipment on the foundations and carry out final

adjustment of the foundations alignment dressing of foundation surface, providing and grouting

of anchor bolts pockets etc. and set the equipment properly as per approved layout drawing and

manufacture instructions.

12.6 Structural Platform :

Supply of all necessary materials and installation of structural platforms, structural supports and

access arrangement required for the various equipment is included within the scope of

mechanical installation and should be so carried out that all operation can be easily manoeuvred.

The details and drawings in regard of the platforms shall be worked out/prepared by the erector

and submitted to the RCDF for approval. The items should be executed as per the approval

details drawing. The payment will be made on the basis of cost per unit weight as offered by

erector and accepted by RCDF.

13 For Erection & Commissioning :

The erector will be required to take a „storage-cum-erection‟ insurance for the items to be erected

and commissioned by him. For this insurance premium shall however be reimbursed to him by

the buyer. In case, the erector is not able to arrange insurance at reasonable rates acceptable to

the buyer, the buyer shall arrange the same on behalf of the erector. However, in the event of any

loss/damage to the equipment during storage or erection and commissioning, the erector alone

shall have to lodge the claims with underwriters and pursue the same till settlement irrespective

Page 49: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

48

of the fact whether the insurance policy is taken by the erector or arranged by the buyer on his

behalf. Further, it shall be sole responsibility of the erector to make good the losses/damages

expeditiously without any extra cost to the buyer.

14. All the equipment/machineries including motors, pumps, starters, junction boxes, isolators, and

boxes, tanks supporting structures, pipe supports and brackets of MS, GI, Pipes which are not

insulated and all exposed and visible cost Iron parts shall be given a double coat of anticorrosive

primers. MS and GI parts (within the building) should be given a final coat of paint of approved

shade. However, if so instructed by RCDF in respect of certain particular items/equipments, the

erect should touch up breaches in the paintings. All surfaces must be properly cleaned and all

scale, dirt and grease should be removed prior to painting. Spray painting must preferably be

used on all the equipment, machineries and wherever else practicable. Suitable and necessary

cleaning/wiping of slight/dial glasses, other non-metallic parts, flooring, walls and other surfaces

which have been spoiled by paint during painting must also be carried out by the erector.

Lettering and other markings, including capacity and flow direction markings, shall also be

carried out by the tenderer on the tanks, pipe lines, starters, motors, isolators and wherever else

necessary as directed and as per the standard practice of installation. The scope of paining

includes a double steel primer under coat and a top coat of paint of approved shade and quality,

wherever possible ISI colour codes and colour charts must be adhered to. However, the final

colour code shall have to be got approved from RCDF and any changes suggested thereby should

be carried out.

15.0 Cleaning Chemicals & Lubricants :

The necessary quantities of cleaning chemicals, make-up lubricants, etc. required for the

installation, commissioning, testing and start-up all the equipments are to be supplied by the

erector free of cost.

16.0 Access preparation :

In case access preparation is required to be made for shifting the equipment the erector shall

bring to the notice of RCDF, the quantity of work involved for making such a preparation.

Consequently RCDF would review the matter in consultation with the erector and decide the

course of action.

17.0 Setting put works, lines & Grades :

17.1 Building, foundation and other civil works shall be provided by RCDF unless indicated

otherwise. Erector shall carry out all adjustments of foundations, levels, dressing of foundation

surfaces, bedding and grouting of anchor bolts and bed plate etc. as may be required for seating

of the equipment in proper position. Erector shall be responsible for obtaining correct reference

lines for purposes of fixing the alignment of various equipments from master bench marks

furnished by RCDF. Any minor alternation required in rectifying the anchor bolts pockets,

anchor bolts, etc. shall be carried out by erector at no extra cost. The erector shall supply all the

necessary foundation and anchor bolts, bed plates etc. without any extra cost.

17.2 Erector shall supply, fix and maintain at his cost during the execution of any work, all the

necessary centring, scaffolding, staging, planking, timbering, strutting, shorting pumping,

fencing boarding guarding and lighting by night as well as by day, required not only for the

Page 50: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

49

proper execution and protection of the said work, but also for the protection of the pumping

station and of the safety of any adjacent roads, streets, cellars, vaults ovens, walls, houses,

buildings and all other erections, matters or things. Erector shall take out and remove any or all

such centring, scaffolding, staging, planking timbering, strutting, shorting etc. as occasion shall

require or when ordered to do so and shall fully reinstalled and make good all matters and things

disturbed during execution of the work, to the satisfaction of RCDF. Erector shall be paid no

additional amount for the above.

18.0 Erection & Inspection :

18.1 Erector shall prepare a detailed and comprehensive erection schedule for review and approval of

RCDF‟s site Engineer and supplier‟s erection supervisors. This „Approved‟ erection schedule

shall form the basis for evaluating the pace of all the erection works to be performed by erector.

18.2 The schedule shall show approximately the date on which each part of divisions of the work is

expected to begin based on his knowledge of the works of the other contractors and the date

when the work is schedules to be finished. Upon the request of RCDF erector should be prepared

to discuss his schedule in relation to the master schedule and shall co-ordinate his work with that

of the other erectors/contractors as determined by RCDF.

18.3 The work so far as it is carried out on RCDF‟s promised shall be carried out at such time as

RCDF may approve consistent with the construction schedule and so as not to interfere

unnecessarily with the conduct of RCDF‟s business and RCDF will give erector all reasonable

assistance for carrying out the work.

18.4 Erector shall revise and up date his erection schedule periodically (atleast once every calendar

month) to indicate actual progress of works, in relation to scheduled progress. Erector shall also

submit monthly progress reports indicating progress work giving scheduled and actual

percentage completions, causes for delay etc. as well as such other reasonable reports RCDF may

request from time to time.

18.5 Adherence to the instructions of supervisory engineers of manufacturers, where provided by

RCDF is compulsory. Erector shall work as per the procedure suggested by manufacturer and

shall complete erection of equipment in such a way so as not to interfere with or prevent

equipment from functioning as intended, as well as to the entire satisfaction of the

manufacturer‟s supervisor/RCDF. Erector shall also permit and provide all facilities for

manufacturer‟s erection super visors to carry out all checks that they may wish to and approve

any erection procedure and/or final setting and alignment of components, in order to satisfy

themselves that erection has been carried out as intended by them. This shall, however, in no

way relieve erector of his responsibility for providing adequate and competent supervision and

quality workmanship. In case of any dispute, the decision of the RCDF/Manufacturer‟s erection

supervisor shall be final and binding on the erector.

18.6 Erector shall haul materials and equipment furnished at RCDF‟s storage or unloading areas to the

points where they are to be used, in the construction work, install the materials and equipment in

their final location and classify and store all surplus and auxiliary parts in a systematic manner in

the warehouse, where they can be readily identified and located when needed at a later date.

Page 51: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

50

18.7 In the execution of the work no person other than erector or his duly appointed representatives,

his subcontractors and their workman shall be allowed to do work at the site except by the

special permission, in writing of RCDF or their representatives, but access to everywhere in the

site at all times shall be accorded to RCDF and their representatives and other authorized

officials and statutory public authorities. Nevertheless, erector shall not object to the execution of

the work by other erector/contractor or tradesman whose names shall have been previously

communicated in every facility for the execution of their several functions simultaneously with

his own.

18.8 Erector shall carry out the required „minor modification work‟ at site as required to efficiently

complete the work covered in this contract at no extra cost over his contracted sum. However

„minor modifications‟ shall not involve more than 24 man hours per each item of such work.

However, in case of „major modifications‟ which are required to be done on the equipment, for

no fault of erector he shall be compensated on the basis of man day rates. It is the responsibility

of the erector to get the prior approval for such „major modifications work‟ from RCDF before

such works are taken up. Erector shall also get the estimates and the actual time sheets certified

by RCDF and these certified time sheets will be the basis for processing his bills for the „Major

modifications‟.

18.9 If the work or any portion thereof shall be damaged in any way excepting by the acts of RCDF,

or if defects not readily detected on prior inspection and which shall develop before the final

completion and acceptance of the whole work, erector shall forthwith make good, without

compensation, such damage or defects in a manner satisfactory to RCDF. In no case shall

defective or imperfect work will be retained.

18.10 Erector at all times shall work in co-ordination with RCDF‟s engineering staff and after them all

reasonable facilities to become familiar with the erection, operation and maintenance of the

equipments.

18.11 In respect of observation of local rules, administrative orders, working staff and the like, erector

and his personnel shall co-operate with the RCDF.

18.12 Erector shall not sell, assign, mortgage, hypothecate or remove equipment or materials which

have been installed or which may be necessary for the completion of the contract without the

consent of RCDF in writing.

18.13 Inspection of work : RCDF of any person appointed by them shall have access and right to inspect the work, or any

part thereof at all times and places during the progress of the work. The inspection and

supervision is for the purpose of assuring RCDF that the plans and specifications are being

properly executed and while RCDF and their representatives will extend to the erector all desired

assistance in interpreting the plan and specifications, such assistance shall not relieve erector of

any responsibility for the work. Any work which proves faulty shall be corrected by erector

without delay. The fact that RCDF or their representatives have not pointed out faulty work or

work which is not in accordance with plans and specifications shall not relieve the erector from

correcting such work as directed by RCDF without additional compensation. RCDF their

representatives and the employees shall at all reasonable times have free access to the works

and/or to the workshop factories or other places where materials are being prepared or

Page 52: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

51

constructed or fabricated for the contract and also to any place where the materials are lying or

from where they are being obtained and erector shall give every facility to RCDF and his

representative for inspection examination and test of the materials and workmanship even to the

extent of discontinuing portion of the work temporarily or of uncovering or taking down portion

of finished work.

19.0 Protection to Plant :

19.1 Except in case where RCDF‟s express permission, is applied for and received in writing no use

of RCDF‟s plant facilities such as cranes, passenger elevator, toilets showers or machine shop

etc. shall be made by erector or his employees.

19.2 RCDF shall not be responsible or held liable for any damage to person or properly consequent

upon the use, misuse or failure of any construction tools and equipment used by erector of any of

his subcontractors, even though such constructions tools and equipment may be furnished rented

or loaned to erector or any of this contractors. The acceptance and/or use of any such

constructions tools and equipment by erector or his subcontractor shall be constructed to mean

that erector accepts all responsibility for and agrees to indemnify and save harmless RCDF from

any and all claims for said damages resulting from said use, misuse or failure of such

construction tools and equipments.

19.3 Erector and his subcontractors shall be responsible during work for protection of the work which

has been completed by other contractors/suppliers. Necessary care shall be taken to see that no

damage to the same is caused by his own men during the course of execution of their work.

19.4 All other work completed or in progress as well as machinery and equipment that are liable to be

damaged by erector‟s work shall be protected by erector and such protection shall remain and be

maintained until its removal is directed by RCDF.

19.5 Erector shall effectively protect all the works from action of weather and from damages or

defacement and shall cover finished parts wherever required for their through protection. Face

work shall be perfectly clean and free from defects.

19.6 The work shall be carried out to completion without damage to any work and properly adjacent

to the area of his work to whom so ever it may belong, without interference with the operation

of their existing machines or equipment.

19.7 Adequate lighting at and near all the shortage, handling, fabrication, preassembly and erection

sites for properly carrying out the work and for safety and security shall be provided by erector.

Erector should adequately light the work area during night time also. Erector should also engage

adequate electricians/wireman, helpers etc. to carry out and maintain these lighting facilities.

RCDF may provide such facilities as he may deem necessary and charge the cost thereof to the

erector. In any case, erector shall be liable for all damages and consequences arising out of his

neglect in this regard.

20.0 Clean up of work site

Page 53: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

52

20.1 All soils, filth or other matter of an offensive nature taken out of any trench, sewer, drain,

cesspool or other place shall not be deposited on the surface, but shall at once be carted away

by the erector from the site of work for suitable and proper disposal.

20.2 Erector shall not store or place the equipment, materials or erection tools on the drive ways and

streets and shall take care that his work in no way restricts or impedes traffic or passage of men

and material. During erection, erector shall, without any additional payment, at all times, keep

the working and storage area used by him free from accumulation of dust or combustile material,

waste materials or rubbish, to avoid fire hazards and hindrance to other works, of RCDF.

20.3 If erector fails to comply with these requirements inspite of written instructions from RCDF,

RCDF will proceed to clear these areas and the expenses incurred by the RCDF in this regard

shall be payable by erector. Erector shall remove or dispose off in a satisfactory manner all

scaffoldings, temporary structures, waste and debris and leave the premised in a conditions

satisfactory to RCDF. Any packing materials received with the equipment shall remain as the

property of RCDF and may be used by erector on payment of standard charges to RCDF and

with prior approval of RCDF. At the completion of his work and before final payment, erector

shall remove and shall restore the site to a neat workman like conditions, at his cost.

21.0 Erector’s Personnel :

Erector shall function as on erection organisation and furnish adequate courteous and competent

labour (unskilled, semiskilled and skilled, watchman, supervisors, and engineers of all classes for

the duration of the work to maintain the rate of erection in accordance with the requirement of

the schedule of completion, and shall be in the work included in the contract at such times as will

ensure its completion as specified and shall complete the same force of all lines and charged, at

or before the time specified for completion. Erector shall make available qualified engineers for

placing the equipment in operation and carrying out the necessary tests and trials. Conducts

required of erector‟s men are specified below :

21.1 It is important that erector shall employ men known to be reliable and competent for the work

in general and it shall be requirement of the contract that men used on special works shall be

competent, well trained and trusted employees.

21.2 Erector shall furnish details of the qualifications and experience of his senior supervisors and

engineers assigned to the work including their experience in supervising erection and

commissioning of plant and equipment of comparable capacity.

21.3 Erector shall be personally present or employ at least one competent representative (whose name

shall have previously been communicated in writing to RCDF to supervise the erection of the

equipment and carrying out the work under the contract. This representative shall have full

technical capability and complete administrative and financial powers to expeditiously and

efficiently execute the work under the contract. Erector or his representative or if more than one

be employed, one of the representative shall be present at the site at all times when work is in

progress, and any written orders or instructions which RCDF may give to the said representative

of erector shall deemed to have been given to the erector. He shall maintain an office near/or

adjacent to the site of the work, and shall at all times keep in office a complete set of

specifications and drawings. RCDF shall normally communicate directly with the said

representative at site.

Page 54: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

53

21.4 Erector‟s representative at the site shall be posted and be available at site within a reasonable

time after RCDF shall inform erector in writing to the effect. The service of erector‟s

representatives shall be made available during the progress of the work for such periods during

the working days as RCDF may require.

21.5 When erector or his representative is not present on any part of the work where it may be desired

to give directions in the event of emergencies, orders may be given by RCDF and shall be

received and obeyed by the supervisors or foreman who may have charge of the particular part of

the work in reference to which order given. If requested to do so, RCDF shall confirm such

orders in writing. Any such instruction, direction or notices given by RCDF shall be held to have

been given to the erector.

21.6 Erector shall furnish RCDF a fortnightly labour force report showing by classifications the

number of employees engaged in the work. Erector‟s employment records shall include any

reasonable information as may be required by RCDF. The erector should also display necessary

information as may be required by statutory regulations.

21.7 None of the erector‟s superintendents, supervisors, engineers, or labour may be withdrawn from

the work without the notice given to RCDF and further no such withdrawals shall be made if in

the opinion of RCDF, it will jeopardize the required pace of progress and/or the successful

completion of the work.

21.8 RCDF shall be at liberty to object to any representatives or person or skilled, semiskilled or

unskilled worker employed by the erector in the execution, or otherwise, of the worker who shall

misconduct himself, or be incompetent, or negligent or unsuitable and erector shall remove the

person so objected to upon receipt of notice in writing from RCDF requiring him to do so and

shall provide in his place a competent representative at his own expense within reasonable time.

22.0 Construction, Electric Power & Water :

Electric power and water will be made available for use by RCDF free of cost. These supplies

will be made, where available at one central point in the site convenient to RCDF and all piping

for service water to work area shall be furnished, installed and maintained by erector at his own

expense. He shall also furnish, install and maintain at his cost the power lines, junction boxes

and any other electrical receptacles, apparatus or equipment from the central point of his work

area.

23.0 Drawings :

23.1 Within three weeks from the date of receipt of the order, erector shall submit list of necessary

drawings as mentioned in 1.5, that he proposes to submit for approval, identifying each by a

serial number and descriptive, title and giving the expected date of submission. This list shall

be revised and extended, as necessary during the progress of work.

23.2 Erector shall also submit copies of design calculations, material specification and detailed

drawings as called for in the equipment specifications for RCDF review. Erector must satisfy

RCDF as to the validity of his design with reference to the requirement of statutory Code

Authorities.

Page 55: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

54

23.3 Drawings submitted for approval shall be signed by responsible representatives of erector and

shall be to any one of the following sizes in accordance with

Indian Standards :

A0, A1, A2, A3, or A4

23.4 All drawings shall show the following particulars in the lower right hand corner in addition to

Vendor‟s name :-

a) Name of RCDF

b) Project Title

c) Title of Drawing

d) Scale

e) Date of drawing

f) Drawing number

g) Space for RCDF drawing number.

23.5 In addition to the information provided on drawings, each drawing shall carry a revision number,

date of revision and brief of revision carried out. Whenever any revision is carried out,

correspondingly revision must be up dated.

23.6 All dimensions on drawings shall be in metric units, unless otherwise, specified.

23.7 Drawings submitted by erector for approval will be checked reviewed by RCDF and comments,

if any, on the same will be conveyed to erector. It is the responsibility of the rector to incorporate

correctly all the comments conveyed by RCDF on erector‟s drawings. The drawings which are

approved with comments are to be resubmitted to RCDF for purpose of records. Such drawings

will not be checked/reviewed by RCDF to verify whether all the comments have been

incorporated by the erector. If erector is unable to incorporate certain comments in his drawings,

he shall clearly state in his forwarding letter such non-compliance along with the valid reasons.

23.8 Upon completion of the installation, erector shall make in a neat and accurate manner, a

complete record of all changes and revision to the original design, as installed in the complete

work. Six copies of these drawings shall be submitted to RCDF for records and these becomes

the property of RCDF.

23.9 Drawings prepared by erector and approved by RCDF shall be considered as a part of the

specifications. However, the examination and approval of the drawings by RCDF shall not

relieve erector of his responsibility for engineering, design, workmanship and material under the

contract.

23.10 If, at any time before the completion of the work, changes are made necessitating revision of

approved drawings, erector shall make such revision and proceed in the same routine as for the

original approval.

Page 56: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

55

24.0 Inspection Right & Privileges :

24.1 RCDF reserves the right to inspect any machinery or material or equipment furnished or used

by erector under the contract, and to project any, which is found defective in workmanship or

otherwise unsuitable for the use and purpose intended, or which is not in accordance with the

intent of the contract.

24.2 Should RCDF waive the right to inspect any equipment, such waiver shall not relieve erector in

anyway of his obligation under the contract.

24.3 RCDF representatives shall be permitted free access to erector‟s or his subcontractor‟s shop at all

working hours for the purpose of inspecting work at all stages of progress.

24.4 RCDF representatives shall be given full assistance in the form of necessary tools, instruments,

equipment and qualified operations to facilitate inspection.

24.5 RCDF reserves the right to call for certificate of origin and test certificates for all raw material

and equipment at any stage of manufacture.

24.6 In the event of RCDF inspection reveals poor quality of goods RCDF shall be at liberty to

specify additional inspection procedures, if required, to ascertain Vendor‟s compliance with the

equipment specifications.

24.7 Even though inspection is carried out by RCDF or his representatives, such inspection shall not

however, relieve Vendor of all responsibility for furnishing equipment conforming to the

requirements of the contract, nor prejudice any claim right or privilege which RCDF may have

because of the use of defective or unsatisfactory equipment.

24.8 A set of latest prints of the approved drawings shall be kept available by the controller, in the

shop floor for reference of RCDF representative during inspection.

25.0 Storage of equipment :

25.1 In general, erector is responsible for the proper storage and maintenance of all

materials/equipments entrusted to him. He shall take all required steps to carry out frequent

inspection of equipment/materials/stores as well as erected equipments until the same is taken

over by the RCDF. The following procedure shall apply for the same.

25.2 Erector‟s inspector shall check stored and installed equipments/materials to observe signs of

corrosion, damage to protective coating, to parts, open ends in pipes, vessels and equipment,

insulation resistance of electrical equipment etc. In case open ends are noticed, he shall

immediately get them capped. In case signs of wear damage to protective coating are noticed, he

shall immediately arrange a coat of protective painting. A clean record of all observations made

on equipments, defects noticed shall be promptly communicated to RCDF and his advise taken

regarding the repairs/rectification erector shall thereupon carryout such repairs rectifications at

his own cost. In case erector is not competent to carry out such repairs/rectification, RCDF

reserves the right to get this done by other competent agencies at the erectors responsibility and

risk and the entire cost for the same shall be recovered from erectors bill.

Page 57: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

56

25.3 Erector‟s inspectors shall also inspect and provide lubrication to the assembled pumps etc. The

shafts of such equipment shall be periodically rotated to prevent rusting in certain zones as well

as to check freeness of the same.

25.4 Inspectors shall check for any sign of ingress or moisture of rusting in any equipment.

25.5 If the commissioning of the equipment is delayed after installation of the equipment, erector

shall carry out all protective measures suggested by the Manufacturer RCDF during such period.

25.6 Adequate security measures shall be taken by erector to prevent theft and loss of material

entrusted to him by RCDF shall carry out periodical inventory of the material received stored

and installed by him and any loss noticed shall be immediately reported to RCDF. A proper

record of these inventories shall be maintained by the erector.

25.7 A suitable grease recommended for protection of surface against rusting (refined from petroleum

oil with lanclin mincu, 70 C and water in traces) shall be applied over all equipment every six

months.

25.8 These equipments shall be stored inside a closed shed or in the open depending upon whether

they are of indoor or outdoors design. However, in case of equipment stored in the open, suitable

protective measures including covering with tarpaulin must be carried out by the erector. The

space heaters, where provided in the electrical equipment shall be kept connected with power

supply irrespective of their type of storage. Where space heaters are not provided adequate

heating with bulb is recommended. In LT. motors a low voltage current flow through the

windings is recommended. Frequent checks on insulation resistance is essential for all electrical

equipments. A records of the inspection reports and megger readings shall be maintained

equipment wise. Such records shall be presented to RCDF whenever demanded.

25.9 All the necessary items/goods required for the protection as described above shall be arranged by

the erector and no extra cost is payable in this regard by RCDF.

26.0 Deployment of erection team to site and Co-ordination meetings :

The erector shall depute a qualified and experienced engineers together with a adequate skilled

and unskilled labourers for carrying out the installation and commissioning. All necessary staff

shall be at the site till the completion of all works, commissioning/start-up, trial runs and

handling over of the plant. No member of the staff deputed to site shall be withdrawn unless

agreed to by RCDF. The erector shall depute a senior personnel to attend the site co-ordination

meeting that would generally be held at the site every month. The erector shall take necessary

action to implement the decision arrived at such meetings and shall also update the schedule. In

case of lag in the progress the erector shall act suitably to make up for the lag. RCDF shall be at

liberty to object to any representative or person or skilled, semiskilled or unskilled worker

employed by the erector in the execution or otherwise of the work, who shall misconduct himself

or be incompetent, or negligent or unsuitable and the erector shall remove the persons so

objected to, upon receipt of notice in writing from RCDF requiring him to do so and shall

provide in his place a competent representative at his own expense within reasonable time.

27.0 Programme of Installation & Commissioning :

Page 58: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

57

The successful erector should submit a scheduled programme for carrying out the work. The

erection schedule should describe the estimated time of installation of each of each item against

each section of the project and should also clarify when each of the item to be supplied by RCDF

should be made available to the erector in order to adhere to the schedule.

The schedule should be so prepared that the erection, commissioning, testing and start-up is

completed in all respect, within _________________________ from the date of placement of

order.

RCDF shall have the right to direct the manner in which all work covered under the scope of this

contract shall be conducted by the erector in so far as it may be necessary to secure the safe and

proper progress and the specified quality of the work and all work shall be carried out and all

material shall be furnished to the satisfaction and approval of RCDF whenever, in the opinion of

RCDF, the erector has made departures from the schedule of completion of work submitted by

him and approved by RCDF or when untoward circumstances force a departure from the said

schedule or if in the judgment of RCDF, if becomes necessary at any time to accelerate pace of

erection work, then RCDF shall direct the order pace and method of conducting the work and

erector shall fully comply with all such directions.

If erector doesn‟t comply with the direction as described above or complete the erection and

commissioning by the end of 4th

week after programmed completion, RCDF will operate the

penalty clause and shall also have the option to deploy their own staff/other agencies to complete

the job at the erectors risk, responsibility and cost.

It is however, clarified that the above or any such directions from RCDF or abstinence of RCDF

in deploying their own staff/other agencies as described above shall not relieve the erector of his

obligations to secure the quality, the safe conduction of work, rate of progress required and

adherence to scheduled programme.

IF THE ERECTOR FAILES TO COMPLETE ERECTION IN ALL ASPECTS WITHIN THE

STIPULATED PERIOD & TIME. THE ERECTOR SHALL HAVE TO PAY RUPES @ ½%

PER WEEK AS PENALTY FOR THE PERIOD FOR WHICH THE WORK REMAINS

INCOMPLETE.

28.0 Approvals :

The erector shall obtain the necessary approval of the factory Inspector, Boiler Inspector,

Electrical Inspector weights & Measures Inspector, Explosives Inspector, and any other state and

local authorities as may be required. All the necessary details, drawings, submission of

application and proformas will be furnished by the Erector to RCDF for rectification/signature.

The necessary application duly filled in, together with the prescribed fees shall be submitted to

the authorities by the erector on behalf of the RCDF. However all the actual prescribed fees paid

by the erector shall be reimbursed by RCDF upon production of the receipt/vouchers of the

above said authorities.

Page 59: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

58

RCDF shall, however, extend all possible assistance to the erector for obtaining the necessary

approvals. Nevertheless the ultimate responsibility for obtaining the necessary approvals lies

with the erector.

29.0 Final Drawings & Manuals :

The erector shall, upon completion of the job, submit six complete sets of final drawings towards

the equipment layout different pipe lines, cables, conduits, layout drawings and other necessary

drawings. All the drawings must conform to actual executing carried out.

30.0 Progress of Work :

If the erector does not commence/complete the entire job or sections of the job within four weeks

from programme schedule of commencement/completion, the RCDF shall be free to deploy their

own staff/agencies to commence/complete the job entirely at the risk, responsibility and cost of

the erector.

30.1 Start-up of manufacturer‟s representatives during commissioning/trial runs.

30.2 In the following cases the RCDF reserves the right to invite the representative(s) of the original

manufacturer and/or supplier at the cost of the erector for start by help, assistance and guidance

during commissioning and start-up.

a) The erector has no previous experience of commissioning and starting-up of the similar

equipment.

b) The RCDF is of the opinion that the erector is incompetent to commission and start-up of

certain specific equipment.

31.0 Commissioning :

The erector shall operate, maintain and give satisfactory trial run of the plant satisfactory for a

period of continuous one month at the rated output. All rectifications of damages/defects and

routine troubles shooting should be carried out by the erector to achieve aforesaid satisfactory

running of the plant. The erector shall incorporate/execute necessary minor modification during

the trial period for maximising operational efficiency. The erector should also execute miner

modification as may be suggested by RCDF. The erector shall suggest recommended log sheet

proformas for recording necessary operating data and pass it on to RCDF in proof of satisfactory

rated output and performance of the equipment/plant.

The commissioning shall also include the following for each equipment :

a) Field disassembly and assembly.

b) Cleaning of lubrication system including chemicals cleaning and passivation wherever

required.

c) Circulation of lubricant to check flow.

d) Cleaning and checking of all the service lines.

e) Checking and commissioning of instruments, equipment and plants, filtering of transformer,

and other oils so that if deteriorated, they shall attain the required properties/standard,

Page 60: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

59

specified tests in this regard must be carried out by approved authorities and their satisfactory

reports submitted to RCDF before start-up.

f) Recharging or make-up filling of lubricant oil up to the desired level in the lubrication

system of individual machine.

g) Operation in empty condition to check general operation details wherever required, and

wherever possible.

h) Closed loop dynamic testing with water wherever required.

i) Operation under load and gradual load increase to attain maximum rated output.

j) Trouble shooting during the trial period.

k) Guarantee of installation.

32.0 Guarantee :

The supply of equipment as well as installation shall have to be carried out by the erector to the

entire satisfaction of the RCDF. The erector shall also guarantee to repair/replace, without any

extra cost, the items or parts thereof, if found defective due to bad design, workmanship or

substandard material within 12 months from the date of commissioning or 36 months from the

date of receipt of material at site whichever is earlier. If it is necessary to send the defective

equipment or parts thereof for repair/replacement, cost of transportation including package,

insurance etc. from the site to works and back to site shall have to be borne by the erector. The

guarantee does not cover any damage resulting from normal wear and tear or improper

attendance or mishandling of the equipment by the RCDF.

