pradeshik cooperative dairy federation ltd.paragmilkup.in/upload/resultdownload/bid...

89
1 | Page PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29 PARK ROAD, LUCKNOW-226 001 (Ph.No.# 0522- 2236469/2239666) Email : [email protected] Tender for Supply, Installation, Testing & Commissioning of : Milk Packing Machine 2500 PPH At DUSS ltd., Azamgarh NIT No. : 22-25 / PCDF/Mtl./Azamgarh-II/ 14-15 Dt.: 14.1.15 NIT No. : 22.4 Last Date for Sale of Tender Documents: 10.02.2015 upto 4.00 PM Last Date/ Time for Submission: 11.02.2015 upto 1.00 PM Date/Time of opening of- Technical Bid: 11.02.2015 at 2.30 PM Financial Bid : shall be informed later. Price of tender document: Rs.1000+VAT@5% i.e.Rs.50.00=1050.00 This Tender Form includes:- Tender Notice. Instruction to Bidders. Bidding Documents. General Terms & Conditions. *READ THE TENDER TERMS & CONDITIONS CAREFULLY Tender Document contatins ..89 pages(incuding ..03.pages of Specifications) Incharge (Materials)

Upload: vannhu

Post on 24-Jun-2018

229 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

1 | P a g e

PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.

29 PARK ROAD, LUCKNOW-226 001

(Ph.No.# 0522- 2236469/2239666)

Email : [email protected]

Tender for Supply, Installation, Testing & Commissioning of : Milk Packing Machine 2500 PPH At DUSS ltd., Azamgarh

NIT No. : 22-25 / PCDF/Mtl./Azamgarh-II/ 14-15 Dt.: 14.1.15 NIT No. : 22.4

Last Date for Sale of Tender Documents: 10.02.2015 upto 4.00 PM

Last Date/ Time for Submission: 11.02.2015 upto 1.00 PM

Date/Time of opening of-

Technical Bid: 11.02.2015 at 2.30 PM

Financial Bid : shall be informed later.

Price of tender document: Rs.1000+VAT@5% i.e.Rs.50.00=1050.00

This Tender