33.0 Training of personnel :

Necessary staff as may be deputed by RCDF shall be trained by the erector for operating the

plant. The personnel will be associated for the training during the installation, testing,

commissioning and start-up period and training tenure shall be minimum for a period of one

month from the date of commissioning and start-up.

34.0 Outline of the scope of duties of the Contractor Viz-a-viz RCDF :

34.1 The equipment and items as specified in purchase order shall be supplied by RCDF for

erection, installation, commissioning by the erector.

34.2 Besides the utilities/services as specified in battery limits the following shall also be provided to

the erector by RCDF for carrying out the installation/erection.

a) Suitable lockable space for storage of tools, tackles and erection materials (No

accommodation for erectors personnel will be provided under any circumstances) the

security of these materials will be the responsibility of the erector.

b) Plant building ready for installation/erection of all the equipment/items (flooring will

generally be carried out after positioning of main equipment and laying of necessary

conduits).

Page 61: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

60

c) Necessary temporary power for carrying out the installation (the power shall be supplied at

only one point within the dairy site). All necessary tapping from this point onwards shall be

erector‟s responsibility.

d) Temporary water at one point within the site for the water required for testing etc. The

erector shall arrange on his own to tap and transfer the water to the points required.

34.3 Prior Information :

a) The details of temporary water and power requirements shall be furnished one month in

advance by the erector to enable RCDF to make timely arrangement.

b) Detailed drawings of the required main cut-outs must be supplied by the erector in advance

to RCDF to provide the same at the time of civil construction. The cutting in the walls, floors

etc. which are not informed earlier and required for erection work will be done by the erector

and to repair the same will also be the responsibility of the erector.

c) Detailed drawings and other specifications of foundation and any other special structure must

be submitted by the erector within one month after award of contract to RCDF.

35.0 Damage :

If the work or any portion thereof shall be damaged in any way excepting by the acts of RCDF or

if defects not readily detected by prior inspection shall develop before the final completion and

acceptance of the whole work. Erector shall forthwith make good, without compensation, such

damage or defects in a manner satisfactory to the RCDF. In no case shall defective or imperfect

work be retained.

36.0 Observation of local rules etc.

In respect of observation of local rules, administrative orders, working hours, labour

compensation act, applicable labour laws and the like erector and his personnel shall strictly

abide by the same.

37.0 Stand by manufacturer’s representative :

In the following cases the RCDF reserves the right to invite the representative(s) of the original

manufacturer and/or supplier at the cost of erector for stand by them, assistance and guidance

during the commissioning and start-up.

a) The erector has no previous experience of commissioning and start-up of the similar

equipments.

b) The RCDF is of the opinion that the erector is not competent to commission and start-up of

certain specific equipment, the opinion of RCDF shall be final and binding.

38.0 Inspection & test reports :

Page 62: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

61

The equipment and items supplied under the purview of erector shall be inspected by the

inspector at works and copies of inspection test reports shall be forwarded to RCDF.

39.0 Terms of payment for erection work :

1) 10% of the order value of acceptance of the order subject to the supplier furnishing Bank

Guarantee from a National Bank or Scheduled Bank in India for an equivalent amount valid

for a period of 12 calendar months.

2) 80% against monthly progress bills duly certified by RCDF‟s Site Engineer/In-charge.

3) 10% balance within 12 calendar months from the date of satisfactory commissioning of the

plant.

40.0 Battery Limits :

The services/utilities will be made available at battery limits specified in the job description and

it will be the erectors responsibility to transmit them to the various points required in the project.

All the necessary fittings tappings, that would be required to tap the utility at battery limits for

onward transmission shall be supplied and installed by the erector.

41.0 GENERAL GUIDELINES FOR ELECTRICAL INSTALLATION :

41.1 a) The specifications detail the broad guide lines for erection, testing and commissioning of

electrical equipment. The work shall however, at all times be carried out strictly as per the

instructions of RCDF and in accordance with latest IER.

b) The installation would also comprise for the supply laying and inter connecting, cables form

the battery limits of the power supply to the various switchboards controls and electrical

equipments.

c) The cable of electric power should be of PVC armoured type approved from ISI unless

otherwise specified and with sufficient cross section depending on the feeder.

d) The cable for control and flexible connection should be unarmoured type with copper

conductors. Wherever required, multicore copper cable should be used.

e) Wherever necessary drip proof junction boxes and isolators, cable carrying trays, necessary

clamps etc. shall be provided.

f) Necessary isolators of appropriate sizes are to be provided near the motors as per IER. All

the involved supply included within the scope of electrical installation and erection should be

approved type and make and conform to ISI standard.

g) Detailed electrical diagrams and cable layout should be prepared by the erector according to

the specifications and the same should be approved by RCDF before the execution.

Page 63: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

62

41.2 Electrical installation work shall comply with all currently applicable statues, regulations and

safety codes in the locality where the equipment will be installed. Nothing in this specifications

shall be construed to relieve erector of his responsibility.

41.3 Unless otherwise specified installation work shall comply with the requirements of latest

additions of applicable Indian standards.

41.4 In accordance with the specific installation instructions, as shown on manufacturer‟s drawings or

as directed by Site Engineer of RCDF, the erector shall unload, erect, install wire test and put

into commercial use all the electrical equipment included in the contract. Equipment shall be

installed in neat workman like manner so that if is in level and plumb, properly aligned and

oriented. Tolerance shall be established in manufacturer‟s drawings or as stipulated by an

Engineer. No equipment shall be permanently bolted down to foundation or structure until the

alignment has been checked.

41.5 Erector shall furnish all supervision, labour, tools, equipment, ribbing, materials and incidental

materials such as holts, wedges, anchors, concrete, inserts etc. required to completely install test

and adjust the equipment.

41.6 Where assemblies are supplied is more than one section erector shall make all necessary

mechanical and electrical connections between sections including the connection between buses.

Erector shall also do necessary adjustment/alignments necessary for proper operations of circuit

breakers isolators, and their operating mechanism. All insulators and bushings chipped, cracked

or damaged due to negligence or carelessness of erector shall be replaced by him at his own

expense.

41.7 Switchgear and control panels/desks shall be installed in accordance with Indian Standard Code

of Practice IS:3072 and manufacturer‟s instructions. The switch gears panels shall be installed on

finished surfaces or concrete or steel sills. Erector shall be required to install align any channel

sills which from part of the foundations. In joining shipping suctions of the switch

gears/panels/control centres together, adjacent housing or panel section or flanged throat sections

provided shall be bolted together after alignment has been completed. Power bus, enclosures,

ground and control splices of conventional nature shall be cleaned and bolted together, being

drawn up with torque wrench of proper size or by other approved means. Tapes or compounds

shall be applied where called for as per manufacturer‟s drawings. Base of outdoor type units

shall be sealed in an approved manner to prevent ingress of moisture.

41.8 All switch gear, control panels, desks etc. shall be made absolutely vermin proof.

41.9 Induction motors shall be installed and commissioned as per IS Code of Practice ISS 900 and

manufacturer‟s instructions.

41.10 After installation of all power and control wiring, erector shall perform operating test on all

switch gear and panels to verify proper operation of switch gear/panels and correctness of the

interconnections between the various items or equipment. This shall be done by applying normal

AC or DC voltage to the circuit and operating the equipment. Megger tests for insulations,

polarity checks on the instruments transformers, operation tests shall be carried out by erector,

Page 64: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

63

who shall also make all necessary adjustments as specified by the manufacturer for the proper

functioning of equipment.

41.11 Installation and testing of battery and battery charges shall be in strict compliance with the

manufacturer‟s instructions. Each cell shall be inspected for breakage and conditions of the cover

seals as soon as received at site. Each cell shall be filled with electrolyte in accordance with the

manufacturer‟s instructions. Battery shall be set up on racks as soon as possible after receipt,

utilizing lifting devices supplied by manufacturer. The cells shall not be lifted by terminals.

Contact surfaces of battery terminals and intercell connections shall be cleaned, coated with

protective grease and assembled. Each connection shall be properly tightened. Each cell shall be

tested with by hydrometer and thermometer and result logged. Freshening charge, if required,

shall be provided. When turned over to RCDF the battery shall be fully charged and electrolyte

shall be at full level and of specified specific gravity.

42.0 Cable Installation :

42.1 Erector shall install, test and commission the suitable cables. Cables shall be laid directly

buried in earth on cable racks, in built up trenches, on cable trays and supports, in conduits, and

ducts or bare on walls, ceiling etc. as follows :

a) Outside the building premises :

The scope of installation of underground cables includes digging necessary trenches, laying

of the cables in the trench, covering them with sand and bricks and then refilling the

trenches. Necessary cable markers at appropriate points to indicate the path of under ground

cable should also be supplied and installed by the erector.

b) With in the building :

Under ground cables will be laid in GI light duty class pipes of not less than 37 mm. dia.

c) Cables above ground :

Cables above the ground shall be fixed either on wall or in cable trays of slotted angle with

necessary clamps, bolts etc. as directed by RCDF.

d) The main cables inside the building should be laid in hume pipes wherever provided by

RCDF. At the places where hume pipes have not provided the main cables shall be laid as

per 40.1 (c).

42.2 Installation and testing of proper insulated cables shall be in accordance with Indian Standard

Code of Practice IS:1255.

42.3 Inspection on receipt unloading, storage and handling of cables shall be in accordance with

IS:1255 and other Indian Standards Code of Practice.

42.4 Sharp bending and kinking of cables shall be avoided. The bending radius for various types of

cables shall not be less than those specified below unless specifically approved by the Site

Engineer of RCDF.

Page 65: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

64

Type of Cable Minimum bending radius

Voltage grade Single Multi Core

Core Unarmoured Armoured

Paper insulated upto 11 kv 25 D* 20 D 15 D

Paper insulated upto 22 kv 32 D 25 D 20 D

Paper insulated upto 33 kv 38 D 32 D 25 D

PVC insulated 650/1100 V 10 D 10 D 10 D

Rubber insulated 600 V - 8 D 15 D

Mineral insulated 300 V - - 8 D

* ( D – OVER ALL DIAMETER OF THE CABLE)

If shorter radius appears necessary, no bend shall be made until clearance and instructions have

been received from Engineer.

42.5 Where cables cross roads and water, oil, gas or sewage pipes, the cables shall be laid in

reinforced upon concrete or steel pipes to be supplied and laid by the erector. For road crossing,

the pipes for the cables shall be buried at not less than one meter depth. Cables laid below

railway tracks should be at a depth not less than 180 mm. unless otherwise approved by the

Engineer.

42.6 In each cables run some extra length shall be kept at a suitable point to enable one or two straight

through joints to be made should be the cable develop fault at a later date.

42.7 Control cable terminations shall be made in accordance with wiring diagrams, using colour codes

established by Engineer for the various control circuits, by code marked wiring diagrams

furnished to the erector for this purpose or other approved means of identification. It is the intent

that erector shall terminate the cables which he installs. Additional work of testing and

reconnecting and connected, but where on further testing reversal or other rearrangement of load

turns out to be necessary. Additional work of testing and reconnecting shall be performed by

erector at no extra cost of RCDF.

42.8 Special tools, clips and saddles, glands, seals, PVC sealing compound, locknut etc. required for

the connection and termination of insulated cables shall be supplied by erector. During

installation, connection and termination of insulated cables, care shall be exercised to ensure that

aluminium sheet is not damaged. Groups of mineral insulated cables shall be bent neatly around

the corners by using inner most cables as a form around, which to bend the next cable. Cables

shall not be fastened or clamped close to the point of entry of the equipment which may vibrate

severely. Special instructions furnished by the manufacturer shall be strictly followed.

Page 66: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

65

42.9 After installation and alignment of motors, erector shall complete the conduit installation,

including a section of flexible conduit between the motor terminal box and cable trench/tray.

Erector shall install and connect the power, control and heater supply cables. Erector shall be

responsible for correct phasing of the motor power connections and shall interchange

connections at the motor terminals box if necessary, after each motor is test run.

42.10 Connections shall be made to small electrically operated device on equipment installed as

accessories to or assembled with other equipment and requiring two wire or three wire

connection. Connections to recording instruments, float switches, limit switches, pressure

switches, thermocouples, thermostats and other miscellaneous equipment shall be done as per

Manufacturer‟s drawing and instructions.

42.11 Metal sheets and armoured of the cable shall be bonded to the earthing system.

42.12 All new cables shall be megger tested before jointing. After jointing is completed all LT. cables

shall be megger tested and HT. Cables (3.3 KV to 11 KV) pressure tested before commissioning.

The test voltage for pressure testing shall be as per Appendix-F of IS:1255. 1100/650 Volt grade

cable shall be tested by 1000 Volt Megger.

Cables cores shall be tested for :

a) Continuity

b) Absence of cross phasing

c) Insulation resistance to earth

d) Insulating resistance between conductors.

Erector shall furnish all testing kit and instruments required for field testing.

43.0 Cable Trays, Accessories and Tray Supports :

43.1 Cable trays shall either be run in concrete trenches or run overhead supported from building

steel, floor slab etc.

43.2 Cables shall be clamped to the cable trays in the horizontal runs and vertical runs.

43.3 All cable trays including perforated sheet trays and vertical raceways shall be hot dip galvanized

or primed with red lead and oil primer followed by a finish coat of grey lacquer paint or

aluminium paint as specified.

44.0 Conduits, Pipes & Ducts :

44.1 Erector shall supply and install G.I. light duty conduits, pipes and ducts. All accessories/fittings

required for making installation complete, including but not limited to ordinary and inspection

tees and elbows, check nuts, male and female reducers and enlargers, wooden plugs, caps square

headed male plugs, nipples, gland sealing fittings, pull boxes, conduits, outlet boxes, splice

boxes terminal boxes, glands gaskets and box covers, saddles and all steel supporting work shall

be supplied by Erector. Conduit fittings shall be of same material as conduits.

Page 67: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

66

44.2 Conduits or pipes shall run along walls, floors and ceilings, on steel supports, embedded in soil,

floor, wall or foundation, in accordance with relevant layout drawings, under ground portions of

conduit installation to be embedded in the foundation or structural concrete shall be installed in

close co-ordination with collateral work. Exposed conduit shall be neatly run and evenly spaced,

with conduits parallel when in racks or in banks. Conduits embedded in foundation or structural

concrete shall be run as directly as possible among with generally indicated route between two

points with a minimum length and with a minimum of crossing bending and cutting but without

creating interferences with other installations.

44.3 When two lengths of conduits are joined together through a coupling, running threads equal to

twice the length of coupling shall be provided on any one length to facilitate easy dismantling of

the two conduits whenever required.

44.4 When one or more cables are drawing through a conduit, cross sectional area of the cables shall

be 40% of the internal cross sectional area of the conduit.

44.5 Conduits and accessories shall be adequately protected against mechanical damage as well as

corrosion.

45.0 Earthing :

45.1 The scope of supply and installation should also include absolutely independent double

earthing of individual electric motors, control gears and switchboards, complete with necessary

copper/GI wire, copper strip, earthing plate, top funnel, salt, cola etc. The earthing process

include digging of earthing pit, filling the same with alternative layers of coal and salt, refilling

the pit and providing perforated GI pipe making housing pit and cover as per IER & ISI code

of practice No. ISI:3034-1966.

45.2 Erector shall install bare/insulated aluminium/GI Cables and strips, etc. required for system and

individual equipment earthing. All work such as cutting, bending, supporting soldering, coating

drilling, brazing, clamping, bolting and connecting into structures, pipes, equipment frames,

terminals, rails or other devices shall be in Erector‟s scope of work. Unless otherwise specified,

the excavation and trenching shall be done by Erector. Erector shall also backfill and reinstate

the trenches after installation of earthing conductors.

45.3 Earthing shall conform to the Indian Standard Code of practice IS:3043 and Indian Electricity

Rules, 1956. All materials and fittings used in the earthing installation shall conform to the

relevant Indian Standards or approved by RCDF‟s Engineer. Any change in routing, size of

conductors etc. shall be subject to the prior approval of RCDF Engineers.

45.4 Metallic frame of all electrical equipment shall be earthed by two separate and district

connections with earthing system.

45.5 All underground connections for the earthing system shall be brazed/welded. Connections to

equipment and devices shall be normally of the bolted type.

Page 68: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

67

45.6 On completion of the installation, continuity of all conductors and efficiency of all bends and

joints shall be tested. The earth resistance shall be tested in the presence of RCDF

Engineer‟s/representative. All equipment necessary for the test shall be furnished by Erector.

45.7 EARTHING NETWORK

The entire ear thing installation shall be done in accordance with the ear thing drawings,

specifications and instructions of the Engineer-in-charge. The entire ear thing system shall fully

comply with the Indian electricity act and rules framed there under. The supplier shall carry out

any changes desired by the electrical inspector or the owner in order to make the installation

conform to the Indian electricity rules, at no extra cost. The exact location of the earth pits,

earth electrode and conductors and ear thing points of the equipments shall be determined at

site, in consultation with the engineer-in-charge. Any change in the methods, routing, size of

conductor etc. shall be subject to approval of the owner/engineer-in-charge before execution.

45.8 Earth Pit with Electrode

1. Plate or pipe type earth electrode with earth pit shall be provided for this work unless

otherwise advised and pit shall be as per IS:3043 – 1966 (code of practices for ear thing).

All earth electrodes shall preferably be driven to a sufficient depth to reach permanent.

2. Earth pit centre shall be at a minimum distance of 2m distance shall be maintained

between centres of 2 earth pits. 45.9 Earth Bus. Ear thing Lead & Earth wire /strip

All electrical equipment is to be doubly earthed by connecting two earth strips / wire conductor

from the frame of the equipment to a ear thing pit / main ear thing ring. The ear thing ring will

be connected via. Links to several earth electrodes. The cable armored will be earthed through

the cable glands. Conductor size for connection to various equipment shall be as specified in

the drawing or as instructed by the engineer-in charge. However the length of the branch leads

from equipment to ear thing grid/ring shall not be more than 10 to 15 meters.

All hardware for ear thing installation shall be hot dip galvanized. Spring washers shall be used

for all ear thing connections of equipment having vibrations.

Size of earthing lead/wire shall be as specified in schedule of quantities/drawings. Following

may be considered as general guidelines:

Sr.No Item Size

Control switches G.I. wire 14 SWG

Motor upto 10 HP G.I. wire 8 SWG

Motor above 10 HP upto 125 HP G.I. strip 25 x 3mm

Motor above 125 HP G.I. strip 25 x 6mm

Switch Board G.I. strip 25 x 6mm

Power control centre / LT panel of sub-station G.I. strip 40 x 6mm

When ear thing wire is to be drawn under floor / in underground, aluminium wire 10mm dia.

With PVC insulation shall be used. Instead of GI wire, PVC insulated copper conductor

Page 69: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

68

wires can also be used. However, while deciding type & size of earth lead the resistance between the ear thing system

and the general mass of the earth shall be as per IS code of practice. The earth loop impedance

to any point in the electrical system shall not be in excess of 1.0 ohm in order to ensure

satisfactory operation of protective devices. G.I. wire/aluminium wire shall be connected to the equipment by providing crimping

type socket/lug. Wherever ear thing strip to be provided in cable tray, it shall be suitably bolted on cable tray and electrically bonded to the cable tray at regular interval. Excavating & refilling of earth, necessary for laying underground earth bus loops shall be the responsibility of the supplier. Wherever earth leads/strips/wire are laid in cable trenches, these shall be firmly and suitably cleaned to the walls/supporting steel structure on which cable is clamped. The neutral of the transformer shall be connected to earth pit independently and earth pit shall have copper earth plate. Long runs of GI strip shall be connected at each end with lap type welding to ensure continuity.

Bureau of Indian Standards to be Followed for Electrical Erection

1. PVC insulated cables (light duty) for working voltage upto 1100 volts 694-1990 Part I & II

2. PVC insulated cables (heavy duty) for voltage upto 1100 volts 1554-1988 Part I

3. PVC insulated cables (heavy duty) for voltage 3.3 KV to 11 KV 1554-1988 Part II

4. Specification for polyethylene insulated PVC sheathed heavy duty

electric cables for voltage not exceeding 1100 V

5959-1970 Part I

5. Specification for polyethylene insulated PVC sheathed heavy duty

electric cables for voltage 3.3 KV to 11 KV

5959-1970 Part II

6. Guide for marking of insulated conductors 5578-1970 or 5575

7. Code of practice for installation and maintenance of power cables upto

33 kV

1255-1983

8. Code of practice for earthing 3043-1987

9. Guide for safety procedures and practices in electrical work 5216-1982

10. Code of practice for installation and maintenance of AC induction motor

starters

5214-1969

11. Code of practice for installation and maintenance of induction motors 900-1992

12. Code of practice for installation and maintenance of switchgears 10118 - 1982

Part I, II, III, IV

13. Code of practice for installation and maintenance of transformers 10028 – 1981 Part I

14. Code of practice for electrical wiring installation, voltage not exceeding

650 V

732-1989

15. Code of practice for electrical wiring installation (system voltage

exceeding 650 V)

2274-1963

Page 70: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

69

16. Guide for testing three-phase induction motor 4029-1967

17. Guide for safety Procedures & Practices in electrical works 5316

18. XLPE Cables for working voltage upto and including 1100 Volts 7098 – 1988 Part I

19. XLPE Cables for working voltage upto 33 kV 7098 – 1988 Part II

20. Boxes for enclosures of electrical accessories 5133

21. Electric Power connectors 5561

22. HRC Cartridge Fuse Link up to 650 V 2208

23. Code of Practice for Selection, Installation & Maintenance of Fuse up to

650 V

3108

24. Cables methods of testing 10810

25. Danger / Lattice Boards 3551

26. National Electric Code SP :30

Recommended Cable Size for Industrial Wiring

The following selection table shall be followed for cables of motors unless otherwise specified:

3 Phase 415 V

Motor H.P.

Direct-on-line Star-Delta Starter

Supply side Motor side Supply side Motor side

Copper conductor Cable Size : Sq mm

Up to 7.5 2.5 2.5 2.5 2 X 2.5

10 4 4 4 2 X 2.5

15 6 6 6 2 X 2.5

20 10 10 10 2 X 4

25 16 16 16 2 X 6

30 16 16 16 2 X 6

40 25 25 25 2 X 10

50 35 35 35 2 X 16

Aluminium conductor Cable Size: Sq mm

60 70 70 70 2 X 35

75 95 95 95 2 X 50

100 120 120 120 2 X 70

125 185 185 185 2 X 95

150 240 240 240 2 X 120

180 - - 300 2 X 150

200 - - 2 X 150 2 X150

250 - - 2 X 185 2 X 185

275 - - 2 X 240 2 X 240

300 - - 2 X 240 2 X 240

Note: Cables indicated above in the table shall be only armoured copper conductor cable for DOL

starter upto 50 HP motor. For motors rating 60 HP and above, armoured aluminium cable

should be used.

Page 71: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

70

Pro forma for PCC, DB, Motor Control Centres Test

SN Test Report

1 Circuit (Breaker/Bidder/Supplier Module Designation/Bus Number)

2 Insulation resistance (Contacts open, breaker Racked in position)

a. Between each Phase & Bus (Mega Ohm)

b. Between each phase and earth (Mega Ohm)

c. DC and AC control & auxiliary circuits (Mega Ohm)

d. Between each phase of CT/PT and between CT & PT circuit if any (Mega

Ohm)

3 CT Checks

a. CT ratio

b. CT secondary resistance

c. CT polarity check

4 Check for contact alignment and wipe

5 Check/test all releases/ relays

6 Check mechanical interlocks

7 Check electrical interlocks

8 Check switchgear/control panel wiring

9 Checking breaker/Bidder/Supplier circuits for

a. Closing- local and remote (wherever applicable)

b. Tripping-local and remote (wherever applicable)

10 Opening time of breaker/ contactor

11 Closing time of breaker/ contactor

Signature and seal of Engineer-in-charge of RCDF,

Jaipur

Signature of Consultant(Perfect Solutions)

Signature and seal of Engineer-in-charge of

Bidder/Supplier

Page 72: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

71

Pro forma for motor testing SN Test Report

1 Name plate details

A Voltage

B HP / KW

C Mounting

D Current

E RPM

F Frame size

G Make

H Sr No

I Others

2 Insulation test (before cable connection)

A Between Phase and Earth (Mega Ohms)

B Between each Phase (Mega Ohms)

3 Insulation test (after cable connection)

A Between Phase and Earth (Mega Ohms)

B Between each Phase (Mega Ohms)

4 No load current

A R Phase Amps

B Y Phase Amps

C B Phase Amps

5 Full load current

A R Phase Amps

B Y Phase Amps

C B Phase Amps

6 Temperature rise after 4 hours run

A On no load degree C

B On full load degree C

C Ambient temperature during test degree C

7 Operation of thermal overload relay

A At normal Full Load current of motor

B At twice Full Load current of motor trips in

seconds

Signature and seal of Engineer-in-charge of RCDF,

Jaipur

Signature of Consultant(Perfect Solutions)

Signature and seal of Engineer-in-

charge of Bidder/Supplier

Page 73: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

72

Pro forma for Testing Cables

Sr No Test Report

1 Date of Test

2 Drum Number (from which cable is

taken)

3 Cable From -> To

4 Length of run of this cable (meter)

5 Insulation resistance test (In Mega Ohm)

A Voltage of Megger Volts

B Between core-1 to earth

C Between core-2 to earth

D Between core-3 to earth

E Between core-1 to core-2

F Between Core-2 to Core-3

G Between Core-3 to Core-1

6 High Voltage Test (Voltage Duration)

A Between Cores and Earth

B Between Individual Cores

Signature and seal of Engineer-in-charge of

RCDF, Jaipur

Signature of Consultant (Perfect

Solutions)

Signature and seal of Engineer-in-charge of

Bidder/Supplier

46.0 Supply, Fabrication, Erection and Testing of Piping :

46.1 Codes and standards :

All piping system including sub-contracted materials shall comply with the latest editions of

the following wherever applicable :

a) Indian Boiler Regulation

b) Regulation of Inspector of Explosives

c) All applicable Indian Standards

d) All applicable State Laws.

Page 74: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

73

46.2 Scope of Supply :

Erector shall supply all piping materials like pipes, fittings, flanges and other items as shown in

his scope in the flow diagrams/specifications.

46.3 Scope of erection to be performed by Erector is outlined below :

a) The scope of erection for piping includes all system covered under his scope of work in the

flow diagram/specification.

b) Erector shall also install small accessory, piping an any specialities furnished with or for

equipment such as relief valves, built is bypass, and other items of this type.

c) Erector‟s work terminates at the final tube or pipe connection at pumps, including the final

connection.

d) Erector shall install primary elements for flow measurement, control valves, and on line

metering equipment.

e) Erector shall perform necessary internal machining of pipe for installing crevices, flow

nozzles, straightening vances, control valves.

f) Erector shall install all valves and specialities being procured from others.

g) Erector shall hydrostatically test all piping systems including valves and specialities &

instrument impulse line at suitable pressures.

h) All piping shall be internally cleaned and flushed by Erector before and after erection in a

manner suited to the service as directed by RCDF.

i) For hydrostatic testing and water flushing, erector shall furnish necessary pumps, equipment

and instruments, piping etc. Purchase will provide water at available points of supply to

which Erector‟s temporary piping will be connected.

46.4 Colour code shall be used to identify pipe material. Erector shall be able to identify on request all

random piping prior to any field fabrication.

46.5 All steam piping shall be fabricated in complete accordance with Indian Boiler Code and all

approval required shall be obtained by Erector from the inspecting authority.

46.6 Erector shall be responsible for the quality of welding done by his organisation and shall conduct

tests to determine the suitability of the welding procedure used by him.

46.7 Erector shall employ welded construction for all black steel piping. All black steel pipes 50 mm.

and below shall have socket welded joints unless otherwise specified.

46.8 All piping supports, guides, anchors, rod hangers, spring hangers, rollers with incidental

structural sub framing shall be furnished and erected by Erector.

46.9 All piping shall be suspended, guided and anchored with due regard to general requirements and

to avoid interference with other pipes, hangers, electrical conduits and their supports, structural

members and equipment and to accommodate insulation to conform to purchaser‟s loading

limitation. It is the responsibility of the piping Erector to avoid all interferences while locating

hangers and supports.

Page 75: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

74

46.10 Anchors and/or guides for pipe lines or for other purpose shall be furnished when specified for

holding the pipe line in position or alignment. Hangers shall be designed fabricated and

assembled in such a manner that they cannot become disengaged by any movement of the

support pipe.

46.11 All piping shall be wire brushed and purged with air blast to remove all dust, mill scale from

inner surface. The method of cleaning shall be such that no material is left on the inner or outer

surfaces which will affect the serviceability of the pipe.

46.12 Effective precaution such as capping and sealing shall be taken to protect all pipes ends against

ingress of dirt and damage during transit or storage. The outside of the carbon steel pipe (black)

shall receive two coats of red lead paint.

47.0 Testing for :

1. HP Steam 4. Soft and Raw Water

2. LP Steam 5. Air

3. Glycol 6. SS Piping

7. Insulation 8. Electricals

9. Motors 10. Equipments.

Should conform to the latest ISI standards.

48.0 Service piping Installation guide lines :

48.1 Chilled water & Glycol piping (if mentioned in purchase order)

The scope of erection and installation if mentioned, comprises a set of GI „B‟ class pipes and

fittings for chilled water and glycol including supports, isolation and non-return valves etc. for

providing chilled water or glycol to all the equipment which would require chilled water or

glycol. All the necessary headers for interconnecting all the chilled water and glycol pumps

and auxiliary materials like adapters, reducers, flanges, union, valves/cocks/ (of gun-

metal/brass for valves upto 100 mm. dia), strainers, gaskets, packing etc. required for the pipe

should also be supplied and installed by the erector. The pipeline should be insulated as per the

specification detailed.

48.2 Steam & Hot Water and molasses Piping (if mentioned in purchase order)

The scope of supply and installation of mentioned, comprises the following set of steam pipes

and fittings for providing steam connections from the indicated battery point to all the

equipments requiring steam in accordance with IBR, MS Class „C‟ pipes, fittings and auxiliary

items. The scope of supply and installation includes the necessary pipes supports, isolation

supports, isolation valves, nonreturn valves, safety valves, check valves, pressure reducing

valves steam traps, strainers, expanders, bends, gaskets, packing, sight glasses, pressure gauges

etc. The manufacturer‟s certificates that the material conforms to IBR duly attested by concerned

authority should be furnished for all items as per requirements. The necessary check valves(s)

and other fittings required at the sources of tapping at the battery point should also be supplied

and installed by the erector.

Page 76: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

75

Set of condensate pipes and fittings of MS Class „C‟ to interconnect the condensate return line.

The supply is inclusive of necessary pipe supports isolation valves, check valves, bends, gaskets,

packing etc.

48.3 Soft well water piping (if mentioned in purchase order)

The scope of installation comprises (if mentioned) a set of well water pipes and fittings including

supports, isolation and non-return valves etc. Pipes of GI Class „B‟ for providing well water to

sterlizer would be required. All the necessary headers for inter-connecting the water pumps and

auxiliary material like adopters reducers, flanges, union valves/checks (of gun metal/brass for

valve upto 100 mm dia), bends, strainers, gaskets, packing etc. required for the pipe should also

be supplied and installed by the erector.

48.4 Water distribution (if mentioned in purchase order)

The scope of supply and installation if mentioned comprises of the following:

Set of water pipes and fittings of GI Class „B‟ for providing water connection to the various

equipment/items and points requiring water (raw and soft water) from battery limits. The scope

is also inclusive of the necessary pipes and fittings, GI Class „B‟ for the soft water from the

softening plant to soft water overhead tank if specifically mentioned and further to all the

equipments requiring soft water and interconnections with suitable valves etc. from all the

compartments of the overhead tank. The supply and installation is inclusive of necessary pipe

supports, isolated valves, strainers, bends gaskets, packing, polythene/copper tubes and all other

necessary auxiliary items.

48.5 Air requirement (if mentioned in purchase order)

The scope of supply and installation if mentioned comprise of the following:

Set of air pipes and fittings in accordance with MS „C‟ Class for providing air to the various

equipments/items and controls and points requiring the same. The scope of supply and

installation is inclusive of necessary pipe supports, valves, filters, bends, gaskets, packing,

polythene, copper tubes and all other necessary auxiliary items.

48.6 All the above referred piping should generally be of welded execution and must be removed of

mill scales and properly cleaned before installation.

49.0 Important Note :

49.1 All the necessary materials, of a quality and make approved by RCDF required for carrying out

the installation mentioned in 46.2 shall be supplied by the Erector.

49.2 Piping (SS) (if mentioned in Purchase Order)

The scope includes the installation and inter connection of a set of SS Pipes and fittings,

including cocks, valves, Tees, flanges, unions, bends, reducers, liners and other necessary fittings

Page 77: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

76

SMS/IDF standards, for inter connecting all the equipment listed. Necessary pipe supports shall

be also installed by the Erector.

49.3 Pipe fittings at connection points

All the required fittings that would be needed in the piping at all the tapping, termination,

connection and intermediate points must be installed by the Erector.

49.4 The erector shall prepare and submit the piping layout drawing, details of supports, details of

tapping, termination interconnection etc. for approval. All the piping work shall be carried out

strictly in accordance with the approved drawings/details. The respective milk flow diagram to

which the piping layout correspondence must also be furnished by the erector.

50.0 Insulation (if mentioned in Purchase Order)

50.2 Insulation of Steam condensate & Hot water pipe lines :

All the steam and hot water pipes shall be insulated with 50 mm. thick mineral wool or

equivalent. The insulation shall be carried out in the following manner:

1) Cleaning of surface to be insulated. Applying a coat of red oxide primer and fixing glass

wool/mineral wool of suitable thickness tightly to the pipe, butting all joints to be tied with

lacking wire.

2) The insulation should be covered with GI wire netting.

3) The steam and hot water lines, after insulation must be covered with 22 gauge aluminium

sheet with proper grooves and overlaps and secured in position with 12 mm. self tapping

Parker screws.

4) In case the insulation does not have the desired insulation properties, the entire insulation

will have to be redone at the erector‟s cost to give the desired results.

5) In case of condensate return piping, all the steps mentioned above shall be executed except

that the thickness of insulation shall be 30 mm.

All the necessary materials of quality and make approved by RCDF required for carrying out the

insulation mentioned in 50.2 shall be supplied by the erector.

Page 78: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

77

ANNEXURE-I TENDER ACCEPTANCE LETTER

(To be given on Company Letter Head)

To,

Managing Director,

Rajasthan Co-operative Dairy Federation Ltd.,

Saras Sankul, JLN Marg, Jaipur -302017

Sub: Acceptance of Terms & Conditions of Tender.

Tender Reference No.__________________________

Tender ID No. ________________________________

Name of Tender/ Work / Item ________________________________________________

_________________________________________________________________________ Dear Sir,

1. I / We have downloaded / obtained the tender documents(s) for the above mentioned

“Tender / Work / Item” from the web site(s) namely:

_______________________________________________________________________

_____________________________________________________ as per your

advertisement, given in the above mentioned website(s).

2. I / We hereby certify that I/We have read and understood the entire terms and conditions

of the tender documents (including all documents like Special Notes, annexure(s),

Schedules(s), Specifications of the item(s), etc.) which form part of the contract

agreement and I / We shall abide hereby the terms / conditions / clauses contained

therein.

3. The corrigendum(s) issued from time to time by your department/ organization too has

also been taken into consideration, while submitting this acceptance letter.

4. I / We hereby unconditionally agree & accept the tender conditions of above mentioned

tender document(s) corrigendum(s) in its totality / entirety.

5. In case any provisions of this tender are found violated or breached then your department

/ organization shall without prejudice to any other legal right or remedy be at liberty to

reject this tender / bid including the forfeiture of the full said earnest money deposit

absolutely.

Yours Faithfully,

(Signature of the Bidder, With Official Seal)

Page 79: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

78

ANNEXURE-II

SECTION-I

MANUFACTURERS’ AUTHORISATION FORM

(Please see Clause 2(a) of Eligibility Criterion)

No.__________________________________Dated___________________________

To,

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION

“SARAS SANKUL”, J.L.N. MARG,

JAIPUR – 302 017.

Sub : - Tender reference No._______________________________________.

Dear Sir,

We________________________________________ an established and reputable

manufacturers of ______________________________________________ having factories at

________________ and _______________________ do hereby authorise

M/s._____________________________________________ (Name and address of Agents) to bid,

negotiate and conclude the contract with you against tender reference

No.__________________________________ for the above said goods manufactured by us. No

company or firm or individual other than M/s._________________________

________________________________ are authorise to bid, negotiate and conclude the

contract in regard to this business against this specific tender.

We hereby extend our full guarantee and warranty for the goods offered for supply

against your tender.

Yours faithfully,

(NAME)

for and on behalf of M/s.

(Name of Manufacturers) Note : This letter of authority should be on the Letter Head of the manufacturing concern and

should be signed by a person competent and having the power of attorney to bind the manufacturer.

Page 80: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

79

ANNEXURE-III

SECTION-II – SCHEDULE-I

(Refer clause No.2(b) of Eligibility Criterion)

Major works successfully completed during the past five years

Sr.

No.

Name of

Work Place

Contract

Reference

Name

of client

Value

of

Work

Time of

Completion

Date of

Completion

Note : Indicate plant capacity and major parameters handled.

Completion Certificate from Clients should be enclosed with the bid.

Page 81: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

80

ANNEXURE-IV

SECTION-II – SCHEDULE-II

(Refer clause No.2(b) (iii) of Eligibility Criterion)

WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR

Sr.

No.

Name of

Work

Work

order

reference

Name of

client

Place of

work

order

Value of

Work

order

Completion

period

Date

Note : Indicate plant capacity and major parameters handled.

Page 82: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

81

ANNEXURE-V

SECTION – III

TECHNICAL DEVIATION STATEMENT FORM

(Refer Clause 5 of Eligibility Criterion)

The following are the particulars of deviations from the requirements of the tender specifications

:

CLAUSE DEVIATION REMARKS

(Including justification)

Dated Signature and seal of

the Manufacturer/Bidder

NOTE :

(1) Where there is no deviation, the statement should be returned duly signed with an

endorsement indicating “No Deviations”.

(2) The technical specifications furnished in the bidding document shall prevail over those of

any other document forming a part of our bid, except only to the extent of deviation

furnished in the statement.

Page 83: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

82

ANNEXURE-VI

RATE QUOTATION FORM FOR SUPPLY / SUPPLY, INSTALLATION &

COMMISSIONING OF EQUIPMENT

ALL RATES TO BE FILLED IN PRESCRIBED .XLS FILE ONLY

(TO BE UPLOADED IN FINANCIAL BID COVER-2)

Tender Inviting Authority: Rajasthan Co-operative Dairy Federation Ltd.

PRICE SCHEDULE-PART-2

Name of Work: “DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 20

KLPD CHILLING PLANT ALONGWITH UTILITIES ON TURN KEY BASIS” AT GHADSANA DISTRICT SRIGANGANAGAR

(RAJ.)”.

Contract No. RCDF/DPM& Proj./P-7240/2016-17/ Dated 15.11.2016

Bidder Name:

PRICE SCHEDULE

Sl.

No

.

Item

Description

Basic

Price

(in.

Rs.)

(Part

I)

Packin

g &

forwar

ding

charges

Excise

Duty

Sales

Tax/R

ST/CS

T/VA

T in

Rs

Entry

tax if

any

Transp

ortatio

n and

Insaur

ance

Any

Other

Charges

if Any

Total

FOR

Site

Price

of 3-9

Installati

on and

Commssi

oning

Charges

(part II)

Ser

vice

Tax

Total

Amou

nt In

Rs.

(10-

12)

1 2 3 4 5 6 7 8 9 10 11 12 13

1 Total Net FOR

Unit Price for

supply,

installation &

commissioning

0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00

***Total in Figures 0.00 0.00

Page 84: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

83

ANNEXURE – VI

DETAILS

PART 1. : “DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 20 KLPD MILK CHILLING PLANT

ALONGWITH UTILITIES ON TURN KEY BASIS” AT GHARSANA DISTRICT SRIGANGANAGAR (RAJ.).

ALL RATES TO BE FILLED IN PRESCRIBED .XLS FILE ONLY

LIST OF EQUIPMENTS AND FORMAT FOR 20 KLPD CHILLING PLANT

Tender Inviting Authority: Rajasthan Co-operative Dairy Federation Ltd.

PRICE SCHEDULE-PART-1

NOTE : TOTAL RATE OF SUPPLY & TOTAL RATE OF ERECTION AND COMMISIONING OF PRICE SCHEDULE -

PART-1 SHOULD BE FILLED IN PRICE SCHEDULE-PART-2 IN COLUM NO 3 AND COLUM NO 11 RESPECTIVELY.

Contract No. RCDF/DPM& Proj./P-7240/2016-17/ Dated 15.11.2016

Bidder Name:

Sl.

No.

Item Description Capacity Quantity Units Unit Rate

of Supply

Unit

rate of

erectio

n &

Commi

sioning

Total

rate of

supply

Total

rate of

erectio

n &

Commi

sioning

Total rate

of (supply,

erection &

Commisioni

ng)

1 2 3 4 5 6 7 8 9 10

1.0 Milk Reception

1.1 Chain Can Conveyor

with can tipping bar

(powered )

* As per

T.S.

1 set 0.00 0.00 0.00 0.00 0.00

1.2 Dump Tanks -

1000 Kg.

* As per

T.S.

1 No. 0.00 0.00 0.00 0.00 0.00

1.3 Platform balance 100

Kg.

Suitable 1 Set 0.00 0.00 0.00 0.00 0.00

2.0 Service Equipment

2.1 Complete Refrigeration

Plant with Ice Bank

system with suitable

IBTs, Ammonia

Compressors,

Condensers, Condenser

Pumps, etc.

* As per

T.S.

1 Lot 0.00 0.00 0.00 0.00 0.00

2.2 Hot Water Generator with

accessories

Suitable 1 Set 0.00 0.00 0.00 0.00 0.00

3.0 Electricals

3.1 Complete electrical

work consisting of HT

& LT switch geares,

panels for 11 KVA 3

* As per

T.S.

1 Set 0.00 0.00 0.00 0.00 0.00

Page 85: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

84

phase 50 Hz. AC

Supply consisting of

following. HT switch ,

LT panel, having

provision for

(Refrigeration section,

process section,

External lighting,

Internal lighting, ETP,

Pump House etc. 210

KVA Transformer (star

rating) with

accessories, Automatic

power factor control

panel with capacitor

bank, HT/LT cables,

control panels, cables

various size etc.

4.0 General

4.1 D.G. Set 100 KVA (Optional)

* As per

T.S.

1 Set 0.00 0.00 0.00 0.00 0.00

4.2 Work shop tools Suitable 1 Lot 0.00 0.00 0.00 0.00 0.00

4.3 Lab equipments Suitable 1 Lot 0.00 0.00 0.00 0.00 0.00

4.4 Supply, Erection &

commissioning of

equipment alongwith

allied pipe lines i.e. (SS

pipe line, SS inline

stainer, SS Valves &

fittings, GI pipe line,

MS pipe lines with

required valves &

fittings, MS Pipe line

HP / LP with

insulation and steam

valves)

* As per

T.S.

1 Set 0.00 0.00 0.00 0.00 0.00

Total 0.00 0.00 0.00 0.00 0.00

***Total in Figures 0.00

***Total in Words

Page 86: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

85

ANNEXURE – VII

AGREEMENT

(On non judicial stamped paper of value Rs.500/-, 1000/- & 5000/-)

1. An agreement made this ___________ day of ____________ between

M/s.____________________ hereinafter called “approved supplier” which expression shall

where the context so admits, be deemed to include his heirs, successors, executors and

administrators of the one part and the Rajasthan Co-operative Dairy Federation Ltd. (hereinafter

called “the Federation” which expression shall, where the context so admits, be deemed to

include his successors in office and assigns) of the other part.

2. Whereas the approved supplier has agreed with the Federation for supply, installation,

testing and commissioning of & all those articles set forth in the supply order/work order

issued vide No._________ and in the manner set forth in the aforesaid order.

3(a) And whereas the approved supplier has deposited a sum of Rs._______ in form of Demand

Draft as security for the due performance of the agreement.

3(b) And whereas the approved tenderer/supplier has agreed :

(i) to keep the security deposit with the Federation in form of demand draft for an initial period of

12 months or such extended period so as to cover the period of performance of contract i.e.

supply/erection/commissioning as per purchase order. In case the contractor/supplier completes

its contractual obligations before 12 months the deposit can be refunded before 12 months at

the sole discretion of RCDF before aforesaid period of 12 months.

(ii) that no interest shall be paid by the Federation on the security deposit.

(iii) that in case of breach of any terms & conditions of the aforesaid supply order of this

agreement by the contractor/supplier the amount of security deposit shall be liable to

forfeiture in full or part by the Federation.

NOW THESE PRESENT WITNESS

1. In consideration of the payment to be made by the Federation at the rates setforth in the aforesaid

supply order/work order, the approved supplier will duly supply the articles setforth/execute the

work in the aforesaid supply order/work order and in the manner setforth and within the period

stipulated in the conditions of the tender and order.

2. The conditions of the tender as given in the tender document for the work, conditions of

the aforesaid supply order/work order and also any subsequent amendment as may be

issued by the Federation will be deemed to be taken as part of this agreement and are

binding on the parties executing this agreement.

Page 87: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

86

3(a) The Federation do hereby agree that if the approved supplier shall duly supply the said

articles/execute the work in the time and manner aforesaid, observe and keep the said

terms & conditions, the Federation shall pay or cause to be paid to the approved supplier,

at the time and in manner set forth in the said conditions, the amount payable for each

and every consignment/work executed on supplier‟s raising bills.

3(b) The mode of payment will be as specified in the supply order/work order.

4. Delivery shall be effected and completed in the manner and time specified in the supply

order.

5. In case the approved supplier fails to deliver the goods/execute the work within the time

specified in the aforesaid supply order/work order, the conditions of liquidated damages

clause and penalty those for late deliveries as stipulated in the aforesaid tender/supply

order/contract shall be enforced.

6. In case of any doubt or question arising on the interpretation pertaining to the supply

order/tender the terms of the contract shall be binding, override and final over the supply

order/tender.

7. If any dispute or difference shall at any time arise between the two parties in respect of or

concerning any of this herein contained or arising out of this supply

order/tender/agreement as to the rights, liabilities or duties of the said parties hereunder

or as to the recovery of any amount, the same shall be referred to the sole arbitrator M.D.,

RCDF who in turn may refer the dispute to any officer of RCDF for adjudication. The

arbitration shall be in accordance to the law of Arbitration and Conciliation Act, 1996.

The decision of the Sole Arbitrator shall be final and binding on both the parties.

8. All the disputes pertaining to the said contract shall vest to the jurisdiction of Courts at

Jaipur.

In witness whereof the parties hereto have set their hands on the _____________ day ______________________.

SIGNATURE OF THE SIGNATURE FOR AND ON

APPROVED SUPPLIER: BEHALF OF the Federation:

Page 88: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

87

Witness No.1 Witness No.1

Signature :______________________ Signature :_________________

Name :______________________ Name :_________________

Address :______________________ Address :_________________

______________________ _________________

______________________ _________________

Witness No.2 Witness No.2

Signature :______________________ Signature :_________________

Name :______________________ Name :_________________

Address :______________________ Address :_________________

______________________ _________________

______________________ _________________

Page 89: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

88

ANNEXURE-VIII

(Form of Bank Guarantee against 30% advance sought from the Dugdh Sanghs for

supply/erection contracts)

1. In consideration of the ______________ ZILA DUGDH UTPADAK SAHAKARI SANGH

LTD.,_______________ (hereinafter called “The SANGH”) having agreed to grant an advance

of Rs.___________(Rupees____________________________ only) to

M/s.________________________ (hereinafter called the said supplier(s) under the terms and

conditions of an agreement /Purchase Order No._________________ dated _____________

made between the Rajasthan Co-operative Dairy Federation Ltd., Jaipur and / or SANGH and

M/s.______________________ for supply/erection and commissioning (hereinafter called the

said agreement/purchase order) on production of a Bank Guarantee for Rs.________________

(Rupees ___________________________ only), We _______________________(hereinafter

called “The Bank”) do hereby undertake to pay the SANGH an amount not exceeding

Rs.______________(Rupees________________________ only) against any loss/damage

caused to or suffered or would be caused to or suffered by the SANGH by reasons of any

breach by the said supplier(s) or any of the terms and conditions mentioned in the said

agreement/Purchase Order.

2. We ________________________ (Name of the Bank) do hereby undertake to pay the amount

due and payable under this guarantee without any demur, merely on a demand from the SANGH

stating that the amount claimed is due by way of loss or damage caused to or would be caused to

or suffered by the SANGH by reasons of any breach by the said supplier(s) or any of the terms

and conditions contained in the said agreement/Purchase Order, or by reason of the supplier(s)

failure to perform the said agreement/purchase order. Any such demand made on the Bank shall

be conclusive as regards the amount due and payable by the Bank under this guarantee. However

our liability under this guarantee shall be restricted to an amount not exceeding Rs.___________

(Rupees ____________ only).

3. We _______________ (Name of the Bank) further agree that the guarantee herein contained

shall remain in full force and effect during the period that would be taken for the performance

of the said agreement/purchase order and that it shall continue to be enforceable till all the dues

of the SANGH, under or by virtue of the said agreement/purchase order have been fully paid

and its claims satisfied or discharged or till the SANGH certifies that the terms and conditions

of the said agreement/purchase order have been fully and properly carried out by the said

supplier(s) and accordingly discharge the guarantee unless a demand of claim under this

guarantee made on us in writing on or before _______________. We shall be discharged from

all liabilities under this guarantee thereafter.

4. We _______________ (Name of the Bank) further agree with the SANGH that the SANGH shall

have the fullest liberty without our consent and without affecting in any manner our obligations

hereunder to vary any of the terms and conditions of the said agreement/purchase order to extend

the time of performance by the said supplier(s) from time to time or to postpone for any time or

Page 90: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

89

from the time to time any of the power exercisable by the SANGH against the said supplier(s)

and to forbear or endorse any of the terms and conditions relating to the said agreement/purchase

order and we shall not be relieved from our liability by reason of any such variation of extension

or for any forbearance, act or omission on the part of the SANGH or any indulgence by the

SANGH to the said supplier(s) or by any such matter or thing whatsoever which under the law

relating to sureties would but for this provision have effect of so relieving us.

5. We _________________ (Name of the Bank) lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the SANGH in writing.

6. Notwithstanding anything stated above our liability under this guarantee is restricted to

Rs.________________(Rupees __________________________ only). Our guarantee shall

remain in force until unless a suit or an action to enforce a claim under this guarantee is filed

against us before that date, i.e. on or before ____________ all your rights under the said

guarantee shall be forfeited and we shall be released and discharged from all liability thereunder.

The Bank agrees that the amount hereby guaranteed shall be due and payable to the SANGH on

SANGH‟s serving a notice requiring the payment of the amount and such notice shall be served

on the Bank either by actual delivery thereof to the Bank or by despatch thereof to the Bank by

registered post at the address of the said Bank. Any notice sent to the Bank at its address by

Registered Post shall be deemed to have been duly served on the Bank notwithstanding that the

notice may not in fact have been delivered.

NOTWITHSTANDING – anything contained herein :

1) Our liability under this Bank Guarantee shall not exceed

Rs.____________(Rupees______________________________________only).

2) This Bank Guarantee shall be valid upto _________________ and,

3) We are liable to pay the guaranteed amount under this Bank Guarantee only and only if you

serve upon us a written claim or demand in the manner specified above on or before

______________.

7. Notwithstanding anything stated above the Bank Guarantee shall be discharged by the SANGH

once the advance amount released against the Bank Guarantee along with interest or penalty if

any payable on such advance has been fully recovered/adjusted.

Place :

Date :

Signature & Seal

Page 91: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

90

ANEXURE-IX

(Performa of Bank Guarantee for releasing 10% balance payment)

(On Non-judicial stamp paper)

This deed of Guarantee made on this __________ day of ____________ 20 (Two

thousand___________________) by _____________ (Name and address of the Bank) (hereinafter

referred to as “The Bank”) which expression shall where the context or meaning so requires, includes

the successors and assignees of the Bank and furnished to the ____________ ZILA DUGDH

UTPADAK SAHKARI SANGH LTD., _____________________ (hereinafter referred to as “The

SANGH” which expression shall unless repugnant to the context or the meaning there of include its

legal representatives, successors and assignees.

WHEREAS the Rajasthan Co-operative Dairy Federation Ltd., Jaipur and / or SANGH has

placed its purchase order bearing No._________ dated ________ (Name and address of the party)

(Hereinafter called “The supplier”) for supply /and erection of ________________ and WHEREAS the

SANGH has agreed to pay to the supplier final 10% of the value of the equipment on submission of a

Bank Guarantee of equal amount, which will be kept valid up to ________ from the date of supply or 12

months from date of commissioning of material at site.

In consideration of the SANGH having agreed to pay to the supplier

Rs.___________(Rupees_______________only) being the last 10% of the value of the equipment,

we__________(Name of the Bank) hereby undertake and guarantee to make repayment to the SANGH

of the said 10% amount or any part thereof which does not become payable to the supplier by the

SANGH in accordance with the terms and conditions of the said purchase order. The Bank further

undertakes not to revoke this guarantee during its currency except with the previous consent of The

SANGH in writing and this guarantee shall be a continuous and irrevocable guarantee upto a sum of

Rs.______ (Rupees___________only). The Bank shall not be discharged or released from this guarantee

by any arrangement between the supplier and the SANGH with or without the consent of the Bank or

any alterations in the obligations of the parties or by any indulgence, forbearance shown by the SANGH

to the supplier and that the same shall not prejudice or restrict remedies against the Bank nor shall the

same in any event be a ground of defence by the Bank against the SANGH. We_________ (Name of the

Bank) do hereby undertake to pay an amount due and payable under this guarantee without any demur,

merely or demand from the SANGH stating that the amount claimed is due to the SANGH. In case the

SANGH puts forth a demand in writing on the Bank for the payment of the amount in full or in part

against this guarantee, the Bank shall consider that such demand by itself is a conclusive evidence and

proof that the supplier has failed in complying with the terms and conditions stipulated by the Rajasthan

Co-operative Dairy Federation Ltd., Jaipur and / or SANGH without raising any dispute regarding the

reasons for any such lapse/failure on the part or the supplier.

This guarantee shall be in addition to and without prejudice to any other securities or remedies

which the SANGH may have or hereafter possess against the supplier/tenderer and the SANGH shall be

under no obligation to marshal in favour of the Bank any such securities or fund or assets that the

SANGH may be entitled to receiving or have a claim upon and the SANGH at its absolute discretion

may vary, exchange, renew, modify or refuse to complete or enforce or assign any security or

instrument.

The Bank agrees that the amount hereby guaranteed shall be due and payable to the SANGH on

SANGH‟s serving a notice requiring the payment of the amount and such notice shall be served on the

Page 92: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

91

Bank either by actual delivery thereof to the Bank or by despatch thereof to the Bank by registered post

at the address of the said Bank. Any notice sent to the Bank at its address by Registered Post shall be

deemed to have been duly served on the Bank notwithstanding that the notice may not in fact have been

delivered to the Bank.

In order to give full effect to the provisions of this guarantee the Bank hereby waives all rights

inconsistent with the above provisions and which the Bank might otherwise as a guarantor be entitled to

claim and enforce.

Notwithstanding anything contained here in before, our liability under this guarantee is restricted

to Rs.____________(Rupees_______________________only) and it shall remain in force until

__________, unless a suit or action is filed against us to enforce such claims, within three months from

the aforesaid date, all the SANGH‟s rights under this guarantee shall be forfeited and we shall be

relieved and discharged from all liabilities thereunder.

Place :

Date :

(SIGNATURE)

Seal

Page 93: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

92

ANNEXURE – IX(A)

Page 94: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

93

Page 95: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

94

ANNEXURE – X (SUB SECTION – 1)

DETAILED

TECHNICAL

SPECIFICATION

Page 96: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

95

Plant & Machineries

S.

No

Particulars Quantity

1.0 MILK RECEPTION

1.1 Chain can Conveyor with Can tripping bar (Powered) 1 Set

1.2 Dump Tank 1000 Kgs. 1 No.

1.3 Plateform balance 100 Kg. 1 No

2.0 SERVICE EQUIPMENTS 2.1 Complete Refrigeration Plant with Ice Bank system with suitable IBTs,

Ammonia Compressors, Condensers, Condenser Pumps, etc.

1 Set

2.2 Hot Water Generator 100000 KCAL/HR with accessories. 1 Set

3.0 ELECTRICAL

3.1 Complete electrical work consisting of HT & LT switch geares, panels

for 11 KVA 3 phase 50 Hz. AC Supply consisting of following. HT

switch, LT panel with remote control panel having provision for

Refrigeration section, process section, External lighting, Internal

lighting, ETP, Pump House etc. 210 KVA Transformer (Star rating)

with accessories, Automatic power factor control panel with capacitor

bank, HT/LT cables, control panels, cables various size etc.

1 Lot

4.0 General :

4.1 DG Set 100 KVA with change over switch 1 Set

4.2 Work shop tools 1 Lot

4.3 Lab Equipments 1 Lot

4.4 ETP 50 KLPD package type 1 Lot

4.5 Erection & Commissioning Erection & commissioning of equipment

alongwith allied pipe lines i.e. (SS pipe line, SS Inline stainer, SS

valves and fittings, GI pipe line, MS pipe lines with required valves &

fittings, MS Pipe line HP / LP with insulation and steam valves)

1 Lot

Note:-

(1) The plant & machinery, utilities shall be supplied as per respective specification detailed at

Annexure -

(2) The tenderer should provide plant and machinery layout defining inter-connection of equipment

and flow of milk, water, steam etc.

(3) Following approvals are required from RCDF before fabrication of equipment and for the

execution of awarded work:- General arrangement drawing of the IBT coils, accumulator and

valves arrangement shall have to be got approved by the contractor before fabrication.

(4) Hot water generation system :

Hot water generation with chimney, R.O. system of suitable capacity, feed water tank, day oil

service tank, Diesel tank, Diesel pump (manual).

(5.) Complete electrical work :

Metering system, HT/LT panel with equipped with all safety control, ACBs/MCCB, transformers,

DG Set, APFC panel, HT & LT cables, cable tray.

(6) In addition to the standers mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union/RCDF :-

Page 97: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

96

a. Indian Electricity Act and rules framed there under.

b. Fire, Insurance and Regulations Act.

c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity

Board.

d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.

e. Regulations laid down under the Explosive Act.

f. Regulations as per Weight and Measure Act.

g. Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.

h. Bureau of Indian Standards

i Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that

operation of the plant could be started as per rules and regulations from the day one after handing over

the plant. However, actual fee and other charges deposited with the government authorities will be

reimbursed to the Contractor after production of receipt.

Page 98: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

97

TECHNICAL

SPECIFICATION OF ITEMS

UNDER HEAD MILK

RECEPTION

Page 99: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

98

TECHNICAL SPECIFICATION OF CAN LOADING CONVEYING SYSTEM WITH CAN

TRIPPING BAR.

1.0 FUNCTIONAL REQUIREMENTS

The can conveyor shall be used to carry 40 L capacity milk filled cans for reception dock up to the

tipping point for milk dumping.

2.0 DESIGN REQUIREMENTS

2.1 Can tipping height - 1000mm (approx.)

2.2 POWERED DOUBLE CHAIN CONVEYOR : The powered double chain conveyor is to carry

all filled cans from the edge of the reception dock to the tripping in a stable manner. This

conveyor should have an effective length of 4 Mtrs. (subject to actual site conditions) and rise

from in floor position to the can tipping height. The complete conveyor assembly should be

made from mild steel and heavily galvanized after fabrication, should be sand blasted and

galvanized. The powered conveyor shall have to be as per site conditions and for which the

party should visit the site at Chilling plant for collecting the data for exact placement of the

conveyor and subsequently submit the detailed drawing for its approval to RCDF. Only after

the drawing has been duly approved by RCDF, the party should commence the fabrication.

The powered double chain conveyor shall have the gear box with a 3 HP drive motor. The

gear box should be of a reputed make and the motor should be of Kirloskar/NGEF/ Crompton/

Bharat Bijlee/ Jyoti make.

2.3 LEGS : All the conveyor assemblies shall have sufficient number of galvanized mild steel legs

with stainless steel ball feet having 50mm vertical adjustment - 1 Lot

2.4 LUBRICATION : Adequate and accessible lubricating points for all the moving parts and

power transmission assemblies.

2.5 PAINTING : All the galvanized mild steel surfaces are to be painted with a coat of epoxy

primer followed by two coats epoxy paint of grey colour.

2.6 TOOLS : Essential special tools should be supplied with the conveyor without charging any

extra cost.

NOTES :

1. General arrangement of this equipment should be designed to ensure the placement of

conveyor above ground level (trench system will not be preferred). The tenderer is

required to provide detailed drawing to be got approved from RCDF.

Page 100: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

99

TECHICAL SPECIFICATION OF

DUMP TANK

CAPACITY: 1000L

1.0 FUNCTIONAL REQUIREMENTS

It will work as a balance tank for milk in between the weigh bowl and milk chiller ,

2.0 DESIGN REQUIREMENTS

2.1 CAPACITY: 1000L

2.2 Dimensions of the tank: The dimensions of the tank in general will be as under ;

Inner length - 1500 mm

Inner width - 1100 mm

Overall height - 980 mm

(including the legs)

However, looking to site conditions RCDF may vary dimensions.

2.7 Slope: 1:15 towards the outlet (from all the three sides).

2.8 Finish: All the welding joints are to be ground smoothly. All stainless steel surfaces are to be

polished to 180 grits.

2.9 Joint Curvatures: All inside corners should have minimum radii of 25 mm

3.0 SCOPE OF SUPPLY

3.1 Tank: The tank should be fabricated from 2mm thick stainless steel, sheet conforming to AISI

304. The top edges of the tank should be bent outward smoothly. – 1 no.

3.2 Accessories

3.3 Cover: The loose fitting tri-sectional top cover with lifting handles should be fabricated from

2mm thick stainless steel sheet conforming to AISI 304. – 3 nos.

3.4 Legs: Mild Steel legs with stainless steel pipe (AISI 430) cladding with stainless steel ball feet

provided at the bottom of the tank. The stainless less steel ball feet should have provision for

height adjustment of 50 mm. – 4 nos.

3.5 Outlet: The single bottom – outlet of 63.5 mm diameter located in the middle of a long side. It

should be fitted with a 63.5 mm dia stainless steel plug type flanged valve with complete

stainless steel union on the other end. The outlet should be cup type and should be at a height

of 230 mm from the finished floor level. – 1 no.

4.0 TESTS

The following tests should be conducted by the manufacturer at its works

Dye penetration test for welding joints

Water fill-up test for water tightness of the tank.

NOTE :-

1. General arrangement of this equipment should be as per the attached reference drawing.

However there may be some changes in dimensions to suit site conditions, maintaining the

same volume.

Page 101: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

100

TECHNICAL

SPECIFICATIONS

OF

SERVICES

Page 102: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

101

TECHNICAL SPECIFICATIONS FOR THE TURNKEY JOB OF REFREGERATION PLANT FOR

20KLPD (TWENTY KLPD.) LITRE PER DAY CAPACITY CHILLING PLANT AT GHARSANA,

RAJASTHAN.

The job involves the turnkey project to be executed towards the supply, erection, testing &

commissioning of various equipment for establishing refrigeration plant for milk processing capacity

20,000 litre per day at new dairy at Gharsana in Rajasthan. The equipment mainly shall comprise of

ammonia compressors, ice bank tanks, ice accumulating coils, accumulator, air-purser, atmospheric

condensers, condenser pumps, ammonia receiver, chilled water pumps, temperature indicator for IBT

suction and discharge lines vapors, cold store insulation, air handling units for the cold store and

related accessories at Gharsana Dairy:

A. Scope of work:-

The turnkey project shall cater to a load of milk chilling, milk pasteurization and keeping the

packed milk at predefined temperature in cold store for 20,000 litre of milk per day. To cater

to the refrigeration load of Gharsana Dairy 2 numbers Ammonia compressors (1 operating + 1

standby) with IBTs, Ice Accumulating coils, Ammonia Receiver, Chilled water pumps,

forward and return chilled water pipe lines with due insulations, necessary valves and fittings

& related accessories, condenser pipes, condenser pumps, related valves and fittings, related

ammonia valves and fittings, related accessories like electronic float, gauges, RTD alongwith

temperature indicator of suitable range to indicate the temperature of suction and discharge line

vapours, airpurser system etc. need to be supplied and installed.

The job involves supply, installation and commissioning of 2 Nos. 6”x6” size Frick/equivalent

size Kilsokar make ammonia compressors, (equivalent make subjected to purchaser

approval) Ice Bank Tanks, Ice Accumulating Coils, 2 Nos. Accumulator, IBT Agitators with

motors for the IBTs and wooden covers of Assam Teak / seasoned wood, forward & return

chilled water pipe lines, Chilled water header, chilled water pumps, overflow and drain piping,

atmospheric condensers, condenser pumps, related pipes, valves, NRVs, filters, various

ammonia valves and water line valves, insulation and aluminium cladding of various pipe

lines, electricals alongwith accessories viz electronic float, solenoid valve, ice limit switch, oil

purging line, LCD temp. indicators, pressure gauges etc., related valves, fittings & gauges etc.

at Gharsana Dairy.

The supplier shall be required to ensure that no damage occurs to any of the structure / building

of the Plant. If any existing structure / line is required to be removed for the job, the contractor

has to make it good and restore to its existing state at his cost.

Important Note :-

The tenderer is advised to visit the site so as to apprise himself of actual site conditions &

quantum of work involved.

1.0 TECHINCAL SPECIFICATIONS:

1.1 Ammonia Compressors - 2 Nos.

Page 103: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

102

Two Nos. heavy duty industrial type double cylinder reciprocating Frick make ammonia compressor

9” x 9” size Frick / equivalent Kilsokar make (equivalent make subjected to purchaser approval)

to operate at minus 10 degree C suction & plus 40 degree C condensing temperature while running at

440 RPM. Supplier should specify the make, model and operating RPM of compressor. Maximum

allowable RPM should also be specified. Each ammonia compressor should be complete with the

following:-

- Automatic un-loader and capacity controller.

- Suction and discharge manifolds with isolating valves.

- Safety relief valve.

- High, low oil pressure gauge.

- High, low & differential pressure cutouts of Indfoss make

- Gauge board (to be installed separately)

- Oil gauge glass with valves, high pressure gauge and cutouts

- All interconnecting lines and valves

- Thermowell to be provided in suction and discharge lines

- Provision for reverse cycle

- Fly wheel

- Belt guard, V. Belts.

- Anchor bolts.

- Tools and wrenches

- Motor pulley.

1.2 For the Ammonia compressors – Ammonia oil separator of suitable capacity complete with

counter flanges with float valve and oil filter for automatic return of oil to the crank case shall

have to be provided.

1.3 For each ammonia compressor Kirloskar / Siemens make 40 HP/ 30 KW TEFC squirrel cage

induction motor complete with Key shall have to be provided. The motor should be 3 phase,

440 V, 50 Hz. and for continuous rating for driving the above compressor. It should be

provided with slide rails, foundation bolts etc.

1.4 SIEMENS/L&T make star-delta starter for each of above motor for the ammonia compressor.

Cable with tray for connecting motor and starter are included in the tender. Cable should be of

reputed make of suitable size.

1.5 The likely length of each Gas Header of 100mm & 80mm will be 8 to 10 meters approx. the

suction vapour pipe is to be insulated. The actual suction vapour and hot discharge gas

pipe length may vary. Hence supplier must quote their unit rate for supply and erection

and insulation of gas pipes.

All pipes to be used are to be of Tata Make „C‟ class ERW only.

1.6 Supplier should note that scope of work includes complete supply, installation, testing and

commissioning of compressors, motors, starters etc and therefore all allied work and requisite

material falls in the scope of supplier except civil works of foundation. The suction and

discharge lines are to be supplied and erected along with requisite valves & NR valves etc.

Page 104: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

103

2.0 IBTs - 2 Nos.

Two Nos. of Ice Bank Tanks each of inner dimensions as 6.5 M x 2.25 M x 2.00 M high to

accommodate a total of approximate 900 RMT Accumulating coil (say 450 RMT of coil in

each IBT) & 2 nos. agitators (1 in each tank) are to be supplied and installed. The tanks shall

be fabricated out of 6 mm thick M.S. sheet for walls including compartment/partition walls and

8 mm thick M.S. sheet for bottom. The tanks shall be complete with M.S. Framed structure

and sufficient stiffeners to keep all the sides of tanks straight (without deflection) when full

with water as well as during operations. 50 mm thick wooden covers of Assam Teak /

Seasoned wood for tanka, overflow, outlet and valved drain connections shall have to be

provided. The tanks shall be supplied in knock down conditions and fabricated at site.

However all civil jobs pertaining to construction of foundation for IBTs and wall all around

IBTs (after insulation) etc. shall be carried out by concerned Milk Union, and is not in the

scope of tenderer.

On the top of the IBTs necessary M.S. angle structure shall be required to be provided in order

to make the wooden covers rest on it and to bear additional load of operators moving on roof

of IBTs for operation / maintenance. The wooden covers for the tank should be fabricated in

two equal layers each of 25 mm thick Assam Teak / seasoned wood. The two layers should be

separated by a water proof paper. The covers should be made in sections for easy removal and

inspection of tanks. The covers should be suitably varnished and provided with sufficient no.

of sturdy lifting handles.

The IBTs is to be compartmented in two suitable parts with suitable no. of coils on each side.

Necessary horizontal and vertical stiffeners/supports to be clamped with coils to keep them in

position. At the bottom, the coils shall have to be supported on M.S. channel of at least 75 x

40 mm size. All these shall have to be galvanized. General arrangement drawing of the coils,

accumulator etc. shall have to be got approved by the supplier before fabrication.

NOTE: The dimensions of IB Tank can be altered to suit to site condition.

2.1 The Ice Accumulating coils are required to be supplied and installed. These coils shall be

accommodated in the IBTs. The Ice Accumulating coils are required to be fabricated out of 32

mm N.B. M.S. „C‟ class ERW pipe TATA make, sand blasted and spray galvanized after

fabrication with the upper and lower headers, oil purging arrangements etc. complete with

accumulator, requisite ammonia valves etc. The Ice accumulating coils should be designed to

ensure accumulation of minimum of 50 mm thick ice.

For each IBT 2 Nos. upper headers one each for one set of columns of coils shall be provided

and each upper header shall be of 4” in dia and of M.S. „C‟ class TATA make pipe. Similarly

for each IBT the 2 Nos. lower headers, one each for one set of columns of corresponding coils

shall have to be provided and each lower header shall be of 3” dia and M.S. „C‟ class TATA

make pipe. All the headers should be duly sand blasted and spray galvanised with risers.

2.2 The total length of Ice Accumulating coils shall be approximately 900 RMT.

2.3 The coil is to be so arranged in each tank so that there is a 6” clear air gap between the adjacent

coil in horizontal plane and 5” clear air gap between adjacent coils in vertical plane. However

the first coil and the last coil shall have an air gap of at least 4” from the wall (including the

Page 105: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

104

partition/compartment wall). General arrangement drawing of the coils, accumulator and

valves arrangement shall have to be got approved by the contractor before fabrication.

2.4 Each coil is to be placed in the IBT in such a fashion that top pipe of the coil is nearly 11”

below the top of IBT.

2.5 Oil purging connections and valves shall have to be provided and installed.

2.6 Suitable accumulator shall have to be provided and placed on each IBT, with due connections

and fittings and accessories properly / placed. The accumulator shall have to be suitably

insulated with 2” thick insulation and cladded by 26 gauge aluminimum sheet. The drawing

showing the details of accumulator and arrangement of fittings and accessories upon it shall

have to be got approved from RCDF.

The requirement of ammonia suction line approx. 5 Mtr. for the accumulator should be of MS

„C‟ class TATA make. This shall have to be supplied and installed with ammonia flanged

valve of Super / Super Maini make in between the suction line and the accumulators. This

piping shall have to be suitably insulated with 2” thick insulation and cladded with the

aluminium sheet after making due connections to the accumulators. This pipe line shall be

suitably supported on wall supports as per existing arrangement.

Ammonia liquid line approx. 12 Mtr. OF MS „C‟ class TATA make shall have to be provided

from the receiver to the IBTs alongwith two Nos. Super / Super Maini make flanged valves.

2.7 Ammonia liquid receiver of suitable size and of adequate capacity (approx. 2000 Kg.) to

receive the refrigerant of the system complete with the following:-

Liquid inlet valve of suitable size for Double the capacity mentioned above.

Liquid outlet valve of suitable size -do- -do-

Oil and air purging valves of suitable sizes.

Gauge glass with double valves, the gauge glass should be enclosed in a metal casing.

Pressure gauge with valve.

Safety valve with arrangement to connect its outlet to a place of safety and equalizing

connection. Necessary water sprinkler system needs to be provided to safeguard against high

head pressure and in the event of any leakage of ammonia.

2.8 Suitable electronic float of Manik/Manor/Cstle make alongwith solenoid valve interconnecting

ammonia line and valves (bye pass line, expansion valve, strainer etc.) as required shall have to

be provided for proper flow of refrigerant in ice accumulating coils. All ammonia valves

should be of flange type. (Schematic drawing to be got approved before installation).

2.9 3 Nos. (2 operating + 1 standby) 5 H.P. Suitable chilled water centrifugal type for 31 Mt. head

gun metal Beacon make monoblock pumps having 3 phase 440 Volt TEFC motor.

2.10 One No. Ice Accumulating limit switch (for each of the IBT coil)o of Danfoss/Indofoss/Manik

make to be provided for automatic stoppage of ammonia compressors when desired thickness

of ice is achieved on coils, for each set.

Page 106: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

105

TESTING:-

2.11 The coil set shall have to be pressure tested at 18 Kg./Sq.Cm. pressure for leakage of joints etc.

and vacuum test before charging of Ammonia finally flushed with Nitrogen followed by

vacuum testing before charging of Ammonia. Ammonia compressor will not be used of

pressure and vacuum testing.

2.12 One M.S. ladder shall have to be supplied and installed for making access to the top of the

tanks.

2.13 The IBTs are to be painted suitably from inside with two coats of anti-rust paint.

2.14 The IBTs shall have 2 Nos. of chilled water agitators each with 5 HP TEFC motor

(Cromption/Jyoti/NGEF/Siemens make) and 18” dia impeller with proper guiding chute to be

provided at IBT for ensuring proper circulation / agitation of water through coil spacing and all

around IBT.

Suitable isolator, cable (upto 20 mtr.) double earthing with wire of 8 gauge for each IBT

agitator motor to be supplied and installed.

2.15 Suitable overflow and drain pipe line shall have to be provided to cater to the new IBT and it

should be of MS „C‟ class of TATA make suitably supported maintaining aesthetic symmetry.

The overflow pipe of 2” dia MS „C‟ class TATA make with funnel arrangement shall have to

be provided for the IBT. The drain pipe of 2½” dia MS „C‟ class TATA make with butterfly

valve of 2½” (65 mm ) size of Audco / Crowley & Ray / Castle make shall have to be provided

for the set.

2.16 The chilled water outlet pipe of 100 mm dia MS „C‟ class TATA make shall have to be

provided alongwith 100 mm strainer with 100 mm butterfly valve of Audco/ Crowley & Ray /

Castle make. It shall be led to suction of the chilled water pumps. Necessary non-return valve

of 100 mm dia and of Leader make shall have also provided for each IBT.

3.0 Sufficient quantity of insulation material (expanded polysterene) for chilled water tank is to be

supplied and fitted.

(a) 100 mm heavy density expanded polystyrene having average density of 18 Kg./cu.m.

for floor of the tank in two layers of 50 mm each.

(b) 100 mm normal density expended polystyrene having average density of 16 Kg./cu.m.

for sides of the tank in two layers of 50 mm each.

(c) Sufficient quantity of vapour barrier like tar felt and polythene sheet, bitumen, chicken

wire-mesh etc. as required are included.

3.1 All ammonia valves are to be of Frick/Super/Super Maini / Crown make and water line

butterfly valves of Audco / Crowley & Ray / Castle make.

3.2 The necessary compressor oil and ammonia gas required shall be provided by Milk Union and

shall have to be charged into the system by the contractor while commissioning the plant.

Page 107: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

106

3.3 All pipe lines, cable installation should be properly supported.

3.4 The power supply shall be provided by Gharsana Dairy free of cost. The supply shall be made

at one point at site. The contractor shall make his own arrangement to carry and distribute the

power wherever it is required within the site as per Indian Electricity Rules. Water shall also be

provided free of cost by Gharsana Dairy.

The temporary supply lines shall be removed and the site shall be cleared by the contractor

after the completion of the work at his own cost.

Forward & Return Chilled Water Pipe Lines Supply, installation, testing & commissioning of necessary forward & return chilled water

pipes, duly insulated and aluminium claded for connecting to 10,000 LPH milk chiller & 5,000

LPH milk pasteurizer.

The forward chilled water line shall be required to commence from refrigeration room and to

lead to process hall and terminating at the end of the process hall working out to be approx 42

mtrs. in length. This pipe line should be of 4” dia M.S. „C‟ class TATA make. Piping of 2½”

dia M.S. „C‟ class TATA make from this main pipe in the process hall shall lead to the milk

chiller of 10000 LPH capacity & the length of this pipe shall be approx 9 mtrs. Similarly

piping of 2½” / NB 65 dia M.S. „C‟ class TATA make from this main pipe in the process hall

shall lead to the milk pasteurizer of 5,000 LPH capacity & the length of this pipe shall be

approx 9 mtr. Thus there shall be requirement of approximately following piping for forward

chilled water pipes :-

1. M.S. „C‟ class TATA make – 4” dia. – approx 42 mtr.

2. M.S. „C‟ class TATA make – 2½” / NB 65 dia. – approx 18 mtr.

In the similar fashion there shall be requirement of approximately following piping for return

chilled water pipes :-

1. M.S. „C‟ class TATA make – 4” dia. – approx 42 mtr.

2. M.S. „C‟ class TATA make – 2½” / NB 65 dia. – approx 18 mtr.

Page 108: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

107

These pipes shall be suitably insulated by thermocole pipe halves and than bound by suitable

wire meshing and finally cladded with at least 26 gauge aluminimum sheet suitably. For the

2½” dia pipe lines leading to the chiller as well as pasteurizer necessary 2” size non-return

valve (vertical) of Leader make shall have to be provided in each line. All these pipe lines

shall be required to be fixed properly on suitable supports drawing of which should be got

approved from Project cell of RCDF. All pipes shall be terminated with flange and counter

flange / dead counter flange as per the requirement.

The quantities of above pipe lengths shall depend on actual site conditions and may vary

and hence the tenderer is required to quote the unit rate for the above pipe sizes

separately for bare pipes and pipes with due insulation and cladding. However for the

purpose of drawing financial comparative statement, above quantities of pipes shall be

taken into consideration.

Necessary inter locking arrangement for safe operation of Ammonia compressors,

condenser water pumps, LP HP cut-outs etc. need be provided.

Two numbers independent earthings for ammonia compressors & one number

independent earthing for chilled water pumps, IBT agitator motors need be provided.

Atmospheric Condensers – Supply, installation, testing & commissioning of atmospheric

condensers :-

To cater to the refrigeration requirement, 10 stacks of atmospheric condensers with 12 pipe

high in each stack & with each pipe length of 20 ft. (and with a provision to add 3 stacks

further in future) need be supplied, installed & commissioned

1.1 There shall be 10 stacks of atmospheric condensers with 12 pipes high in each stack & with

each pipe length of 20 ft. long. The condenser coils should be fabricated from 2” dia heavy

duty M.S. „C‟ Class TATA make ERW pipes duly hydraulically tested. The pipes need to

be 20 ft. long x 12 high x 1 RD supported on channels of 3” x 1.5” (with the provision to

add 3 stacks further in future). These should be duly sand blasted and properly spray

galvanised and complete with the following :-

- Gas header of 100 mm dia and liquid header of 80 mm dia. These should be of M.S.

„C‟ class heavy duty TATA make ERW pipes duly sand blasted and spray galvanised.

- Gas and liquid valves of suitable size flanged type and of Super / Super Maini / Crown

Make.

- Each stack should have suitable size flanged valves in-between every stack & header -

both for gas as well as liquid.

Water sprinkler pipe to be fabricated from 2” dia G.I. „C‟ class heavy duty TATA make pipes with

suitable flange connections. These shall have to bhe suitably supported on channels etc.

Necessary ammonia valves and related piping for suction and liquid lines shall have to be supplied

and installed. All piping should be of M.S. „C‟ class TATA make and all ammonia valves

should be of Super / Super Maini / Crown Make.

Page 109: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

108

Necessary non return valves of suitable size and of Leader Make shall have to be supplied and

installed in the water circulation system set up.

All nuts and bolts should be of good quality and duly cleaned and properly spray galvanised.

Condenser coils should be duly supported on M.S. Channel with nuts and bolts both sides

complete with inlet and outlet flanges for gas inlet and liquid outlet and duly galvanised. The

drawing should be got approved from RCDF.

Sub headers of suitable size and connecting required coils to each sub header shall have to be

provided. The main header should be suitable to connect suitable stacks coils of condensers

equidistantly spreading over the beams of the condenser tank by means of flanges. The header

should be sand blasted and spray galvanised.

One number independent earting shall have to be provided for the condenser pumps. Consensor

water circulation pumps 5 HP – 2 Nos. (1 operating and 1 stand by) of suitable model to

deliver maximum discharge at 12 MWC for condensers and compressor jacket cooling. The

pump should be monobloc type of Kirloskar / Becon make (Gland type). The pumps should be

mounted on a MS channel frame. The pumps should be supplied with suitable GI covers for

rain protection.

GI „B‟ class pipe valves and fitting comprising of butterfly valves, non-return valves, strainer etc.

to interconnect pumps, condensers and compressor jacket cooling valves and fittings etc.

- One lot

Ammonia pipes and fittings conforming to IS 1239 comprising of ammonia valves, non return

valves, stainers, supports etc. to interconnect all refrigeration equipments viz compressors,

condensers, receiver and IBT accumulators etc.

Controls for IBT comprising of electronic level controllers, solenoid valves of Manik / Castle

make.

2.0 Testing :

The coil shall have to be pressure tested at 18 Kg. / sq.cm. for 24 hours by air for detecting

of leakage of joints.

2.1 One air purser alongwith all necessary valves to be provided.

2.2 The instruments and controls like digital thermometer, pressure gauges etc. are of

standard make as specified in tender document. Photocopy of calibration / test

certificate as available from manufacturer covering the batch no. or lot size shall be

provided by supplier.

Note :

A. Scope of electrical work & other items :

1. Complete control wiring of refrigeration system with suitable control cable.

2. Connection of condenser pump with main refrigeration panel with suitable coper

armored cable. Four core 2.5 Sq.mm.

3. Connection of compressor motor & starter from main panel with suitable aluniminium

armored cable.

4. All required Inter lockings LP, HP cutouts, Solenoid valves, condenser pump etc.

Page 110: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

109

5. Supply, installation & commissioning of digital temperature indicator, RTD‟s with

suitable cable, same placed to indicate the suction and discharge vapour temperature.

6. Placement of isolator on both IBT agitator

7. The cables of Gloster / CCI / ICL / Ralison / Hawell make needed to supplied. All

necessary lugs of Dowell make for the various cables with due crimping shall have to

be supplied and installed.

8. Arrangement of reverse cycle operation.

9. RTD & Temperature indicator for indication of temperature of section and discharge

vapour line.

10. Two valves at suction of compressor.

11. Minimum two week trial run of Refrigeration plant, replacement of compressor oil and

filters etc. during trial run is in the scope of tenderer.

12. The make of all the motors would be Bharat Bijlee / Kiroloskar / ABB / Siemens.

13. All ammonia pipes lines would be of MS „C‟ Class and water pipe lines would be of GI

„B‟ Class only. However chilled water pipe line would be of MS „C‟ Class.

14. The support for condenser would be of double MS angle 50x50 size instead of channel.

15. The preferred choice would be Frick Make compressor model 6”x6” being slow speed.

However, in case of any delivery problems the Kirloskar Make KC-2 also be

considered.

16. The Ice limit switch would be of Manik / Manor make.

17. The size of chilled water supply and return line should be 4” dia.

18. Chilled water connection from main chilled water supplier line to Cream tank(s) and

cream tank to main chilled water return line is also scope of work. Approximate supply

and return pipe line size 40 NB qty. 36 Mtrs.

19. Enclosed site building plan for your ready reference and assessment of quantum of

work involved.

20. The compressor and motor should be skid mounted on safe channel support of 8 inch

height

21. Party should quote unit rates for supply, erection and commissioning of MS pipes with

and without insulation. So that extra work if any as per site condition may be carried

out on following quoted rates. S.

No.

MS „C‟ Class

pipe Size

Unit Rate

of supply

Unit Rate of

insulation

Unit Rate of erection &

commissioning

Total

1 15 NB

2 25 NB

3 40 NB

4 50 NB

5 65 NB

6 80 NB

7 100 NB

B. Equivalency of other make ammonia compressor with Frick make 6 x 6 compressor should be

made at minimum operating RPM not at maximum say operating range of any equivalent

compressor is 650 to 1400 RPM then TR of compressor should be matched at 650 RPM not at

1400 RPM, equivalency at maximum RPM is not acceptable.

Special notes : This is a turn key project. The quantities of various items listed are tentative only and may vary on

either side during execution. The final quantities of these would be as per site conditions. Cost of

installation for any addition or delition in quantities will be calculated based on the unit prices

indicated. All necessary material which may be required for the successful completion of the

Page 111: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

110

project falls in the scope of the work. If any extra quantities of quoted items are needed then the

tenderer shall supply those at the quoted unit price. If any extra item(s), not included in the tender

but required for successful completion of the work, the same will be either supplied by the RCDF

or Milk Union and erected by the tenderer or supplied and erected both by the tenderer at mutually

agreed rates considering purchase price, taxes and handling charges etc.

In addition to the standards mentioned, all works shall also conform to the requirements of the

following:-

a) Indian Electricity Act and rules framed thereunder.

b) Fire insurance regulations.

c) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity Board.

d) Regulations laid down by the Pollution Control Board.

e) Regulations laid down by the Factory Inspector of the State.

f) Any other regulations laid down by the local authorities.

g) Installation operating manuals of original manufacturers of equipment.

Page 112: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

111

SCHEDULE - II

TECHNICAL SPECIFICATIONS OF

HEAVY OIL FIRED PRESSURIZED HOT WATER GENERATOR

(Supply, Erection & Commissioning)

Delivery Period : Three Months.

1. FUNCTIONAL REQUIREMENTS :

Hot water generator would be required to generate hot water for use in a variety of dairy

processes. The demand for hot water would very considerably as processes are stopped and

started. There would be primary and secondary Hot Water System. In primary circuit water is

heated to desired temperature and heats the secondary circuit water through heat exchanger.

Secondary circuit water is used for Processing and in place cleaning.

2. CAPACITY : A continuous generation of hot water to provide heat output equivalent of 100000 (One lac)

Kcal/hour at outlet temperature of 90° C suitable for 5000 per hour milk pasteurizer.

3. DESIGN REQUIREMENTS : The hot water generator will be close loop and compact and non-IBR in design including

Plate Heat Exchanger. The general arrangement will be generally as per the enclosed scatch and

shall include all item mentioned in the drawing. Maximum 5° C temperature difference of

end use (secondary circuit) hot water for Dairy Equipment cleaning is required.

4. Hot Water Generator Specifications : Heat Output (Kcal/hr.) : 1 lac

Outlet Temperature (°C) : 91

Hydraulic test pressure (Kg./cm²) : 15

Thermal Efficiency (%) : 93

(Based on NCV of F.O. as 9620 Kcal/Kg.)

5. SCOPE OF SUPPLY : I. Double jacketed air casing with aluminum radiator to enclose the coil and serve as integral

air pre-heater - 1 Set

II. Coil fabricated out of high temperature heat resistance boiler quality tubes. IS 1239.

- 1 Set

III. Fuel Efficient and reliable reputed make, down firing pressure jet burner comprising of

blower with motor, Fuel Oil Pump with motor, pressure gauge, Recirculation type Burner

with solenoid valve, Nozzle, Ignition Electrode, Ignition Transformer, Photocell, SS needle

valve. - 1 Set

IV. Dust proof pre-wired control panel housing : Contractors, Overload relays, Control Fuse,

MCB, Sequence controller, Rotary Switches, Hooter, Indicating lamps, Isolation Switch,

Push Button as per requirement. - 1 Set.

V. Electric oil pre-heater complete with cartridge type electric heaters, drain, inlet, outlet and air

vent connection, duly heat insulated with glass wool and cladded with Aluminum.

- 1 Set

Page 113: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

112

VI. Primary and Secondary simplex oil filter. - 1 Set

VII. High Oil temp. controller. - 1 Set

VIII. Low oil temp. controller. - 1 Set

IX. Hot water circulating pump with motor of suitable cap.

(one in operation + one standby). - 2 Sets

X. Hot water temp. indicator cum controller - 1 No

XI. Capillary type high stack temp. controller. - 1 No

XII. Blow Down Valve. - 1 No

XIII. Blow Down Switch. - 1 No

XIV. Sensor - PT-100 with compensating cable. - 1 No

XV. Temp. Indicators for flue gases & hot oil - 1 Set

XVI. GM Safety valve - 1 No

XVII. Expansion / pressure tank with control panel. - 1 No

XVIII. Make up water pump with drive motor assembly. - 1 No

6. Plate Type Heat Exchanger :

Plate type heat exchanger with all contact parts SS 304 to give heat output of 150000 lakh

kcal/hr. with the help of pressurised hot water supplied from hot water generator. The flow

rate is 10000 LPH.

Plate type heater exchanger should be of IDMC or equivalent make (subjected to purchaser

approval).

7. Straight up Chimney :

Straight up guy rope supported chimney made out of MS IS 226 plate, complete with base

plate, cleaning door, flanges, gussets, clits and holding accessories like C clamp etc., painted

externally with two coats of red oxide and one coat of black heat resistance paint. The

diameter of Chimney should be 12 inch made from MS „C‟ class pipe TATA/JINDAL make.

All civil work related to installation and commissioning of chimney is in the scope of tenderer.

Height : 20 feet. however the height of the chimney should be in accordance with the

regulations of Air and Pollution Control Board, Rajasthan and other statutory State / National

Agencies, as per the case, thus for the additional height of chimney, the bidder must quote the

rates for the additional 10 feet height separately, thus making the total height of chimney as 30

feet in total.

9. Soft Water Service Tank (300 Ltrs.) :

Made out of 3mm M.S. plate, complete with manhole, inlet, outlet, drain, level gauge nozzle

connection provided with 1/2" drain valve and 1" outlet valve. The tank is also provided with

level gauge. Painted internally and externally with two coats of red oxide.

10. Structure :

Necessary M.S. structure to install oil service tank and soft water tank at suitable height in the

hot water generator room shall have to be supplied, installed and erected by the tenderer. (the

structure should be made from 75 x 40 x 5mm channel and checkered plate 3mm)

Page 114: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

113

11. Oil Service Tank : (800 ltrs.)

Made out of 3 mm thick M.S. plate, complete with manhole, inlet, outlet, drain, air vent,

level gauge, nozzle connection, provided with 1/2" drain valve, 1" outlet valve and level

gauge cock with dain dock, glass tube and rubber washers. Painted internally and externally

with 2 coats of red oxide.

12. Supply, Installation & Commissioning of Piping :

M.S. piping (up to 1" NB size) with necessary flanges, bends, nut-bolts, valves, packing etc.

13. SAFETIES :

i. No flame (visual alarm) : Stops the firing & gives audio visual alarm

ii. High Stack Temperature : Stops the firing & gives audio visual alarm

iii. High Water Temperature : Stops the firing & gives audio visual alarm

iv. Blower Motor Overload : Stops the firing & gives audio visual alarm

v. Oil Pump Motor Overload : Stops the firing & gives audio visual alarm

vi. Cir. Pump Motor Overload : Stops the firing & gives audio visual alarm

vii. Blow down valve open : Stops the firing & gives audio visual alarm

viii. Explosion prevention door : Unique spring loaded door releases excess

pressure on flue gas side.

ix. Anti dripping device : Prevents dripping of oil when burner is off &

hence be prevents back firing.

x. No of supply Air : Stops the firing.

14. BATTERY LIMITS :

1. Upto the discharge point of flue gases in the atmospheres as per norms of the Pollution Control

Board of Rajasthan. Their approval, is required, will have to be obtained by the supplier.

2. Tenderer should supply RO system of suitable capacity along with hot water generator.

3. Terminal connections on control panel, wherefrom all other wiring switchgear etc will be

provided by the supplier.

15. FUEL OIL QUALITY:

(The H.W.G. be suitable to run with any of the following fuel)

Light diesel oil having GCV not less than 10700 kcal/kg. High speed diesel, GCV not less

than 10700 kcal/kg. Furnace oil having GCV not less than 10250 kcal/kg.

16. FEED WATER : REQUIREMENT:

Total hardness in terms of Calcium Carbonate : 5 ppm maximum

pH value : 8.5 to 9.5

Total dissolved solids : Less than 200 ppm

Oxygen : Nil

Oil : Nil

Free Carbon Dioxide : Nil

Bound Carbon Dioxide : Below 5 ppm.

a) RAW WATER PUMP : This is required to pump in water through R.O. plant and fill it in day

tank, also required to develop necessary water pressure for regeneration.

Page 115: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

114

Monoblock centrifugal pump coupled with 0.5 HP motor.

b) MAKE UP WATER PUMP: Suitable capacity reciprocating feed water pump coupled with

electric motor Mounted on a base frame fitted with pulleys and v belt to maintain the system

pressure.

IMPORTANT NOTES :

1. The work shall be on Turnkey Basis with above battery limits. Any item left out or not

mentioned specifically but required for the turnkey job is deemed to have been included in the

tender.

2. All civil works related to installation and commissioning of Hot water generator, chimney etc

are in the scope of supply.

3. Tenderer should submit all relevant drawings for approval from RCDF / Milk union.

4. Tender should visit the site for complete analysis for quantum of work involved.

Page 116: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

115

ELECTRICALS

Page 117: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

116

Technical Specifications for the Complete Electrical work (Panels, Cables, Auto Power Factor

correction panel etc.) on turn key basis for 20000 LPD Chilling plant .

For the electrical work on turn key basis for the establishing of 20000 LPD capacity Chilling plant at

Gharsana, the following items are required to be supplied, installed, tested and commissioned, the

lengths of cables & cable trays mentioned in the tender document are indicative only and may

vary as per actual site conditions and the financial comparative shall be drawn based on

quantities mentioned in the tender document while the payment shall be released on actual

quantities consumed based on unit rate and hence the tenderer must quote the unit rate for the

concerned items positively:-

Part A

S.

No.

Description Qty. Unit Rate (Rs.)

Supply Installation

Total

(Rs.)

1 Supply, Installation, Testing &

Commissioning of Outdoor type

HT Switch Tripal pole 200Amp.

350 MVA, Oil based 11 KV rated

E – SFU (Extendable Switch

Fuse Unit) with Drawout type

fuse carrier immersed in oil for 3

Nos. of HT fuses. Alongwith

one spare set of 3 Nos. of HT

fuses of rated capacity) Make

Crompton / MEI.

One set

2 Supply, Installation, testing &

commissioning of 210 KVA

copper-wound, 3 – phase, 50 Hz

oil immersed, naturally cooled,

outdoor type Power Transformer

having a vector configuration

DY11 with plus/minus 5%

tapping taken out in tap changing

switch, HT winding connection

in Delta and LT winding

connection in Star and neutral

brought out and connected to a

separate terminal with outdoor

open porcelain bushing and

complete with first charge of

requisite transformer oil, with

following being available :-

Page 118: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

117

- Fitting and Accessories

- Oil conservator tank with

drain plug and filling cap.

- silicla gel dehydration

breather charged with silica

gel

- oil level gauge

- oil drain valve

- thermometer pocket with

thermometer

- earthing terminal

- lifting lugs

- four bidirectional roller

wheels

- air release valve

- explosion vent

Further the tenderer is advised to submit

the foundation drawings of transformer

and get it approved. Detailed

specifications of transformer as per

enclosed Annexure - I

One

Supply,

erection,

commissioning

& testing

3.

Supply, testing and

commissioning HT meter box

cubical panel of size approx 4‟ x

4‟ x 5‟ fabricated from 14 SWG

sheet steel with M.S. angle iron

and provision of 6mm backelite

sheet in CT/PT as per required.

The panel should be as per

approved design of JVVN

(RSEB). (optional item)

One set

4.

Providing and laying

underground cable IS: 1554 and

approved make suitable for

working voltage up to end

including 11 KV in aluminum

conductor XLPE armoured

including excavation of 30cm x

75cm size trench as per IS:1225,

25cm thick under the layer of

Page 119: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

118

sand, IInd class brick covering

refill earth in the removing

portion making necessary

connection including testing etc.

as required. The size of the

cable should be 3 x 35sqmm

make ICL/Gloster/Hawells.

250Mtr.

5. Supplying and making of Indoor

/ outdoor cable jointing for 11

KV XLPE cable of heat

shrinkable type termination kit

including preparation of cable

ends. Make M Seal/Denson.

(This item will include all

requisite hardwares lugs etc.)

a) Indoor type ... .. .. .. .

b) Outdoor type... .. .. .. ..

3 Nos.

3 Nos.

6.

Supply, Installation and

Commissioning of advance

maintenance free chemical gel

earth single pole earthing system

of 2 mtrs. Length and 80mm dia

2mm thick electrolytic grade

copper tube duly filled with

conducting natural mineral with

permanent sealing at both ends

with lead terminals at the top

along 1 set of Part – I 5Kg.

mixture of calcium carbonate,

tetra sodium Hexcyno Ferrate,

Sdium sulphate. Part – II 5Kg.

Copper sulphate.

Note : Supply and laying GI strip

by reveting shading using steel

hardware to following size : GI

Strip 25 x 6mm. Please quote

unit rate of Item No. 1 & 2.

6 Nos.

25 x 6mm GI strip

200 Mtrs.

Page 120: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

119

7. Supply and erection of cubical

panel fabricated from CRCA

sheet 14/16 SWG dust and

vermin proof together with

degreasing and applying two

coats of red oxide and two coats

of stove enameled light grey

paint. The panel includes all

required hardwares moulded

insulators and proper rating of

copper busbars having provision

as follows:-

INCOMING : As per Annexure

– 1.

OUTGOING FEEDERS. As per

Annexure – 2.

.....................................................

The automatic power factor

control panel is also to be

housed in this main panel for

which details are given

separately in Part – E.

The supplier must submit the

drawing alongwith offer of LT

Panel.

1 Set

8.

Supply and laying of LT cable as

per IER specifications of 3 ½ / 4

core x 185 sq mm (double run)

XLPE armoured GLOSTER/CCI

make from transformer to LT

panel with terminations on both

ends. The cable should be laid in

excavation of 30 cm x 75 cm.

size trench as per IS 1225, 25

cm. thick under the layer of

sand, IInd class brick covering,

and refilling the earth.

*40 Mtr.

* Please refer Part – F also.

Page 121: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

120

Important Note :

1. The tenderer is required to take necessary approvals from the concerned Electrical Inspectorate as

per the Indian Electricity Act and Rules framed there under.

2. The supplier or erector should submit „A‟ Class contractor Certificate.

3. The tenderer is advised to visit to site so as to apprise himself of actual site condition and quantum

of work involved. Transformer should be designed and manufactured, Testing as per latest BIS

standards (Revised STI 1180 (Part-1)2 May, 2015.

Page 122: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

121

Part - C

TECHNICAL SPECIFICATIONS OF MOTOR CONTROL CENTRES

(SHEET STEEL)

1.0 Motor Control Centre (sheet steel)

1.1 Functional requirement :

To receive, control and distribute electrical power at 440V 50Hz. AC on sheet steel housing.

1.2 Design requirement and scope of supply :

1.2.1 Statutory requirement :

Motor Control Centre is to be manufactured / assembled as per the latest ISI specifications,

Indian Electricity rules, including special requirements of Rajasthan State Electrical

Inspectorates.

1.3 Housing details :

1.3.1 The switchboard shall be fabricated out of 16SWG sheet steel and shall consist of free standing

front openable panels arranged to from a continuous line up of uniform height. Cold rolled

sheets shall be used for doors and front covers. Front doors shall be hinged type and bus bars,

bars and cables alloys covers shall be bolted type. Suitable M.S. channel base frame should be

provided.

1.3.2 Switch Board shall be extensible at both the ends by addition of vertical sections. Ends of the

bus bars shall be suitably drilled for this purpose.

1.3.3 The Switch board shall be totally enclosed, dust, weather and vermin proof. Gaskets of

durable material shall be provided for doors and other openings. Suitable hooks shall be

provided for lifting the boards. These hooks when removed shall not leave any opening in the

board.

1.3.4 All hardware shall be corrosion resistant. All joints and connections shall be made by

galvanised zinc passivated or cadmium plated high tensile strength steel bolts, units and

washers secured against loosening.

1.3.5 The switch board shall be in cubical design (each feeder components are housed in individual

cubical). Suitable cable and bus bar alleys shall be provided. All components of the switch

board should be approachable from front. The maximum and minimum operating handle /

push button height of any feeder shall not be more than 1800 mm or less than 400 mm with

reference to panel bottom. Supporting arrangement for dressing of power and control cables in

cable alleys shall also be provided.

Page 123: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

122

1.3.6 Painting :

All metal surfaces shall be thoroughly cleaned and degreased to remove all scales, rust, grease

and dirt. Fabricated structures shall be pickled and treated to remove any trace of acid. The

under surface shall be prepared by applying a coat of phosphate paint and a coat of yellow zinc

chromate primer. The under surface shall be made free from all imperfections before

undertaking the final coat.

After preparation of the under surface, the panel shall be spray painted with final two coats of

approved paint. Supplier shall obtain details of approved paint from the purchaser before final

painting.

The finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall

be free from imperfections like pin holes, orange peals, fun-off paint etc.

All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust, corrosion

etc.

1.3.7 Name Plates :

Name plates for all incoming and out coming feeders shall be provided on doors of each

compartment. Name plates shall be fixed by counter sunk screws only and not by adhesives.

Special danger plates shall be provided as per requirement.

1.4 Busbar sizing, connecting and supports :

1.4.1 The busbar shall be made from high conductivity electrolytic aluminium. The busbars and

supports shall be capable of withstanding the rated and short circuit current, stated in the feeder

details. Minimum size of main power busbars shall be 200 Amps. rating. Maximum current

density permissible for aluminium busbars shall be 8.2 Amps/mm². An earthling busbar of

minimum 150 mm² section aluminium shall be provided outside panel at bottom throughout

the length of the panel.

1.4.2 The busbars shall be provided with PVC/heat shrinkable insulating sleeve. Supports for

busbars shall be made of suitable size hyleum sheets/epoxy compound blocks and these should

be adequate in number so as to avoid any sag in the busbars.

1.4.3 Minimum clearance between phase to phase shall be 32 mm and between phase to neutral /

earth shall be 26 mm.

1.5 Power Connections :

1.5.1 For power inter-connections within the panel board :

Copper conductor PVC insulated cables of adequate cross section shall be used. For current

rating above 63 Amps. aluminium busbar strips of adequate rating shall be used. Minimum

size of copper conductor to be used shall be 2.5 mm². Cables lugs/sockets of suitable size and

type shall be used for all inter-connections.

1.5.2 For all aluminium to copper connections, suitable bimetallic material (“CUP-al” washers) shall

be used.

Page 124: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

123

1.5.3 For each outgoing motor (upto 60 HP) feeder, suitable size terminal blocks (min. 3 ways) shall

be provided in its cubical and wiring upto these from contactors shall be done by panel

supplier. All the terminal blocks shall be suitable for aluminium conductor cable.

1.5.4 For incoming and outgoing feeders of the MCC aluminium conductor cable will be used and

hence the panel is to be designed for receiving these and wherever required cable boxes shall

be provided in panel by supplier. Removable gland plates shall be provided on top/bottom of

panel for cable entries.

1.5.5 To prevent accidental contacts, all interconnecting cables/busbars and all terminals also shall

be shrouded.

1.5.6 Standard colour code of red, yellow and blue for phases and black for Neutral to be followed

for all busbars / conductors.

1.6 Auxiliary wiring and Terminals :

1.6.1 Wiring for all controls, protection, metering, signaling etc. inside the switch board shall be

done with 650 volts PVC insulated copper conductors. Minimum size of those conductors

shall be 1.5 mm². Control wiring to component fixed on doors shall be flexible type.

1.6.2 The complete panel would be sub-divided into different sections by purchaser and each section

shall have its own control circuit with fuse and indication. Terminal block (Minimum 3 –

ways) for control wiring shall be provided for each outgoing Motor feeder in its cubical. 10%

spare terminals shall always be available in each terminal block. Control wiring upto these

terminal blocks shall be done by supplier.

1.6.3 All control wiring should be provided with necessary cable / sockets / lugs at both ends.

1.6.4 Conductor shall be terminated using compress on type lugs. Each termination shall be

identified at both the ends by PVC ferrules. The identification termination numbers should

match with those on drawings.

1.6.5 Control wiring for motor feeders should be such that the “green” light of motor feeder is “NO”

only when control as well as power circuit of feeder is “NO”.

1.7 Switchgears :

1.7.1 Air Circuit Breaker : The technical specifications given subsequently.

1.7.2 Moulded case circuit breakers (MCCBs) :

MCCBs shall be provided with interlocking system suitably.

1.7.3 MCB:

4 pole MCB of suitable rating for all electrical loads shall be provided.

1.7.4 The rating of the power contractors shall be as required depending upon the feeder rating

indicated in the specifications and as per the table given below. Contractor coils shall be

suitable for 230 / 440 Volts, 50Hz. unless otherwise specified. All contractors shall be

supplied with minimum 2 NO + 2 NC auxiliary contacts. additional contacts if required for

inter-licking etc. shall also provided.

1.7.5 Protective devices :

Page 125: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

124

Electronic relays shall be provided for all motor feeders. The relays shall be adjustable and

self reset type. There should be SPP (single phase prevention) built up in the relay.

Any other relays, if required for motor feeders shall be specified in the feeder details.

1.7.6 Timers :

The timers shall be electronic type, suitable for 240V 50Hz. supply.

1.7.7 Push Buttons (PBs) :

push buttons shall be luminous type with 22mm hole size. Push buttons shall be with contact

elements, shall be generally mounted on openable covers. Colours shall be as follows :

Stop / open / emergency - Red

Start / close - Green

It should have minimum 1 NO + 1 NC contacts. Push buttons with built-in indication lamps

shall also be accepted in with case separate indication lamps are not required.

1.7.8 Indication Lamps :

Indication lamps shall be LED type with 22 mm hole size.

Colours shall be as under:-

Phase : Red, yellow and blue

Open/Stop/Emergency : Red

Close/Start : Green/Black

Bulbs shall be suitable for 250 volts AC supply.

1.7.9 Current Transformers (CTs) :

CTs shall be cast resin insulated type. Primary and secondary terminals shall be marked

individually. CTs shall preferably be mounted on stationary parts. CT rating and rations shall

be as per feeder ratings. These shall be capable of withstanding momentary short circuit and

symmetrical short circuit current for 1 second. Neutral side of CTs shall be earthed.

Protection on CTs shall be low reactance, accuracy should be class I VA burden. The CTs

shall be of ALPHA make.

1.7.10 Measuring Instruments :

These shall be of square pattern having approximate dimensions 96mm x 96mm, flush

mounting type. Necessary auxiliary instruments like CTs PTs etc. are also included in the

scope of supply.

The voltmeter shall be of 0-500 V range with VSS.

The ampere meter shall be 300/5 A range with ASS.

Page 126: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

125

The voltmeter and Ampere meter shall be of AEI / IMP make and the voltage selector switches

shall be of Sulzer / Kaycee make

All AC meters shall be moving iron type having class 1.0 accuracy. Ammeters for motor

feeders shall have a non liner compressed scale at the end to indicate starting current.

Voltmeter shall be suitable for direct line connection.

Voltmeter shall be connected through fuses only

Energy meters shall be suitable to measure unbalanced loads of 3 phase, 4 wire system.

2.0 Special requirements :

3.0 D.G. set change over switch :

There is a requirement of 1 No. change over switch. There will be change over switch so that

operation of DG set 63 KVA is possible when there is no power & also to isolate State

Electricity Board power supply when there is necessity to operate the DG set.

4.0 Incomer :

a) For incoming feeders upto and 800 A rating provide MCCBs with 40 KA breaking

capacity with overload / short circuit and earth fault protection.

b) For all incoming feeders provide CT operated ammeter with rotary selector switch;

voltmeter with selector switch and 3 Nos. indicating lamps with red lines.

4.1 Outgoing feeders:

a) Motor feeders of rating of 10 HP or above shall be provided with suitable automatic star-

delta starters along with electronic protected relay, timer, triple pole switch fuse

unit/MCCB and ammeter. All motor feeders upto 60 HP shall be provided with MCB and

above 60 HP MCCBs with a minimum breaking capacity of 40 KA shall be provided. For

feeders below 15 HP rating provide direct reading ammeter and for feeders of 15 HP and

above rating provide CT operated ammeters. All the power contractors of star-delta

starters shall have same current rating.

b) Feeders for star-delta starters will be provided with specified current rating in the

distribution boards.

c) Motor feeders of rating less than 10 HP will be provided with suitable direct on line starters

along with thermal overload relays with single phase preventing and MCBs as per

requirement.

d) The motor feeders wired for remote control will be provided with only an OFF push

buttons the distribution board whereas for the feeders wired for local control from the

board, both ON and OFF push buttons along-with green indicating lamp for ON will be

provided on the distribution board.

e) Suitable cable glands provision will be provided for each of the incoming and outgoing

feeders.

f) The components to be used will be of either L&T / Bhartiya Cutler Hammer / C&S / GE

make. Tenderer should specify the make offered.

Page 127: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

126

g) The following selection table shall be followed for starters of motor feeders unless

otherwise specified:

S.

No.

415 V Motor H.P. Contractor

Rating

Amps.

MCB / MCCB

Rating / Amps.

1 0 to 10.0 HP 16 25 Switch

2 15 HP 32 63 -do-

3 20 to 25 HP 63 63 -do-

4 30 HP 63 100 -do-

5 40 to 50 HP 100 100 -do-

6 60 HP 100 100 -do-

7 75 HP 150 150 / 175MCCB

8 100 HP to 150 HP 150 225 MCCB

Starters / S.F. units of higher ratings should be preferably located at the bottom portion of MCC.

IMPORTANT NOTES :

1. Interlocking sequences :

Condenser water pump Jacket cooling water pump

HDI Compressor

Capacitor

2. The HP of various motor have not been specified above as the same would depend on the

design of respective equipment to be offered by the tender.

3. The necessary fully automatic star – delta starters for 40 HP motors shall have to supplied &

installed near the ammonia compressors and tested & commissioned.

Page 128: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

127

Part – B

Necessary Cables, Cable Trays etc. All necessary cables for connecting HT side to the primary of the transformer and LT side of the

transformer to the main panel on LT side, main panel to distribution panels, from various panel boards

to various equipments falls in the scope of the work.

The quantities mentioned for cables & cable trays in this tender document are indicative only

and may vary as per site conditions. The tenderers are required to quote for the quantities

mentioned for various items in this section based on which the financial comparative statement

shall be drawn but they should also quote the unit rate price (F.O.R. site) for each item

separately also in order to make Baran & Rajsamand Chilling Plant release payment for bills of

the firm for the actual quantities of items supplied, installed, tested and commissioned as per site

conditions. For connecting various equipments following cables and related shall be required :-

(I) 1100 KV GRADE, 3.5 C ARMOURED ALUMINUM CONDUCTOR, PVC INSULATED LT

CABLE SELECTION CHART AS PER THE FEEDER DETAILS AT 8 VOLTS DROP. S.

NO.

FEEDER

TYPE

FEEDER

RATING

CABLE SIZE LENGTH

OF CABLE

(in Mtrs.)

Unit Rate

Supply,

I/T/C

(Sep.)

TOTAL

AMT. (in

Rs.)

1. TRANSFORM

ER TO MAIN

MCCB

400 A 2 X 3.5 X 185

Sq.mm. XLPE

40

2. PROCESS

SECTION

300 A 2 X 3.5 X 185

Sq.mm. XLPE

40

3. INTERNAL

LIGHTING

50 A

3.5 X 35

Sq.mm.

10

4. EXTERNAL

LIGHTING

50 A 3.5 X 35

Sq.mm.

10

Total :

(II) Following size flexible 4 core copper cables for connecting miscellaneous electrical motors

S.

NO.

SIZE QTY. (in

mtrs.)

Unit Rate

Supply, I/T/C

(Sep.)

TOTAL

AMT.

(in Rs.)

1. 1.5 sq.mm 200

2. 2.5 sq.mm 100

3 4 sq.mm 100

4 6 sq.mm 10

5 10 sq.mm 10

Total :

The cables of Gloster / CCI / ICL / Ralison / Hawells make need be supplied. All necessary

lugs of Dowell make for the various cables with due crimping shall have to be supplied and installed.

Necessary loops for cables shall have to be provided wherever necessary.

The unit rates for the cables of all sizes mentioned in the tender document also need be quoted.

Page 129: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

128

(III) Cable trays : - following sizes of cable trays with covers of MS painted black for the cables of

various sizes to be run upon them :-

S.

NO.

SIZE QTY. (in

mtrs.)

Unit Rate

Supply, I/T/C

(Sep.)

TOTAL

AMT.

(in Rs.)

1 Cable tray with cover of 6”

width.

50

2 Cable tray with cover of 4”

width.

50

Total :

Total: (I) + (II) + (III)......................................

The unit rates for the cable trays with covers also need be quoted for all above sizes.

Note : Total of Part - A + Part - B ..........................................

Special notes:

This is a turn key project. The quantities of various items listed are tentative only and may vary on

either side during execution. The final quantities of these would be as per site conditions. Cost of

installation for any addition or deletion in quantities will be calculated based on the unit prices

indicated. All necessary material which may be required for the successful completion of the project

falls in the scope of the work. If any extra quantities of quoted items are needed then the tenderer shall

supply those at the quoted unit price. If any extra item(s), not included in the tender but required for

successful completion of the work, the same will be either supplied by the RCDF / Baran &

Rajsamand and erected by the tenderer or supplied and erected both by the tenderer at mutually

agreed rates considering purchase price, taxes and handling charges etc.

Necessary ESI / PF deductions, wherever applicable shall be borne by the tenderer.

The requisite approval form Chief Electrical Inspectorate, Government of Rajasthan must be obtained

by the tenderer and the actual payment shall be reimbursed by RCDF / Chittorgarh/Bhilwara Milk

Union against production of original documents.

The tenderers are required to give the price bid for all items section-wise in the same faction as of Part

– A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing &

commissioning as well the total cost.

In addition to the standards mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union / RCDF :-

h) Indian Electricity Act and rules framed thereunder.

i) Fire insurance regulations.

j) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity Board.

k) Regulations laid down by the Pollution Control Board.

l) Regulations laid down by the Factory Inspector of the State.

m) Any other regulations laid down by the local authorities.

Page 130: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

129

n) Installation operating manuals of original manufacturers of equipment.

Page 131: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

130

Annexure- I

Part – D

MAIN LT PANEL

S.

No. Particulars Qty. UNIT Make

Transformer 200 KVA

INCOMER

A MAIN MCB

1 400 A FP, MCCB 35 KA with adj. O/I and S/C

protection Micro Processor Release with Rotary

Handle

1 No. L & T/ Siemens

2 Digital Energy Analyser Capable of measuring all the

Power and Energy Parameters with class 1.0 accuracy

1 No Conzerv / /L& T

3. Digital Volt Meter 96 X 96 of 500 V rating 1 No. Conzerv/ L&T

4 Digital Ampere Meter 96 X96 of 400 A rating 1 No. Conzerv/ / L&T

5 2 A “SP MCB 3 No. L&T Siemens

6 CAM TYPE ROTARY VOLT SELECTOR SWITCH 1 No. Salzer/ Vaishno

7 CT LINKED ROTARY AMPERE SELECTOR 1 No. Salzer/ Vaishno

8 Current Transformer of 400/5 A ratio of class 1.0

accuracy with 5 VA burden FORAPFC

3 No. Alpha

9 LED TYPE (R,Y B) 22.5 mm Indication Lamp 220 V 3 No. Esbee/Raas/

10 LED TYPE Trip, ON, OFF 22.5 mm indication Lamps

220 V

3 No. Esbee/Raas/

11 63 A FP MCB, „C‟ curve with 10 kA breaking

Capacity

1 No. L & T / Siemens

12. 63 A TPN + E5 pin Panel Mounting Plug & Socket 1 No. L & T / Siemens

B. Change over switch for DG set 300 AMP 1 No. L & T/ Siemens

C DG SET INCOMER

1 150 AMP MCCB 1 No. L & T /Siemens

2 LED TYPE (R,Y B) 22.5 mm Indication Lamp 220 V 3 No. Esbee/Raas/

3 LED TYPE Trip, ON, OFF 22.5 mm indication Lamps

220 V

3 No. Esbee/Raas/

4 2 A SP MCB 3 No. L & T /Siemens

5 Digital Energy Analyser Capable of measuring all the

Power and Energy Parameters with class 1.0 accuracy

1 No Conzerv / L& T

6. CT 150/5 class 1.0 3 No, Alpha

Page 132: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

131

OUTGOINGS

D. FOR INTERNAL LIGHTING LOADS

a 63 MCCB 1 No. L & T/ Siemens

b LED TYPE Trip, On, OFF 22.5 mm Indication Lamps

220 V`

3 No. Esbee/ Rass

c. 2 A SP MCB 3 No. L & T /Siemens

d Digital Energy Analyser Capable of measuring all the

Power and Energy Parameters with class 1.0 accuracy

3 No Conzerv / /L& T

e CT 60/5 CLASS 1.0 3 No. Alpha

E FOR EXTERNAL LIGHTING LOADS

a 63 MCCB 1 No. L & T/ Siemens

b LED TYPE Trip, On, OFF 22.5 mm Indication Lamps

220 V`

3 No. Esbee/ Rass

c. 2 A SP MCB 3 No. L & T /Siemens

d Digital Energy Analyser Capable of measuring all the

Power and Energy Parameters with class 1.0 accuracy

3 No Conzerv / /L& T

e CT 60/5 CLASS 1.0 3 No. Alpha

F APFC Panel ( As per Part-E )

G SPAIR

a 63 MCCB 1 No. L & T/ Siemens

b LED TYPE Trip, On, OFF 22.5 mm Indication Lamps

220 V`

3 No. Esbee/ Rass

c. 2 A SP MCB 3 No. L & T /Siemens

d CT 60/5 CLASS 1.0 3 No. Alpha

H BUSBAR

1. 600 A TPN, CONTINOUS RATED E 91 GRADE

ALUMINUM BUSBAR COMPLETE ON ALL

RESPECT MOUNTED ON SMC/DMC

INSULATOR WITH PROPER STEEL HARDWARE

AND INSULATTED WITH HEAT SHRINKABLE

PVC TUBES HAVING MINIMUM CREEPAGE

DISTANCE OF 30 mm IN EACH BUS

1 LOT

HINDALCO/ NALCO/

BALCO

2 PANEL ENCLOSURE shall be fabricated out of mild

steel/ CRCA sheet with required braching and support

with proper siemens grey epoxy coated powder coated

paint on outer/inner side of the panel. The enclosure

be made of 14/16 the whole panel will be

PU/Neoprene gasketted on doors. With quality of dust

and Vermin proof suitable for comprising sideways

capacitor bank and wiring with PVC insulated copper

wires.

1 LOT

Page 133: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

132

Annexure- II

PROCESSING SECTION PANEL

S.

No. Particulars Qty. UNIT Make

INCOMER 1 300 A TPN, SFU Unit 1 No. L&T / Siemens

2 Digital Volt Meter 96 x96 of 500 V rating 1 No. Conzerv/ Schneider

3 Digital Ampere Meter 96 x96 of 400 A

rating

1 No. Conzerv/ Schneider

4 2 A SP MCB 3 No. L&T / Siemens

5 CAM TYPE ROTARY VOLT SELECTOR

SWITCH

1 No. Salzer/ Vaishno

6 CT LINKED ROTARY AMPERE

SELECTOR SWITCH

1 No. Salzer/ Vaishno

7 Current Transformer of 400/5 A ratio of

class 1.0 accuracy with 5 VA burden

3 No. Alpha

8 LED TYPE (R, Y B) 22.5 mm Indication

Lamp 220 V

3 No. Esbee/Raas/ Telemechanique

9 LED TYPE Trip, ON, OFF 22.5 mm

Indication Lamps 220 V

3 No. Esbee/Raas/ Telemechanique

10 63 A FP MCB, 'C' curve with 10 kA

breaking Capacity

1 No. Schneider/ L&T / Siemens

11 TPN + E 5 pin Panel Mounting Plug &

Socket

1 No. Schneider/ L&T

OUTGOING

1 Ammonia compressor 6 x 6

With suitable range of Amp and Volt meter

40 HP 2 Nos. MCB

2 Spare for ammonia compressor 6” x 6” / KC2

40 HP 1 No. MCB

3 Chilled water pump

5 HP 3 Nos.

4 Spare for chilled water pump

5 HP 1 No.

5 IBT agitators

5 HP 2 Nos.

6 Spare for IBT agitator

5 HP 1 No.

7 Condenser pumps

5 HP 2 Nos.

8 Spare for condenser pump

3 HP 1 No.

9 Welding point TPN switch 63 A 1 No.

Page 134: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

133

10 Bore well pump 7.5 HP 1 No.

11 Spare for bore well pump 7.5 HP 1 No.

12 SWR pump 5 HP 1 No.

13 Spare for SWR pump 5 HP 1 No.

14 Milk storage tank agitator 10,000 L 1.5 HP 3 Nos.

15 Spare for milk storage tank 10,000 L 1.5 HP 1 No.

16 Milk pumps 10000 LPH 3.5 HP 4 Nos.

17 Spare for Milk pumps 10000 LPH 3.5 HP 2 Nos.

18 Milk pumps 20000 LPH 5 HP 1 Nos.

19 Spare for Milk pumps 20000 LPH 5 HP 1 No.

20 Can scrubbers 2 HP 2 Nos.

21 Can scrubbers 2 HP 1 No.

H BUSBAR

1. 600 A TPN, CONTINOUS RATED E 91 GRADE

ALUMINUM BUSBAR COMPLETE ON ALL

RESPECT MOUNTED ON SMC/DMC

INSULATOR WITH PROPER STEEL

HARDWARE AND INSULATTED WITH

HEAT SHRINKABLE PVC TUBES HAVING

MINIMUM CREEPAGE DISTANCE OF 30 mm

IN EACH BUS

1 LOT

2. PANEL ENCLOSURE shall be fabricated out of

mild steel/ CRCA sheet with required braching

and support with proper siemens grey epoxy

coated powder coated paint on outer/inner side of

the panel. The enclosure be made of 14/16 the

whole panel will be PU/Neoprene gasketted on

doors. With quality of dust and Vermin proof

suitable for comprising sideways capacitor bank

and wiring with PVC insulated copper wires.

1 LOT

A. All panel boards i.e. Main panel board and processing panel , Refrigeration section panel

board & Processing section panel board need be provided with one independent earthing

for each panel as per technical specifications provided at Sr. No. 9 of Part – A. In

addition one more independent earthing is also to be provided for ammonia compressor

motors of refrigeration section.

B. A control panel equipped with 10 set of Push Boton with control wiring has to be

provided for control an operation of all milk and child water pumps etc. on RMRD.

All the panel boards should be properly pre wired and requisite ferrules must be provided for easy

identification of wiring.

Page 135: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

134

Part - E

Technical Specifications of Automatic Power Factor Correction Panel

The automatic power factor correction panel should be designed to cater to the full load on the 200

KVA transformers.

This APFC panel shall be supplied, installed, tested and commissioned in the main panel itself placed

in DG set room.

Details are as under: - APFC PANEL 66 KVAR (POWDER COATED)

S.

No.

PARTICULARS MAKE QTY.

1 MCCB 125 AMP TP, 25KA L&T / Simens 1 NO

2 CAPACITOR DUTY

CONTACTORS

L&T 12 NOS

3 MCB TP HAGAR/MG 12 NOS

4 MCS SP 6 AMP L&THAGAR/MG 5 NOS

5 CAPACITOR HEAVY DUTY 440V

AC

EPCOS/ENERCON/L&T 66 KVAR

6 APFC RELAY 12 Stage Sensitivity

40 mA

EPCOS/ENERCON/RASS/L&T 1 NO

7 IL 220 VAC RISHAB 15 NOS

8 VOLT METER (0-500 VAC) ALFA / ESSAM 1 NO

9 AMMETER (0-400 AAC) SULZER 1 NO

10 CT 150/5, CL-1 ALFA/ ESSAM 3 NOS

11 ASS SULZAR 1 NO

12 CT 150/5, CL-1 1 NO

13 VSS 1 NO

14 ELECTRICAL POWER &

CONTROL WIRING

L.S.

15 ELECTRICAL HARDWARE L.S.

16 GENERAL HARDWARE L.S.

17 ALU.BUS-BARS L.S.

Page 136: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

135

Special notes: This is a turn key project. The quantities of various items listed are tentative only and may vary on

either side during execution. The final quantities of these would be as per site conditions. Cost of

installation for any addition or deletion in quantities will be calculated based on the unit prices

indicated. All necessary material which may be required for the successful completion of the project

falls in the scope of the work. If any extra quantities of quoted items are needed then the tenderer shall

supply those at the quoted unit price. If any extra item(s), not included in the tender but required for

successful completion of the work, the same will be either supplied by the RCDF / Kota Milk Union

and erected by the tenderer or supplied and erected both by the tenderer at mutually agreed rates

considering purchase price, taxes and handling charges etc.

Necessary ESI / PF deductions, wherever applicable shall be borne by the tenderer.

The requisite approval form Chief Electrical Inspectorate, Government of Rajasthan must be obtained

by the tenderer and the actual payment shall be reimbursed by RCDF / Kota Milk Union against

production of original documents.

The tenderers are required to give the price bid for all items section-wise in the same faction as of Part

– A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing &

commissioning as well the total cost.

In addition to the standards mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union / RCDF :-

a) Indian Electricity Act and rules framed there under.

b) Fire insurance regulations. c) Regulations laid down by the Chief Electrical Inspector of the State / State Electricity Board.

e) Regulations laid down by the Pollution Control Board.

f) Regulations laid down by the Factory Inspector of the State.

g) Any other regulations laid down by the local authorities.

h) Installation operating manuals of original manufacturers of equipment.

Page 137: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

136

GENERAL

ITEMS

Page 138: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

137

SCHEDULE-II

Supply, Installation and Commission - Completion Period : 4 Months

TECHNICAL SPECIFICATION FOR 100 KVA

DIESEL GENERATING SET

Rating 80 KW continuous output, 100 KVA at 0.8 p.f. (lag) operating at 1500 rev./min. Output

corresponds to standard operating conditions as per BS:649:1958. Generating Set comprise of

:-

1. Kirloskar/Cummins or equivalent make (purchaser to approved) fuel efficient diesel

engine of suitable capacity, radiator water/air cooled, mechanical injection

turbocharged, capable of developing around 124 BHP (Prime Power rating) as per

BS:649 when operating at 1500 r.p.m. on high speed diesel oil conforming to IS : 1460.

The tenderer should give full details of Model No., number of cylinders etc. of the

engine. The engine is supplied complete with accessories and services as detailed below

:-

General:

Basic engine unit will be as per standard practice. The tenderer need specify complete

details of its latest standard design. Following features are indicative only.

Fuel System :

Cummins PT/Mico BOCH fuel pump and injectors, fuel pump and injectors (or any

other improved design), fuel filters, self contained piping. Fuel Oil service tank of

suitable capacity having level indicators air-vent, filling cap., drain-plug, piping from

tank to engine, over flow return, mechanical digital governing system & pumps.

Cooling System :

Base frame mounted radiator complete with fan and guard, belt-driven engine mounted

water pump, thermostat, water separator, self contained piping.

Lubricating System :

Engine oil sump strainer, oil pump, lub. Oil cooler, oil filter, by-pass valve, self

contained piping.

Starting System :

Page 139: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

138

Electric starting by 24 volts starter motor, engine driven alternator, voltage regulator,

automotive dry batteries with self charging system of 24 Volt of 180 Ampere Hour

capacity at 20 Hours rate of Cummins/ Exide / Prestolite or equivalent make (purchaser

to approved).

Air Intake System :

Dry type type air filter, intake manifold, turbo-charger with self contained connections.

Exhaust System :

Engine mounted exhaust manifold, exhaust silencer (industrial type), exhaust pipe as

per latest norms of Central Pollution Control Board. The exhaust pipe would be or

suitable size and up to 10 Mtrs. height from the roof of the DG room.

Instruments :-

Electronic type instrument panel incorporating (a) Lubricating Oil pressure gauge, (b)

Lubricating oil temperature gauge, (c) Water temperature gauge, (d) Battery charging

ammeter, (e) Push button starting switch, (f) Hour Meter and R.P.M. Indicator (g)

Indicator for voltage, current, KVA and frequency for one or three phase (h) Indicator

for under and over battery voltage.

Controls :-

The generator controller should consist of micro processor based integrated generator

set monitoring, metering, protection and control system with built in torque, matched,

volts / overload control. It should have single control for all genset functions like as

mentioned below :-

Digital governing.

Digital voltage control

Operator Inter face

Protection

Advance control function

Page 140: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

139

Engine :-

Metering Protection

-RPM Low lube oil pressure - Fail to crank

Battery High water temp. - Fail to start

Lube oil pressure High / low DC voltage - Sensor failure

Coolant temp. Weak battery

Running hours Overspeed

Alternator :-

Metering Protection

3 phase voltage Under voltage

(L-L and L-N) Over voltage

3 phase current Over current

Frequency Under / Over- frequency

kVA Loss of sensing

Others :-

Battle switch function

Delay start / stop

Configurable cranking cycle

Sleep mode time

Protection / Indicator :-

Automatic tripping of engine in the event of low lubricating oil pressure and high

engine jacket water temperature.

Others :-

Flywheel, flywheel housing, coupling guard, vibration damper, Drip Tray.

Tests :

Engine should be fully tested at manufacture‟s works and test certificate issued.

Literature :

3 Nos. operating maintenance manual.

Page 141: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

140

Consumption Data :

Consumption of fuel oil at 1500 rpm on 100%, 75% & 50% of load should be provided

alongwith the tender.

2. The Alternator :

The Generator set incorporate self-ventilated, self-exciting and self regulating type

AVKC/IEC/ Stamford/ Kirloskar make alternator in screen protected, drip-proof

enclosure complying with IS : 4722. The output voltage is maintained within + 5% of

the rated value from no-load to full load including cold to hot variations at a power

factor between 0.8 lagging and unity. The alternator is provided with efficient damper

windings to facilitate parallel operation. The alternator is to be designed for 415/440

volts, 3 phase, 4 wire, 50 Hz, continuously at a driven speed of 1500 rpm plus the

tolerance in voltage of + 2% on account of the difference in speed at no load and full

load. The tenderer can quote for improved design, if any, by giving details and

justification of the improved version.

Technical particulars :

- Alternator Output : 80 KW continuous 100 KVA (net)

- Rated current : 222 Amps.

- Winding connections : STAR

- Design ambient temperature: 40oC

- Type of insulation : Class H.

Alternator shall be complete as supplied by manufacturer in original packing with test

certificate.

The transient reactance of the Alternator is as low as possible consistent with the need

to limit voltage drop on sudden application of the load. The engine and alternator shall

Page 142: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

141

be mounted and aligned on a common skid mounting type base frame fabricated from

suitable MS channel machined to ensure perfect alignment of the engine and alternator

with rigid construction and necessary reinforcement to ensure minimum vibrations. The

alternator conform to BSS : 2613/1970.

AVM PADS : Suitable numbers of AVM pads of Polybond/Resistoflex/ Gerb/Dunlop

made and of „B‟ series shall be supplied with the D.G. Sets.

3. CONTROL PANEL OF GENERATOR SET :

The Diesel Generator switch gear is housed in an indoor floor mounting type, totally

enclosed, sheet metal (of 14 SWG), including the front door and sides to be of 14

gauge, cubicle, free standing and fully extensible type and consist of :-

1- MCCB 150 Amps Micro processor Based., 4 Pole MCCB having symmetrical breaking

capacity of 32 KA (rms.) 500 V, manually operated and provided with overload

protection, short circuit protection, and Under voltage trip.

1. T.P. Thermal time delay trip for over load protection rated Amps.

1. T.P. Magnetic instantaneous trip for short circuit protection adjusted between 4

to 12 times.

1. Trip free mechanism complete with mechanical ON/OFF indicator.

1. Under voltage trip front of panel operating lever drive, type KH-1.

1. 5 Pole auxiliary switch.

1. Breaker should be with HRC fuse base.

1. Shunt trip.

1. Phase tester.

1. A.C. voltmeter, 0 to 500 volt range, electronic type.

1. Volt meter selector switch with OFF position and suitable for reading voltage

between phases of Kaycee/Thakur make.

1. A.C. Ammeter, range 0 to 500 Amps., C.T. operated, Electronic type.

Page 143: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

142

1. Ammeter selector switch with OFF position for reading current in each phase of

Kaycee / Thakur make.

1. 3 nos. Current transformers, 15 VA, Class 1, 500/5A of ALPHA make or

equivalent approved by RCDF.

1. 1 no. KWH meter, 3 phase, 4 wire unbalanced load type, electronic type.

1 no. Power factor meter, Electronic type.

1 no. Frequency meter Electronic type of range 47-50-53.

Indicating lamps for Set Run Loan On indication and off indicating lamp with over cap.

Push Button for breaker off.

H.R.C. fuse links – 3 nos.

Extensive Aluminum bus bar of suitable capacity.

Note : Tenderer may provide single meter having display for Voltage, Current, KWH, KW and

Power Factor.

EARTHING :-

Four earthings as per IS for the generator set and two earthing for pannel shall have to be

provided this will include civil work related to earth pits etc. The tranches shall be provided by

RCDF / Milk union in DG set room only. All earthing material (the earthing should be with

600 x 600 x 6 mm. GI plate) to be supplied by the supplier and job to be done by the supplier

(total six nos. earthings)

CABLE :-

The cable connection between the alternator to control panel of DG Set and control panel to

change over switch / LT Panel is to be done by 1 x 3.5 x 185 Sq.mm. aluminium armoured

cable of Gloster / Polycab/ Havlles/ KEI or equivalent make. The comparative statement shall

be prepared taking in to consideration of run of 20 Mtrs. length but Cost of 20 meters of length

of cable is included in the price. However, the actual requirement shall be as per actual site

condition and contractor shall have to supply the necessary cable without joint. Therefore,

tenderer should quote the unit rate of this cable. The cost of extra length of cable, if required

shall be paid as per the unit price mentioned in the order. Cable layout shall be discussed at

site with the Engineer In-charge of the Milk Union.

ACOUSTIC ENCLOUSER (SOUND & ALL WEATHER PROOF)

Page 144: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

143

1. Sound Proof : It should be compact, modular construction and sleek design with low

noise level confirming to CPCB guidelines of 75 db at 1 meter distance.

2. It should be type approved from the authorised agency as per guidelines of CPCB vide

letter no B-31011/7/93/PCI-II/98 dated 3.1.2005 and B-31013/7/93/PCI-II/1840 dated

2.2.2005, with regard to extension of the type approval certificate to the concerned

generator original equipment manufacturer (GOEM) for the assembly of genset model

including acoustic enclosure.

3. Supplier should provide copy of approval certificate.

4. Weather Proof : The roof of the canopy is covered to ensure no water accumulation on

the roof. There is no chance of water entering the canopy from outside and suitable

EDPN gasketings is provided. All hardware are zink coated.

5. Surface treatment : It is chemically treated for removing rust, dirt and grease.Two coats

of premier and two coats of paint/ powder coated is provided on canopy. Bottom

portion is provided with black rubber paint.

6. Ventilation :- It should be properly ventilated to met the CPCB norms..

7. Protection & tripping :-Safety devices is provided against high enclosure temperature

limited to 50 oC.

8. Exhaust silencer of residential type.

11. Emergency push button stop is provided outside the canopy.

12. Proper illumination is also provided inside the enclosure.

SCOPE OF TESTING & COMMISSIONING OF D.G. SETS

The supplier is required to complete the supply, erection, testing & commissioning of the Diesel

Generating Set on turnkey basis and the job description given hereunder for erection, testing &

commissioning is to be treated as set of broad guide lines :

a) Providing of foundation drawing indicating details of concrete reinforcement steel etc.

b) Marking Gen. Set layout.

c) Guidance for making foundation. Foundation to be made by RCDF/ Milk Union.

d) Getting machines unloaded at site and getting machines shifted on to the foundation.

Page 145: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

144

e) Providing of earthing as mentioned above.

f) Alignment of machines.

g) Cable connections between alternator to control panel of D.G. Set, control panel to change

over switch, change over switch to main supply.

h) Supply and installation of service fuel tank of capacity for 12 hours run and fuel connection

between daily service fuel tank to engine.

i) Fixing of exhaust piping (including minor civil works in fixing) as per State Pollution

Control Board standards.

j) Conduction of trial run of Gen. Set, first charge of lub. Oil to be provided by supplier and

Diesel to be supplied by RCDF/Milk Uion.

k) 3-4 hours of full load test run of gen. set. In case of full load is not available with

RCDF/Milk Union, the trial may conducted on available load.

l) Brief training of operators at site in normal maintenance and operation of gen. set.

m) RCDF/Milk Union may depute on operator each for training on engine and alternator at

respective manufacturer‟s works. For training on electricals and panels RCDF/Milk Unions

may depute operator at tenderer‟s works. No training charges as such will be payable to

supplier for arranging training.

n) Supplier will have to get its installation approved from the statutory authorities if

applicable.

Note :- Civil works of the nature incidental to erection like making holes & grouting for pipe supports,

panel fixing, tank fixing, etc. is included in supplier‟s scope of work.

LIST OF TOOLS TO BE SUPPLIED WITH D.G. SETS FREE OF CHARGE

1. Set of spanner 5 nos. – 1set

2. Screw Drier 6” – 1

3. Plier – 1

4. Hammer 1.5 kg. – 1

5. Phase Tester – 1

6. Leak stop roll – 1

7. Allen wrench set 3/63” to 3/8” – 1

Page 146: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

145

8. Ring spanner (15”/16”) – 1

MAKE OF FOLLOWING ELECTRICAL ITEMS / INSTRUMENTS OF CONTROL PANEL BE

SUPPLIED BY THE TENDERER

1. MCB : 250 A Microprocessor based L & T make

2. Voltmeter & Ammeter : IMP/ AE/ CADEL/ ENERCON

3. KWH meter : IMP/ AE/ CADEL/ ENERCON

4. Frequency meter : IMP/ AE/ CADEL/ ENERCON

5. Power factor meter : IMP/ AE/ CADEL/ ENERCON

Note : Tenderer should have carried out successful installation and commissioning of atleast

20 Nos. of DG set of similar nature in last three years in Rajasthan. At the same enclose

available service network at State level to ensure long term availability of spares and

better services after sales.

Page 147: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

146

Detailed Technical Specifications and Scope of Work for packaged type Effluent

Treatment Plant. For various 20KLPD milk chilling centers to handle effluent load

of 50 KL per Day. 1. The scope of work includes complete designing supply, installation testing and

commissioning of effluent treatment plant, along with civil work Suitable to treat 50 KL Effluent per

day.

This should be followed by clearance / approval and certification by Rajasthan Pollution Control

Board, Jaipur.

The total work to be taken up to on turn key basis.

2. Design Data

This plant should be designed to treat the effluent coming out of the milk chilling plant which has the

following characteristics.

1. pH 5.5 to 9.5

2. Oil & Grease 300 Mg/l

3. BOD 800-1000 Mg/l

4. COD 1600-2000 Mg/l

5. Suspended solids 400 mg/l

The treated effluent should confirm to the following specifications

1. pH 6.5 to 8.5

2. Oil & Grease 10 Mg/l

3. BOD 30 Mg/l

4. COD 250 Mg/l

5. Suspended solids 100 mg/l

The design selected for ETP shall be based on extended aeration system with MBBR (Moving bed bio

reactor )for which following minimum sizes / specifications would have to be taken into consideration.

6. Civil construction specification:-

The scope of civil engineering work will be carried out as per proposed drawings submitted by erector

& approved by ZDUSS ltd. Salient features are however mentioned below.

1. Provision for excavation & back filling for construction of ETP is to be made by contractor and

surplus excavated material shall be disposed in the consultation with respective milk union.

2. CONCRETE MIXES :-

The Following mixes / grade concrete shall be used in places specified:-

1. M- 200 grade concrete : in reinforced concrete member in direct contact with liquid using 20

mm and normal size stones aggregates and having cement content not less than the minimum

specified in IS : 3370:1965

2. M- 150 grade concrete: in reinforced concrete member not in direct contact with liquid using

20 mm and normal size stone aggregated.

3. 1: 4: 8 Concrete: in 100 mm thick under various footings / foundations and RCC base slab of

structure using 40 mm and down size stone aggregate.

4. 1:3:6 Concrete : (i) in 150 mm thick foundation for various masonry structures using 40 mm

down size stone aggregate (ii) in 100 mm thick base slab of oxidation ditches and aerated

lagoon if proposed by the erector using 40 mm and down size stone aggregate.

5. Crusher broken stone aggregate used.

1. : Notes on concrete constructions:

1. All concrete will be volume batched. All reinforced will be mechanically mixed and vibrated.

Page 148: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

147

2. All RCC structure will be lift straight from shutters with reasonable rendering of shuttering

joint marks only. RCC structure will be suitably plastered wherever necessary.

3. Construction Joints in RCC member shall be formed in accordance with the provision of IS:

3378.

1. : Reinforced shuttering works.

1. For shuttering ply wood / steel plates shuttering as considered suitable for particular place

will be provided.

2. Design should be based on TOR steel reinforcement basis confirming to IS : 1768/ 1139

1. Masonry work

(a) Stone/ brick masonry work for all walls partitions etc. shall be constructed with best quality of

bricks /RR stones / sand etc. In cement sand mortar mix 1: 4 as per the drawings to be supplied by

erector and approved milk union.

Finishing

1. Exposed faces of RC walls shall be given two or more coat to give an even shade of cement paint of

approved shade.

2. 20 mm thick and 12 mm thick cement plaster in 1: 4 cement sand mortar shall be provided at the rough

faces of the brick panel walls of the pump house./ blower room. However the ceiling of the roof

shall be provided with/ average 6 mm thick cement plaster in the cement sand mortar and 100 mm

thick water proofing be done in brick ballast and CM ( 1: 3 ) as per specifications of design.

3.6 Design of structure: -

a) The design of structure will be based on the following IS codes of practice unless specified by

us

1. IS : 456 – 1964 For plane and reinforced concrete work

2. IS : 3370 For structural member in part I , II , IV Direct contact with

Liquid

3. Other relevant IS codes

b) Covers to main reinforcement shall be as per IS 56 3370 whichever is applicable.

3.7 The thickness of wall foundation of machinery etc. should be structurally safe and sound and

same will be have to be got approved before execution.

Page 149: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

148

Equipment wise specification:-

Screen Chamber: - 1 no.

This will be constructed with 5 mm MS plates. A perforated platform will be provided on top for half

length to collect the screenings. The size of screen chamber would be

0.6 m x 0.3 m 0.3 m

Oil Trap: - 1 No.

The construction will be in 5 mm MS plate with internal and external surface will be Epoxy coated .

The size of oil trap should be 1.0 X 0.6 X 1.0 M

Arrangement will have to be provided so that oil scum can be collected in small tank so that the same

can be lifted by trolley. Scum chamber will be fitted with drain pipe and a valve for removal of scum.

Equalization Tank :- 1 No.

The construction will be in civil. An HDPE aeration grid will be provided for blowing air. The size of

tank would be 31.5 cum capacity. 3.5 x 3 x 3.0 m. Retention time should be 12 hrs. free board

volume should be 5.25.

Primary tube settler:- 1No.

This is an attachment to the aeration tank and will be fitted at one side of aeration tank along with

flocculation chamber and chemical dosing tanks. Size of primary tube settler should be calculated on

the basis of 4 hrs liquor retention time. Bottom of the tube settler should have drain valve and shall be

attached to sludge drying bed. Tube settler should be fitted with Tube settler should be fitted with PVC

tube media of 1.5 mm thick and 1200 mm long with either hexagon shape or chevron shape.

Flocculation chamber – 0.8x3x3.5

Bioreactor /Aeration Tank :- 1 No.

Size 3m x 3m x3.5 m

The Bio- reactor/aeration tank having dimensions 3m x 3m x 3.5 m ( height) made up of 5 mm Ms

Plate coated with epoxy coat from inside and outside. It should be painted with black color coating

from inner side and from outside it should be painted with color approved by RCDF for aesthetic

effect.

The aeration tank shall be designed in such a way so that provision for holding diffuser should be

made and a sieve type launder is provided so that MBBR/FAB media should not pass in the

secondary tube settler. The MBBR/ FAB tank should have plastic floating media at least 25- 30 % of

bio reactor volume.

Secondary tube settler :-

The construction should be in 5 mm MS plate with internal surface coated with black color epoxy

coating and out side with color approved by RCDF for aesthetic effect. The size of the tank should be

for 4 hrs mixed liquor holding. The tube settler should have provision for the recirculation for mix

liquor. Tube settler should be fitted with PVC tube media of 1.5 mm thick and 1200 mm long with

either hexagon shape or chevron shape.

Clarifier Size : 0.8x3x3.5

Clear water tank : - 1 No.

Tank with 5000 liter capacity made up of MS 5 mm plate / Heavy duty plastic tank.

Clear water tank size : 0.5x3x3.5

Weather proof electrical Panel: - 1 No.

Page 150: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

149

It should be integral part of packaged type ETP and should be equipped with required mcb,

contactors, relays , push button ampere metet indicator and other allied accessories. Iti should be

powder coated with approved colour.

Dual media filter:-

Made up of 5 mm MS plate/ FRP and capable of filtering 50000 liter water.

Water meter: 1 No.

Should be mechanical type and capable of measuring flow continuously.

Filter press:-

18 Nos. of plate size 460 x 460 mm width filter press with bottom tray and side pipe. Arrangement has

to be made so that filtered water returns back to holding tank / equalization tank.

Effluent pump :- 2 No.

These will be horizontal non – clogs self priming centrifugal pumps in CI construction. Each pump

will be complete with mortar, base frame and coupling. One unit will be stand by. The pumps will be

of Kirloskar make, 3 cum per hr capacity, 1 HP 3 Phase.

Blowers : 2 No.

These will be positive displacement, air cooled twin lobe air blower of reputed make each complete

with 3 HP Motor base frame and accessory etc and should be capable of supplying air 80 cum/ hr

Aeration Grid : 1 no.

This will be made of HDPE pipe with hole drilled properly using good quality of pipe. The grid

should be mounted in the equalization tank.

Diffuser : 6No.

Fine bubble diffuser capable of producing air bubble of less than 1 mm size. Membrane should be

EPDM with plastic support ( plastic support should have pressure rating of min. 6.0 Kg), End cap, side

clamps and SS nipple. End cap should have two opening for supply of air. Plastic support will be open

from one side.

Return sludge pumps : 2 No.

These will be horizontal non clog self priming centrifugal pump in CI construction and each of three

phase, 1 HP and 10 cum / hr capacity these will be complete with base frame and coupling.

Clear water discharge pump : 1 HP , 2 Nos. (To Feed duel media filter).

Specification for piping work:-

suitable size G.I. B class piping.

Air Line: suitable size G.I. B class piping.

The above piping will be reputed make ISI marked, complete with suitable size of valves, bend ,

flanges , header and other auxiliary material.. all the valves will be of flange type.

Specification for electrical work:

1.Cubical type cover in 16 SWG CRCA sheet steel for all the motors.

The penal will be incorporated following

1. In coming TPN switch fuse unit of suitable rating with ammeter, voltmeter, selector

switches, indicating lamp etc.

2. Outgoing feeders comprising of isolated switches, fuses, contactors, relays, indicating

lamps, on / off switch etc.

2. Earthing arrangement with double Earthing of all the electrical appliances

3. Entire coupling of plant

4. Push button stations for each motor mounted out side the pump room

Makes of equipments ; -

Motor Bharat Bijlee / Kirloskar / ABB

Cables Gloster / CCI/ NICCO

Page 151: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

150

Elect. : L & T

Gear Box Redicon / Ellicon

Plastic pipes Finolex , supreme

Air blower Everest, Ingersol

MS sheet for fabrication Tata, Jindal

MBBR Media Cool deck , Anjaneya,

Filter press Pharmatech, chemitech , Neelwater treatment system.

Delivery period : Plant should be delivered to the milk union in two months time from the date of final

order.

Note :

1. Civil foundation designed with respect to total load for placement of package type Effluent

Treatment Plant Capacity 50KL, minimum 300 mm above ground level is in the scope of

supply.

2. Package type Effluent Treatment Plant to be fabricated with 5mm/8mm MS sheet with required

stiffener using heavy duty MS channel 75x40mm. 5mm MS sheet shall be used for fabrication

of side walls (enclosure) and partition wall and bottom of structure should be of 8mm MS

sheet. Complete structure should be epoxy painted after sand blasting from inside and outside

to ensure the life of structure. Tenderer should submit the fabrication drawing and get it

approved from Milk Union/RCDF before starting fabrication.

Page 152: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

151

SPECIAL CONDITIONS FOR EFFLUENT TREATMENT PLANT 1. The make of items here in covered should be well reputed.

2. The ETP is to be treated as a turnkey project as per the layout & fabrication drawing to be

submitted by suppliers and final drawing to be approved by Concerned Milk Union/RCDF.

3. All necessary mechanical, electrical equipments controls machinery and other items, which

may be required for the erection of the entire plant falls in the scope of supply though

specifically for mentioned. The plant also is guaranteed for the performance parameters.

4. All the taxes and duties are included and rates are FOR site.

5. The price is inclusive of unloading charges at site of the equipments and your representative

will unload the same safety at site.

6. Complete erection, testing and commissioning of the plant comprise of the following :

1. Shifting and placing of the equipments on the respective foundations.

2. Electrical wiring of the complete plant including power and control, lubrications, testing,

commissioning and handing over of the plant in satisfactory working condition after

satisfactory trial runs for 15 days including capacity test.

7. The services/utilities to be made available to the erector shall be arranged upto the battery

limits and it will be the erectors responsibility to tap these service / utilities from the battery

point to the different places of requirement. All necessary fittings, mountings and all other

items required for tapings and transmitting the services shall be supplied and installed by the

erector.

8. The necessary quantities of cleaning chemicals, make up lubricants etc. required for the

installation, commissioning, testing and start up of all the equipments are to be supplied by

erector free of cost.

9. Initially the plant on commissioning will be commissioned on the flow of effluent available at

point of time subject to delivery mentioned in the order. However, supplier will be required to

demonstrate satisfactory performance of the plant during full flow conditions to be made

available during peak season.

10. The chemicals, lubricants, oil and other consumables as may be required up to satisfactory

commissioning will have to be provided by suppliers free of cost.

11. It will be the sole responsibility of the suppliers to ensure performance of the plant to give

desire results of treated water as specified by the water pollution board of Rajasthan and as

given in the tender. In case any changes, modifications, alterations etc. are required at the time

of commissioning by Board, the same will have to be carried out by the supplier free of cost.

12. ZDUSS will reimburse any statutory fee payable for the plant on submission of receipt /

vouchers etc.

13. Approval from various Agencies like RPCB/Electrical Inspectorate etc. which are connected

with the plants supply, installation, testing and commissioning will be obtained by the

suppliers.

14. Milk Union will lay cables up to MCC panel which is to be connected therein by contractor.

15. For every prime mover S/F unit followed by isolator and suitable contractor will be provided

with necessary remote control order. Isolators near electrical drives will be provided by

supplier. Double earthing and individual adjustment earthing as per ISI code will be provided

by supplier. The sheet metal panel housing all controls will be provided by supplier.

16. The plant layout will be such as to facilitate expansion in future. The expansion possibilities

and directions should be down dotted in the layout.

17. The consent to established and consent to operate are in the scope of tender.

Note :- Equivalent make subjected to purchaser approval.

Page 153: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

152

Statement for Supply, Erection & Commissioning of Service line & Allied

equipment of 20 KL Chilling Plant at Gharsana. S.

No

.

Description Tentative

Qty.

Unit

rate

of

suppl

y

Unit

rate of

erectio

n

Total

amount

of

supply

Total

amount

of

erection

Total

amount of

supply &

erection

1 Supply Erection & Commissioning of S.S. pipe line

dia 51mm. Erection rate to include installation of SS

valves and fittings which will be supplied by Milk

Union / RCDF or tenderer. Note: Every SS Union

joint should be placed with leake proof Argon-Arc

welding. Material to be supplied as per encl.

Annexure-"A-I".

100

2 SS Pipe fitting ()

(a) SS three way valves with complete union dia

51mm

15

(b) SS two way valves with complete union dia

51mm.

3

(c) SS bands without union dia 51mm 20

(d) SS line filter (Disc type) dia 51mm 2

(e) SS reducer 63.5 x 51 2

(f) SS Tee without union dia 51mm 4

(g) SS vertical non return valve dia 51mm 4

(i) SS clamp dia 51mm 50

(k) SS union dia 51mm complete 50

(l) SS blank caps with wings dia 51mm 4

Note : Above said fittings may be supplied by

RCDF/Milk Union/Tenderer

3 Supply erection & commissioning of SS support for

placement of SS pipe lines erection rates to include

installation of SS clamp, SS Nipple 15 NB,

placement of 20mm SS Rod for hanging supports

which required threading at ends with locking SS

nuts.

(a) SS Pipe dia 50mm thickness 2mm 12 Mtrs.

(b) SS square pipes 50mmx50mm thickness 2mm 12 Mtrs.

(c) SS Rod dia 20mm 12 Mtrs.

(d) SS Nipple 15mm x 4" 50 Nos.

4 Supply erection & commissioning of various G.I. 'B'

class pipe line TATA / Jindal make for water

distribution circuit with required fittings.

(a) 150 NB 6 Mtrs.

(b) 80 NB 6 Mtrs

(c) 65 NB 60 Mtrs.

Page 154: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

153

(d) 40 NB 24 Mtrs.

(e) 25 NB 12 Mtrs.

(f) 20 NB 12 Mtrs.

5 Supply erection & commissioning of valves

(a) Butter fly valve 65 NB 4 Nos.

(b) Butter fly valve 40 NB 4 Nos.

(c) Ball valve 25 NB 4 Nos.

(d) Ball valve 20 NB 8 Nos.

Note : Butter fly valve make Audco / Crowley / Ray

/ Castle or Ball valve Audco.

6 Supply erection & commissioning of

(a) Non-return valves (Vertical) 65 NB 2 Sets

(b) C.I. Stainer 80 NB (Bucket type) 2 Sets

(c) C.I. foot valve 80 NB 2 Sets

7 Supply erection & commissioning of self priming

coupled typed pump with Gland system, discharged

capacity 20000 LPH work at 30 Mtrs. Kirlosker /

Jyoti make pumps with 5 HP motor alongwith DOL

starter of L & T make.

2 Nos.

8 Supply,Erection&Commissioning of MS 'C' class

TATA make

pipe for Hot Water line Erection to include

installation of

Valves and Fittings and insulation of pipelines with

50 MM thick glass wool (LRB) Mattresses of 100

density with

24 SWG. Aluminium clading.

a) MS Pipe 40 NB 80 Mtr.

b) MS Pipe 20 NB 30 Mtr.

9 Shifting, Lifting, Placement orientation and

installation of following

(a) HMST tank 10 KL / 15 KL 2 Nos.

(b) Weighing scale with weigh bowel 1 Set

(c) Dump tank 2 Nos.

(d) Roller conveyer 1 No.

(e) Milk Chiller 1 No.

10 Supply erection & commissioning of MS channel

for the support of water distribution circuit Rates per

Kg.

(a) MS Channel 75mm x 40mm x 3mm / MS angle

50x50x3mm

500

11 Supply erection & commissioning of Checker plate

for placement of same on cable tranches Rate per

Kg.

500

G. Total

Note:- All SS material should be as per AISI 304.

Page 155: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

154

1. Dock Automation : The Dock Automation consist of S/I & Commissioning of Three Computers

i.e. for testing, weighing and server mode, Printer, Data cable / network cable, suitable earthing etc

to be carried out by Milk union.

2. Test certificate of SS pipe, valves & fittings should be provided by the successful bidder. The SS

pipes and fittings should be supplied as per enclosed technical specification.

3. Refrigeration system should be designed to accommodate operation of both the ammonia

compressor of capacity 6” x 6” at a time.

4. Water testing report of water available at site shall be provided by RCDF to bidders for designing of

water softening plant. Basic design as follows:- pH – 7.5, Total dissolved solids – 2000 mg. per ltr.,

Hardness – CaCo3 – 600mg per ltr.

5. Package type ETP Cap. 50000 per hr. should be supplied with consideration to effluent load of 20

KLPD chilling plant. The complete specification of ETP to be provided by RCDF. (Specification

enclosed)

6. Plant building layout to be provided by RCDF (Drawing Enclosed).

7. Lab equipment as per list enclosed.

8. Plant building layout enclosed.

Page 156: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

155

Technical Specification for S.S. pipes and fittings

S.S. Pipe 1.0 FUNCTIONAL REQUIREMENTS

1.1 General Description - These SS Pipes would be used to interconnect all milk

processing equipments, storage tanks, in place cleaning system etc.

2.0 DESIGN REQUIREMENTS

2.1 All SS Pipes should conform to SMS standards.

2.2 All SS Pipes should be externally polished to dairy standards and internally pickled to dairy

sanitary conditions.

2.5 All pipes should be externally polished to dairy standards and internally pickled to dairy

sanitary conditions. All pipes should have wall thickness as 1.6mm (16 SWG) & of SS 304

(ERW).

2.6 The following sizes of S.S. pipes shall be required :-

a) 63.5 mm

b) 51 mm

c) 38 mm

1. The raw material should be procured only from reputed manufacturer and should have

following composition in case of material SS 304 :

Max. C : 0.08 %

Max. Si : 0.75 %

Max. Mn : 2.00 %

Cr. : 18 to 20%

Ni : 8 to 10.50 %

Max P : 0.045 %

Max S : 0.03

Page 157: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

156

S.S. VALVES AND FITTINGS

1.0 FUNCTIONAL REQUIREMENTS

1.1 General Description - These SS valves and fittings would be used to

interconnect all milk processing equipments, storage tanks, in place cleaning

system etc.

2.0 DESIGN REQUIREMENTS

2.1 All valves and fittings should conform to SMS standards.

2.2 All valves and fittings should be externally polished to dairy standards and internally

pickled to dairy sanitary conditions.

UNIONS

2. The union should be made in accordance with the SMS standard. As per international

standard, the unions should be produced out of hot (closed die type ) forgoing only and

subsequently should be duly solution treated (annealed ) to remove the internal stresses.

3. The raw material should be procured only from reputed manufacturer and should have

following composition in case of material SS 304 :

Max. C : 0.08 %

Max. Si : 0.75 %

Max. Mn : 2.00 %

Cr. : 18 to 20%

Ni : 8 to 10.50 %

Max P : 0.045 %

Max S : 0.03

1. The union should be complete with liner, male part, nut and neoprene food grade rubber

gasket. Liner and male part should be suitable for expansion joint.

2. The thread profile should be generated on precise CNC machine so as to have correct

dimension, finish and accuracy. The union components should be interchangeable so as to

have lesser inventory cost.

3. All the dimensions should be checked with calibrated measuring instruments and GO -

NOGO type gauges. The thread profile should be as per DIN 405 std.

4. The union gasket should be of food grade with appropriate hardness and composition.

All the dimensions of the union should be in accordance with DIN 11851 including its

tolerance.

5. The surface finish should be less than 1.0 Ra value.

PLUG, BUTTERFLY, NON RETURN AND FLOW REGULAING VALVES

1. The valves should be made in accordance with the SMS standard. The valve body and

plug should be made out of material SS 304 with following material composition :-

Max. C : 0.08 %

Max Si : 0.75 %

Max. Mn : 2.00 %

Cr. : 18 to 20 %

Ni : 8 to 10.50 %

Max P : 0.045 %

Max S : 0.03

Page 158: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

157

2. Each valve should be manufactured on precise CNC machine. The inner of the valve

body and the contact surface of the plug should be ground smooth and lapped to get full

metal to metal contact.

3. All the dimensions should be checked with calibrated measuring instruments and GO -

NOGO type gauges. The thread profile should be as per DIN 405 std.

4. The outer visible surface of the valve body and the plug should be mirror polished.

The male part should be an integral part of the valve body casting.

5. Each valve should be tested for a hydraulic pressure of minimum 6 bar for minimum

3 minutes.

6. The supplier should furnish material and hydro test certificate along with the supply of

material .

BEND AND TEE

1. The bends and tees should be in accordance with the SMS standard. The thickness of

fittings made from tube section should be 1.6 mm for dia upto 63.5 mm and 2.0 mm for

above 63.5 mm. The bend should be suitable for expandable union joint.

2. The testing certificate of parent material ( i.e. pipe ) should be submitted along with the

supply of bends and tees.

3. The material composition, in case of material SS 304, should be as per following :

Max. C : 0.08 %

Max. Si : 0.75 %

Max. Mn : 2.00 %

Cr. : 18 to 20 %

Ni : 8 to 10.50 %

Max P : 0.045 %

Max S : 0.03

1. The outside surface should be polished to min. 150 grits and inside should be pickled and

shot blasted.

2. The bends should be free from wrinkles and the ''T'' should have uniform flaring on the

radius ( for bends ) should be within the acceptable / permissible limit specified in the

DIN 11852.

Page 159: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

158

LIST OF RECOMMENDED ITEMS ( SS VALVES & FITTINGS)

S.No Items Size(mm) FOR Site Unit

Rates

1 SS BEND W/O UNION 38

51

63.5

76

2. SS UNION COMPLETE 38

51

63.5

76

3. SS EXTENDED BEND WIHOUT UNION

500 MM LONG ONE SIDE

38

51

63.5

76

4. SS TEE WITHOUT UNIONS 38

51

63.5

76

5. SS 3 WAY COCK WITH COMPLETE

UNIONS

38

51

63.5

6. SS 2 WAY COCK WITH COMPLETE

UNIONS

38

51

63.5

7. SS INLINE STRAINER 38

51

63.5

76

8. SS NON RETURN VALVE 38

51

63.5

76

9. SS HOSE CONNECTION WITH MALE

PART

38

51

63.5

76

10. SS HOSE CONNECION WITH NUT &

LINER

38

51

63.5

76

Page 160: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

159

11. HOSE CLAMPS 38

51

63.5

76

12. SS INLINE SIGHT GLASS WITH

COMPLETE UNIONS

38

51

63.5

76

13. SS PIPE CLAMPS 38

51

63.5

76

14. Pneumatic SS valves 2 way 38

51

63.5

76

15. Pneumatic SS valves 3 way change over

type angular type.

38

51

63.5

76

16. SS RED LINERS 38 X 25

51 X 38

63.5X 51

17. SS NIPPLE PIPES 80 MM X ½''

18. PLASTIC STOPPERS 38

19. FLOOR PLATES WITH 1/2 IN THREAD 38

20. SS BLANK CAPS WITH WINGS

Page 161: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

160

Sub section-2

Project Information

Page 162: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

161

Project Information

“DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF 20 KLPD MILK

CHILLING PLANT ALONGWITH UTILITIES ON TURN KEY BASIS” AT GHARSANA

DISTRICT SRIGANGANAGAR (RAJ.).

Introduction

The scope of the tender shall include the following:-

5.0 Scope of Work: The scope of work includes design, supply, installation, testing & commissioning

of plant and machinery, utilities as per list detailed below:-

Plant & Machineries

S.

No

Particulars Quantity

1.0 MILK RECEPTION

1.1 Chain can Conveyor with Can tripping bar (Powered) 1 Set

1.2 Dump Tank 1000 Kgs. 1 No.

1.3 Plateform balance 100 Kg. 1 No

2.0 SERVICE EQUIPMENTS 2.1 Complete Refrigeration Plant with Ice Bank system with suitable IBTs,

Ammonia Compressors, Condensers, Condenser Pumps, etc.

1 Set

2.2 Hot Water Generator 100000 KCAL/HR with accessories. 1 Set

3.0 ELECTRICAL

3.1 Complete electrical work consisting of HT & LT switch geares, panels

for 11 KVA 3 phase 50 Hz. AC Supply consisting of following. HT

switch, LT panel with remote control panel having provision for

Refrigeration section, process section, External lighting, Internal

lighting, ETP, Pump House etc. 210 KVA Transformer (Star rating)

with accessories, Automatic power factor control panel with capacitor

bank, HT/LT cables, control panels, cables various size etc.

1 Lot

4.0 General :

4.1 DG Set 100 KVA with change over switch 1 Set

4.2 Work shop tools 1 Lot

4.3 Lab Equipments 1 Lot

4.4 ETP 50 KLPD package type 1 Lot

4.5 Erection & Commissioning Erection & commissioning of equipment

alongwith allied pipe lines i.e. (SS pipe line, SS Inline stainer, SS

valves and fittings, GI pipe line, MS pipe lines with required valves &

fittings, MS Pipe line HP / LP with insulation and steam valves)

1 Lot

Note:-

(1) The plant & machinery, utilities shall be supplied as per respective specification detailed at

Annexure -

(2) The tenderer should provide plant and machinery layout defining inter-connection of equipment

and flow of milk, water, steam etc.

Page 163: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

162

(3) Following approvals are required from RCDF before fabrication of equipment and for the

execution of awarded work:- General arrangement drawing of the IBT coils, accumulator and

valves arrangement shall have to be got approved by the contractor before fabrication.

(4) Hot water generation system :

Hot water generation with chimney feed water tank, day oil service tank, Diesel tank, Diesel

pump (manual).

(5.) Complete electrical work

Metering system, HT/LT panel with equipped with all safety control, ACBs/MCCB, transformers,

DG Set, APFC panel, HT & LT cables, cable tray.

(6) In addition to the standers mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union/RCDF:-

(a) Indian Electricity Act and rules framed there under.

(b) Fire, Insurance and Regulations Act.

(c) Regulations laid down by the Chief Electrical Inspector of the State/State Electricity Board.

(d) Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.

(e) Regulations laid down under the Explosive Act.

(f) Regulations as per Weight and Measure Act.

(g) Pollution Control Board of Rajasthan.

(h) Bureau of Indian Standards

(i) Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that

operation of the plant could be started as per rules and regulations from the day one after handing over

the plant. However, actual fee and other charges deposited with the government authorities will be

reimbursed to the Contractor after production of receipt. 1. The Tenderer shall be responsible for developing the conceptual layout and flow diagram to

ensure successful operation of the plant with minimum investment.

2. Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry out all

minor works necessary to achieve the rated capacity of the plant even though they might not have

been expressly mentioned in the tender document.

3. All the equipment to be supplied will have to be manufactured and supplied as per the standard

specifications adopted by the Milk Plant manufacturer/dairy industry in the country.

4. This contract will be “Fixed Rate Contract” and the contractor will have to supply the equipment

and complete the erection and commissioning within the agreed contract value and no escalation

of prices will be allowed.

5. It is absolutely essential to complete the job of design, fabrication, supply, erection and

commissioning of Milk Dairy project within 12 months from the date of signing the contract and

receipt of advance.

6. The tenderer is advised to visit to site so as to apprise himself of actual site condition and

quantum of work involved.

Page 164: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

163

SUB SECTION – 3

Instruction to Bidder

Page 165: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

164

Instructions to Bidder

This section of the bidding document defines the way that bidders are required to structure the

presentation of the technical section of the bids. All technical data are to be provided in the format

given in this section. Any bidder not following the bid format structure or providing insufficient

technical data/information or presenting data that is not in the required format is liable to be deemed

non-responsive.

Introduction:

The bidder is to take note of the various points listed in the introduction and they are to describe their

technical proposal and systems, which they have applied in designing the plant. Also to highlight any

special technical innovation that the bidder proposes to include in the plant that will improve the

performance, reduce operating costs, reduce maintenance or improve product quality.

The preamble should commence at the start of the process and work logically through the process.

Any such highlights should be cross referenced with the Bid Schedule, Annexure and paragraph

number to which they apply.

Instructions to Bidders

2.1 This Sub – Section of the tender defines the way that bidders are required to structure the

presentation of the technical section of their bids.

2.2 All technical data required by the tender is to be provided in the format given in this Sub –

Section.

2.3 Any bidder not following the required bid document structure of presenting technical data that

is not in the required format is liable to be deemed non-responsive.

Bid Structure of Technical Section

1.5 The technical section of the bid is to be structured in the same order as Tender Document.

Each statement is to be numbered with the same Sub-section and paragraph number as in the

Tender Document. Every page of the technical section of the bid is to be numbered. Section

number is also indicated in every page. The general structure, therefore, is to be as follows:

Sub – Section Subject

1 Introduction

2 Instruction to Bidders

3 Design Basis

4 Responsibilities

5 Project Management

6 Scope of Supply and Technical Specifications ( Tender package)

7 Battery Limits

8 Deviations from Technical Requirements

9 Optional & Additional Items

10 Drawings and Documentation

11 Requirement for Bidder meeting

Page 166: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

165

1.6 The bidder is to cover each requirement of the Tender Document by statements, technical

data and descriptive material and, in particular to detail the following:

SUB – SECTION 1 INTRODUCTION

Preamble

The bidder is to describe his technical proposal in details, stating the processes and systems,

which he has, applies in designing the plant layout. Also to highlight any special technical

innovations that the bidder proposes to include in the plant that will improve the performance,

reduce operating cost or improve product quality.

SUB –SECTION 2 ACCEPTANCE OF WORKING CONDITION

A statement is required accepting the “working Conditions” that have been described in

Tender.

SUB – SECTION 3 BASIS OF DESIGN

The bidder is to required to follow the Basic of Design in the tender, and indicate clearly

where additional processes or alternative processes of equipment are considered to be

necessary or desirable to achieve optimum plant operation efficiency, optimum product

quality within the standards specified, and optimum plant operation convenience.

Under the utilities sections quantified the peak and daily loads of each utility.

SUB – SECTION 4 RESPONSIBILITIES

Responsibilities of the Bidder

The bidder is required to specifically state his acceptance of non-acceptance of each clause in

this sub-section. Non acceptance shall be deemed a deviation from the tender and should be

mentioned in deviations, Sub – Section 8.

Responsibilities of Purchaser

The bidder is required to state here any additional responsibilities that he consider are to be

borne by Client besides those described in the tender.

SUB – SECTION 5 PROJECT MANAGEMENT

Time Schedule

The bidder is to state in this subsection the proposed programme of implementation from

receipt of order to commencement of product trials, to be provided.

The bidder is to ensure that the following Sub – Sections are fully detained and quantify the

duration and manpower supplied to each.

Commissioning

Product trials

Training

SUB – SECTION 6 SCOPE OF SUPPLY & TECHNICAL SPECIFICATIONS

The bidder is required to follow the sequence of the tender Document and to make a

statement on each paragraph. Do not leave any item without a clarify statement.

Page 167: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

166

SUB – SECTION 7 BATTERY LIMITS

Battery limits for the plant are mentioned in this sub-Section.

SUB – SECTION 8 DEVIATIONS

All technical deviations are to be stated. This is mandatory, and failures to comply with make

the bid liable to be deemed non-responsive see Annexure – V

SUB – SECTION 9 OPTIONAL ITEMS

Items that the bidder includes in this Sub – Section that are considered by evaluation team to

be essential to the satisfactory operation of the plant, shall be included in the commercial

evaluation of the bid.

SUB – SECTION 10 DRAWINGS, DATA & DOCUMENTS

The list of drawings and technical documents required for technical evaluation is included in

Sub – Section 10. These include a number of data sheet formats to be completed by the

bidder. The completion of this format is mandatory, and failure to comply will make the bid

liable to be deemed non-responsive.

Page 168: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

167

SUB SECTION - 4

Design Basis

Page 169: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

168

INTRODUCTION

The Rajasthan Dairy Co-operative (RCDF) is setting up to install a New Chilling Plant

having a capacity of processing 20000 Ltrs. of Milk per Day which should be expendable up to

50 LLPD. The proposed Chilling plant is to be created at Gharsana Distt. Jhunjhunu. The

project will benefit to milk producers/rural population which shall have a constant market at

their door step for milk. It shall help in uplifting the rural economy .

The newly established Chilling plant shall have all modern equipment with latest technology

and enhance and upgrade the processing infrastructure to take care aptly all the incoming and

procured milk from village level milk producers.

The work should be executed on a single responsibility basis and the bidder should consider the

work in totality. It should be understood that any minor work, which may not be explicitly

detailed but is necessary for the proper functioning of the individual equipment or plant as

a whole, is included in the scope of work without any additional cost.

All the equipment for the plant shall be designed, supplied and installed in accordance with the

prevailing and applicable standards. The bidder shall be responsible for arranging approval from

various applicable Indian Statutory authorities on behalf of the Purchaser. The Purchaser, on

production of documentary evidence, shall reimburse the statutory fees.

The design and layout of the additional facilities, selection of equipment and services,

methodology of plant execution, testing and commissioning shall be carefully planned and

executed with the knowledge of normal operational & processing routine of the Chilling plant .

The general technical specification of the major components and the ancillary items

described in the technical section, its capacities and quantities proposed by the Purchaser

are furnished in the „Basis of Design‟ and „Schedule of Quantities‟. These are only for the

guidance of the bidders to quote their prices on comparable basis. However, it shall be

construed and understood that bidder is familiar / acquainted about the nature and the quantum

of work involved and has submitted his offer without deviating the basic configuration of the

plant.

The quantity of pipes, fittings, valves, cables, cable trays, earthing, instruments, structural

and supports etc are to be offered based on the actual requirement at site. The bidder shall have

to work out the details based on the system offered.

Page 170: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

169

II GENERAL DESCRIPTION

5.0 Scope of Work: The scope of work includes design, supply, installation, testing &

commissioning of plant and machinery, utilities as per list detailed

below:-

Plant & Machineries

S.

No

Particulars Quantity

1.0 MILK RECEPTION

1.1 Chain can Conveyor with Can tripping bar (Powered) 1 Set

1.2 Dump Tank 1000 Kgs. 1 No.

1.3 Plateform balance 100 Kg. 1 No

2.0 SERVICE EQUIPMENTS 2.1 Complete Refrigeration Plant with Ice Bank system with suitable IBTs,

Ammonia Compressors, Condensers, Condenser Pumps, etc.

1 Set

2.2 Hot Water Generator 100000 KCAL/HR with accessories. 1 Set

3.0 ELECTRICAL

3.1 Complete electrical work consisting of HT & LT switch geares, panels

for 11 KVA 3 phase 50 Hz. AC Supply consisting of following. HT

switch, LT panel with remote control panel having provision for

Refrigeration section, process section, External lighting, Internal

lighting, ETP, Pump House etc. 210 KVA Transformer (Star rating)

with accessories, Automatic power factor control panel with capacitor

bank, HT/LT cables, control panels, cables various size etc.

1 Lot

4.0 General :

4.1 DG Set 100 KVA with change over switch 1 Set

4.2 Work shop tools 1 Lot

4.3 Lab Equipments 1 Lot

4.4 ETP 50 KLPD package type 1 Lot

4.5 Erection & Commissioning Erection & commissioning of equipment

alongwith allied pipe lines i.e. (SS pipe line, SS Inline stainer, SS

valves and fittings, GI pipe line, MS pipe lines with required valves &

fittings, MS Pipe line HP / LP with insulation and steam valves)

1 Lot

Note:-

1. The plant & machinery, utilities shall be supplied as per respective specification detailed at

Annexure -

2. The tenderer should provide plant and machinery layout defining inter-connection of

equipment and flow of milk, water, steam etc.

3. Following approvals are required from RCDF before fabrication of equipment and for the

execution of awarded work:- General arrangement drawing of the IBT coils, accumulator

and valves arrangement shall have to be got approved by the contractor before fabrication.

4. Hot water generation system :

Hot water generation with chimney, R.O. system of suitable capacity, feed water tank, day oil

service tank, Diesel tank, Diesel pump (manual).

Page 171: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

170

(5.) Complete electrical work :

Metering system, HT/LT panel with equipped with all safety control, ACBs/MCCB, transformers,

DG Set, APFC panel, HT & LT cables, cable tray.

(6) In addition to the standers mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained and

submitted to the concerned Milk Union/RCDF :-

a) Indian Electricity Act and rules framed there under.

b) Fire, Insurance and Regulations Act.

c) Regulations laid down by the Chief Electrical Inspector of the State/State Electricity

Board.

d) Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.

e) Regulations laid down under the Explosive Act.

f) Regulations as per Weight and Measure Act.

g) Pollution Control Board of Rajasthan (i.e. consent to established , consent to operate.

h) Bureau of Indian Standards

i) Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that

operation of the plant could be started as per rules and regulations from the day one after handing over

the plant. However, actual fee and other charges deposited with the government authorities will be

reimbursed to the Contractor after production of receipt.

BASIS OF DESIGNS

The proposed Milk Chilling plant shall be designed to handle chilling of 20000 ltrs of raw milk per

day. The associated activities are as follows:-

* Receipt of Raw Milk, chilling of raw milk, raw milk storage, re-chilling of raw milk, and loading

of raw milk in tanker, separate handling of sour milk.

* The copy of plant building layout is duly enclosed. The civil work already commenced bidder shall

submit the plant machinery layout with consideration of building layout.

Page 172: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

171

SUB SECTION - 5

RESPONSIBILITIES

Page 173: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

172

4.0 RESPONSIBILITIES OF BIDDER

4.0.1 Developing the process design, complete engineering design, manufacturing and/or supply of

goods and service and ensuring best performance of individual equipment/systems/process

plant as a whole. The bidder shall avail the assistance of reputed specialists in the respective

field wherever required as well as past experiences gained during installation/ commissioning

of the of projects.

4.0.2 Providing technical data, technical literature, production and service load calculations.

4.0.3 Arranging for approvals from various statutory authorities on behalf of the Purchaser . The

statutory fees will be reimbursed by Purchaser on production of receipt.

4.0.4 First charge of oil/lubricants.

4.0.5 Execution of project in accordance with prevailing Indian standards IER & IBR, wherever

applicable & relevant to the project.

4.0.6 Testing and commissioning satisfactorily and performance of all equipment in bidder‟s scope

and after sales service at mutually agreed terms.

4.0.7 Test equipment, test kits, instrumentation and materials required for establishing performance

parameters. However laboratory equipment required for testing milk quality etc. shall be

provided by the Purchaser to establish product quality.

4.0.8 Provide necessary manpower during erection, testing and commissioning along with tests.

4.0.9 Testing, commissioning of the system under scope as per agreed performance parameters and

utility consumption.

4.0.10 Training Purchaser 's personnel in the field of instrumentation automationplant operation &

control, maintenance & repair of systems & equipment.

4.0.11 Powder type fire extinguishers shall be provided at strategic points.

4.0.12 Details input for civil design, building layout and drawing, sewage details buildings, cable

trench, underground condensate piping and drainage etc.

4.0.13 Lightening protection system & protection against rain.

4.0.14 Bidder should submit complete plant layout of Chilling plant , capacity 25000 LPD expandable

up to 50000 LPD.

4.0.15 Distribution of water, steam, electricity within dairy project is in the scope of bidder. It includes

all necessary MS / GI, SS pipes, fittings, structure, electricals, automation & control etc.

Page 174: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

173

4.1 RESPONSIBILITIES OF PURCHASER

4.1.1 Documents on local site conditions related to climate, access and communications.

4.1.2 Electric power and water will be made available for use by RCDF free of cost. These

supplies will be made, where available at one central point in the site convenient to

RCDF and all piping for service water to work area shall be furnished, installed and

maintained by erector at his own expense. He shall also furnish, install and maintain at

his cost the power lines, junction boxes and any other electrical receptacles, apparatus or

equipment from the central point of his work area.

4.1.3 Lighting and domestic wiring system and internal telephone system including the

switch boards for lighting. Engineering personnel to liaison with the supplier, Project

Manager and the execution team.

4.1.4 Permanent water and power supply at the time of pre-commissioning of the plant.

4.1.5 Adequate staff including operators, supervisors and engineers for product trials.

4.1.6 Provision of and cost of services, raw products, packaging materials & chemicals.

4.1.7 Timely provision of personnel for training.

4.1.8 Provide open storage area, lockable store and office space during erection and

commissioning of project.

4.1.9 Suitable Site fabrication yard

4.1.10 Telephone and fax on chargeable basis.

4.1.11 Payment as per agreed terms and conditions.

4.1.12 Approval of drawing within 10 days from date of submission and decision within a

week on any issue which will come up.

4.1.13 Project manager with team throughout the implementation.

4.1.14 Availability of required quantity of milk for the designed product to conduct the first

run of product trials at the rated plant capacity.

Page 175: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

174

SUB SECTION - 6

PROJECT MANAGEMENT

Page 176: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

175

5.0 TIME SCHEDULE

5.0.1 Project execution shall be scheduled to mutually agreed time bound programme,

which should not exceed 12 months from the date of signing of contract along with

advance payment to commencement of product trials and service load trials. The

Project Manager of bidder will provide the Project Manager of the Purchaser with

monthly expediting and progress reports, which clearly indicate the actual vs.,

planned progress and the new likely completion dates of supply, erection, and

commissioning and product trials. Bidder shall give total project time schedule and

charts(CPM-PERT) in soft (MS Projects) and hard copies.

5.0.2 The project-staffing pattern shall be submitted before commencement of work and

should include sufficient personnel to meet the execution time schedule.

5.0 MANAGEMENT TEAM

5.0.3 A Project Manager who shall be adequately experienced in projects of similar

magnitude and type shall head a competent executive team. Reputed experts in

various fields who shall be responsible for satisfactory execution of the project shall

assist the Project Manager. He shall be responsible for overall implementation of the

project, from commencement to final takeover of the plant.

5.0.4 A Project Engineer shall be appointed for day to day operation and co-ordination, and

to ensure successful and satisfactory design, procurement, manufacture, inspection,

erection, testing and commissioning of all the equipment/facilities/systems within the

time bound schedule.

5.0.5 The Project Manager and Project Engineer shall attend technical and review meeting

between various parties involved in the project, and ensure implementation of all

decision taken in the meetings.

5.0.6 The Project Manager shall also be responsible for detailed material accounting at site

and management of project materials and equipment stored at site.

5.0.7 The Purchaser will nominate a Project Manger with whom the Project Manager of the

supplier shall communicate/co-ordinate.

5.0.8 For smooth execution of the project, a team of Project Manager and Key Personnel

shall remain consistent throughout the execution period.

5.0.9 The Project Manager shall be fully authorized to take on-spot decision with regards

to:-

Modification in layout and execution programme to suit local condition.

To purchase essential materials from local market to avoid delays.

5.1 APPROVAL

5.1.1 Purchaser shall give approval on technical documentation within 7 working days

after submission. Amendments, which are not in the original scope of work or due to

changes in concept, shall be taken up by the supplier as per mutually agreed rates to

be decided before execution, and shall be binding on the supplier.

Page 177: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

176

5.1.2 Supplier shall obtain approval for purchase of specific makes of equipment whose

makes are not mentioned in his offer. If two or more makes of equipment are

mentioned in the form of alternatives in the approved list , the supplier shall select

any one of the particular make from the approved list after mutual discussions with

the Purchaser.

5.2 INSPECTION

5.2.1 For indigenous items, the suppliers shall invite Purchaser for inspection and

preliminary testing. Inspection may be required at various stages of

manufacture/assembly for some items. The Purchaser will arrange to complete such

inspection as maybe necessary along with clearance within a reasonable time (7 days)

from the date of intimation by the supplier.

5.2.2 For imported items, however, the supplier shall do the inspection at his cost and

submit the necessary test certificate wherever possible.

5.3 SITE WORK AND INSTALLATION

5.3.1 Protection of electronic equipment.

It is the responsibility of the bidder to ensure that all electronic equipment and control

system shall be fully protected against hostile environment, humidity, heat and dust

that will be encountered during storage and installation.

5.3.2 Temporary power supplies.

Power supply at Gharsana is normally very stable, but the bidder is responsible to

ensure that delicate electronic equipment used during construction, such as welding

machine, testing devices etc. are protected against damage from mains supply. In the

event of a major power failure in the system, it shall be the responsibility of the bidder

to hire a diesel generator if this prove to be necessary.

5.5 COMMISSIONING

5.5.1 After satisfactory erection and testing, a competent team shall be deputed to

commission the plant and to run product trials and to establish performance

parameters.

5.6 PRODUCT TRIAL AND PERFORMANCE GUARANTEE

5.6.1 On completion of the Commissioning period, the plant will be operated at full

capacity to the satisfaction of the Project Authority for a period of seven days on the

designed product.

5.6.2 If shut down occurs due to External Force Majeure reasons after 16 hours of operation

in any day, this shall be considered as a full day of testing. If at less than 16 hours of

operation, the trials shall be continued for an additional full day.

5.7 TRAINING

5.7.1 The objective of the training is to provide selected staff members of the dairy with

necessary knowledge of dairy technology and maintenance to ensure a sound and

suitable operations of the plant. Emphasis will be given on application as well as

operation and not on basics.

Page 178: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

177

- Dairy staff for:

- Operation of process, services utilized and process technology

- Operation of machinery and equipment

- Maintenance staff for:

- On the job training for technical personnel

- Maintenance of plant and equipment

- Instrumentation staff:

- On job training covering calibration

- On the job training for technical personnel regarding set points

- Fault finding and maintenance

- Automation staff :

- Process logic

- Fault finding and maintenance

- Electrical staff

- Training on Sub station, PCC and MCC

- Training on control and power wiring diagram

- Fault finding and maintenance

- Supervisory staff and operating staff:

- Control and automation schemes

5.8 STAND BY OPERATION OF THE PLANT

The bidder will offer “Stand-by” Personnel to assist the Purchaser during the first year

of operation as mentioned below:

Senior members of each commissioning team will attend at site for two missions

during the first year of operation. The first mission will commence immediately after

product trial and second mission after 6 months of first mission. Each mission will be

of one week duration.

The stand-by team will place particular emphasis on ensuring that correct operation

procedures are followed by the plant operators and that running adjustment are made

correctly to the plant items, controls and instruments. They shall also run organized

training sessions to strengthen the weak areas of plant management, operation and

maintenance.

5.9 SERVICE COVER

The representative of the supplier shall attend the project for two days every Four

months through out two years following first product trials. These visits will cover

meetings, training, equipment adjustment and servicing.

Page 179: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

178

The objective of service covers are intended to ensure that the efficiency of the plant

is maintained at the optimum level and:

1. To help improve operating and maintenance procedures.

2. To keep the plant adjusted for optimum energy efficiency, product quality and

minimum product losses.

3. To arrange for service visits by specialists to inspect, service and carry out reports.

Spare parts during the services cover shall be supplied by the Purchaser.

Page 180: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

179

SUB SECTION - 7

BATTERY LIMIT

Page 181: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

180

BATTERY LIMITS

Supplier will be responsible to undertake all the works involved in completing the

project within the battery limits prescribed below

The battery limits for the dairy project are as follows:

Raw Milk Raw Milk with required quality, quantity shall be made available at the inlet of the tanker unloading

hose, Transfer of milk through chiller up to milk storage tank is in scope of bidder.

Raw Water, Soft Water The purchaser shall provide raw water, upto GWR The bidder shall be responsible for the distribution

of the water to all points of consumption, within the Chilling plant .

LT Power Milk Union to provide three phases LT power (four wire) at one point within plant premises, bidder will

arrange the extension of same up to work site.

Temporary Site Office and Store The bidder shall be responsible for the construction of the temporary site office and store.

Civil The purchaser shall be responsible for Civil works. However, the bidder shall provide for the supply of

foundation bolts along with template / sub- base, motor slide rails etc. for erection and alignment of

the equipment.

Raw Material Packing Material and Consumable.

Purchaser shall provide raw material, consumable, CIP detergent or milk etc. As required for trail run

commissioning and performance demonstration etc.

Effluent

The supply, installation and commissioning of suitable package type ETP plant is in the scope of

bidder. The effluent shall be treated as per CPCB norms.

Page 182: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

181

Sub -Section 8

Deviations from Technical Requirement

Page 183: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

182

DEVIATION FROM TECHNICAL REQUIREMENT

8.1 This tender document provides guidelines for the processes and equipment to be used in

tender package and the "basis of design" and the "standards and specifications", define

the qualitative parameters against which equipment will be required to perform.

8.2 It is incumbent on bidder to provide a fully detailed list of equipment and services,

which they intend to provide a fully execute the contract inline with the tender

document.

8.3 At various points in the tender the purchaser has stated that alternative processes or

alternative equipment will be considered. The bidder as part of the bid document shall

provide the fully detailed list of such alternatives, together with a consider rationale for

employing such alternatives.

8.4 Items, which deviate from the tender proposal, shall be as per design specification of

the bidder and shall be treated as a deviation from the text of this tender document.

Deviated item should fulfill the minimum performance parameters as specified in the

tender.

8.5 This tender does not allow bidders to make exclusions from any part of tender packages

for which they bid, and an incomplete list of equipment or an incomplete schedule of

services to be provided would be considered as a non-responsive bid.

Remarks : Technical deviation statement of Annexure „V‟

Page 184: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

183

Sub Section 9

Drawing, Data and Documents

Page 185: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

184

Drawings enclosed with the tender.

1. Tenderer should submit the proposed plant and machinery, equipment, layout as per building

layout plan of Gharsana Plant.

2. Tenderer should submit the proposed pipe-line (steam, hard water, soft water, condensate

recovery, milk circuit etc. layout as per building layout plan of Gharsana Plant.

3. Tenderer should submit fabrication drawing of equipment for approval from RCDF, before

start of fabrication.

4. Tenderer should submit foundation drawing of supplied equipment of Gharsana Plant.

for approval from RCDF, before installation and commissioning of machinery.

5. Tenderer should submit electrical panel drawing, cable route drawing, electrical panel layout

drawing etc. For approval from RCDF, before start of installation and commission of electrical

cable, laying of cables etc.

6. Tenderer should submit the ETP fabrication drawing for approval from RCDF, before start of

fabrication of package type ETP plant.

7. Tenderer should submit the Refrigeration plant layout, fabrication drawing of IBT, PI diagram

defining dia of pipe line valves, controls, liquid flow, milk cold store layout etc. for approval

from RCDF, before start of fabrication of Refrigeration plant.

Kindly find enclosed herewith master plan of site and ground floor plan of Chilling plant , Gharsana.

Page 186: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

185

Sub Section 10

Bidders Meetings

Page 187: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

186

13.0 BIDDERS MEETINGS

13.1.1 This will be general meeting at which all purchasers of the tender document may

attend.

13.2 Bidders may also request technical discussions with the Dairy / clients project team

before the tender closing date. Subjects for discussion at the technical meeting may

include:

Project management

Technical clarifications

Scope of supply

Concept of the design

Processes

Equipment designs

Equipment suppliers

Automation

Plant management

Quality control

Existing equipment to be utilized in the job

Battery limits

Acceptable alternatives

This will be the only opportunity for bidders to discuss the project in detail with Dairy

before the commercial bid opening, and all technical matters should be resolved at

meetings.

Page 188: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

187

RECOMMENDED MAKES OF MAJOR EQUIPMENT / BOUGHT OUT ITEMS

Sr

N

Description of Item Name of tenderer

1. Plate Heat Exchangers i.e. Milk Chiller,

Milk/Cream Pasteuriser,

HMT/GEA Ecoflex/Tetrapak/D-Laval/Alfa Laval/

IDMC/Dover India (Tranter)/Westfalia

2. Milk / Cream Separator Tetrapak/Alfa Laval/ Westfalia

3. SS fabricated items Milk Silo / HMST

Ghee Kettal / Weigh Bowel / Butter

Melting Wet / Paneer Press / CIP

System / Butter Trolley / Butter Ghee

Storage Tank / Ghee Settling Churn

Cream Tank

HMT/GEA Process Engineering (India) Ltd./Tetrapak/D-

Laval/Alfa Laval/ IDMC/ Westfalia/Swastik

Enterprises/Food & biotech/L&T/ SS Engineering

4. Automatic Form Fill & Ceiling machine

for milk

Nichrome/RMC/Samarpan

5. Automatic Form Fill & Ceiling machine

for ghee

Nichrome/RMC/Samarpan/Paper Products/Tetra pak

6. Oil Fired Boilers with accessories Forbes Marshal/Thermax

7. Water Softening Plant Forbes Marshal/Thermax/Ion Exchange

8. Refrigeration plant and allied item like

cold store, IBT etc.

Kirloskar/Frick India/GEA/Servotech

9. Reciprocating Ammoia compressor Kirloskar/Frick India

10. SS valves and fittings Swastika/IDMC/Sri Pumps & Fittings/Kspar

11. Curd Cup / Shrikkhad Cup Filling &

Ceiling machine

Space Electricals/RMC/Samarpan/Nichrome

12. Desil Generator Set Kirloskar/Cummins/Greaves/Mahendra & Mahindra/Eicher

13. Continuous Butter making machine HMT/GEA Process Engineer (India) Ltd./Tetrapak/ IDMC

14. Automation Rockwell Automation/Tata Honeywell/ Emersion/ IIM/

Siemens

15. Dock Automation REIL

16. Electronic Weigh Bridge Avery India/Mettler

17. Ghee Clarifier Tetra Pak/Penwalt/Alfa Lavel/Westfalia

18. Can scrubbers Chaddha Sales/Swastik/IDMC/Anand Dairy

machinery/BAAF/D-Mech/RPM Engineers

19. SS Pipes Apex Tubes/Bhandhari Foils & Tubes/Ratnaani/ Nika

Tubes/Heavy Metals

20. Air compressor Elgi/Ingersol Rand

21. SS Pumps IDMC/Swastik/Sri Pumps/HMT/Alfa Laval/Tetra

pak/Filtron/Fristam/Zeutec

22. Centrifugal fans ABB / FLAKT WOODS /AEROTECH / DUVENT/

ENGICON / RITZ / TLT / NADI / AIR CONTROL

23. Starter L&T/ ABB /SIEMENS / ALLEN BRADLEY / DANFOSS

24. Programmable Protection Relay MINILEC

25. Temperature / Pressure Transmitter E&H / ROSEMOUNT

26. RTD RADIX /PYROELETRIC / ALTOP / GIC / TOSHNIWAL

27. PID Controller YOKAGAVA / CHINO / FOXBORO / TATA

HONEYWELL/SIEMENS / ROSEMOUNT

28. Level Switch (float type for liquid &

vibrating fork type for powder)

E&H / ROSEMOUNT / P&F / HONEYWELL / TECHROL /

SB ELECTRONICS

Page 189: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

188

29. Vortex / Magnetic Steam Flow meter FORBES MARSHALL / E&H / ROSEMOUNT /

YOKAGAWA / MANAS MICROSYSTEMS

30. Process Control Valve FORBS MARSHALL /SAMSON / ROSEMOUNT

31. Butterfly Valve SAMSON /DANFOSS / DEMBLA / AVCON / TOSHBRO /

FISHER XOMOX / MASONEILAN/AUDCO/CASTLE

32. Temperature sensors / digital indicator/

controller / recorder

YOKOGAWA / CHINO / TATA HONEYWELL / RADIX /

PYROTECH

33. Energy Monitor L&T / SIEMENS / ABB / ALLEN BRADLEY

34. Voltage / Current / Energy /

Power/factor Transducer

RISHABH / ENERCON

35. Printer HP/Canon

36. Automation System IIM / SIEMENS / ROCKWELL/ TATA HONEYWELL/

INVENSYS / EMERSION/ MELSS / TECHNOWEIGH

37. Electric Motors ABB / KIRLOSKAR / BHARAT BIJLEE / SIEMENS /

NGEF / CROMPTON GREAVES

38. Air Circuit Breaker L&T / SIEMENS / ABB / SCHNEIDER

39. MCCB, MPCB L&T / MDS-LEGRAND / SIEMENS / ABB / MERLIN

GERIN / GE / CROMPTON GREAVES

40. Contactors L&T / SIEMENS / ABB / SCHNEIDER

41. Starter, Overload Relays L&T / SIEMENS / ABB / SCHNEIDER

42. Timers (Electronic) L&T / SIEMENS / BCH / GE

43. Fuse Switch Units L&T / SIEMENS / ABB / SCHNEIDER / C&S/ GE

44. MCBs L&T-HAGER /SIEMENS/ MDS-LEGRAND / GE

45. Push Buttons TEKNIC / ESBEE / SIEMENS / GE / VAISHNO /

46. Indicating Lamps L&T / SIEMENS / VAISHNO / TEKNIC / BINAY

47. Digital Ammeter & Voltmeter L&T /ANERCON / HPL SOCOMEC / MECO

48. Analog Ammeter & Voltmeter RISHABH / IMP / MECO / AE

49. Digital Energy Meter L&T / ENERCON / HPL SOCOMEC / CADEL / AE

50. Analog Energy Meter GEC / UNIVERSAL / HAVE / JAIPUR

51. Power Factor Meter RISHABH / IMP / MECO / AE

52. Current Transformer KAPPA / MECO / AE / IMP / INDCOIL

53. LT Power Cables FINOLEX / FORT GLOSTER / CCI / INCAB / HAVELS

54. LT Copper Control Cables FINOLEX / FORT GLOSTER /CCI / RPG ASIAN / RR

KABELS (UNILAY) / LAPP KABEL/ HAVELS

55. Signal & Instrument cable POLYCAB / LAPP KABEL / THERMOPAD

56. Power Capacitors EPCOS / MOMAYA / MEHER / KHATAU JANKAR /

SIEMENS / UNISTAR

57. APFC Relay L&T / BELUKE / EPCOS / PHASITRON / MECO

58. Cable Tray INDIANA / MEK / SUNRISE / SUPER / PILCO

59. Isolating Switches L&T / SIEMENS / ABB / SCHNEIDER / C&S

60. HRC fuses L&T / SIEMENS / EE / C&S

61. IP 55 boxes for motor isolators, push

buttons, junction boxes etc.

HENSEL / HANSU

62. Terminal Blocks WAGO / LAPP INDIA / CONNECT WELL / ELMEX

63. Selector Switch L&T / KAYCEE / SALZER /

64. Cable Glands COMET / EX-PROTECTA / DOWELS / LAPP KABEL /

BRACKO

65. Programmable Protection Relay MINILEC

66. Servo Voltage Stabilizer SUVIK / APLAB / NEEL / KRYKARD

67. MS Pipes TATA / JINDAL / KALYANI / MST / ISMT

68. LP Steam / condensate Valves AUDCO / LEADER / BDK

Page 190: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

189

69. Steam relief valve, traps & strainers SPIRAX / SAMSON / THERMAX

70. Expansion bend for steam line JN MARSHALL / MAZDA

71. Steam Pressure Reducing Valve SPIRAX

72. Air Compressor (Reciprocating) INGERSOLL RAND / ELGI / KIRLOSKAR

73. Cables Gloster/ Nicco/ Finolex /Universal / Cci /Rpg Havells/

74. Capacitors Mehir / Unistar

75. Energy meter L&T / Siemens / Enercon

76. Hoist Indef / Consolidated Hoist/

77. Level switch E&H / P&F / Waree

78. Milk / CIP Hoses Gayatri / Saint Gobain/ Pearl/ Sainath

79. Milk / CIP Pumps Fristum / Alfa Laval / GEA / IDMC

80. Motors ABB / Siemens / Crompton Greaves / Kirloskar

81. PRS JNM

82. Steam Flowmeter E&H / Rosemount / Yokagawa / Krone Marshall

83. Water pumps Grundfoss / Becon / Kirloskar / Jyoti

84. Pre-fabricated cold store Blue star, Carrier, Voltas

Note:- Bidder may supply Equivalent make subject to purchaser approval.

Page 191: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

190

Building layout

Page 192: E- TENDER FORM - Rajasthan Co-operative Dairy … & sealed by the tenderer (RCDF) in token of acceptance of above) Jaipur 3 Important Information Subject: e-Procurement/tendering system

Signed & sealed by the tenderer (RCDF)

in token of acceptance of above) Jaipur

191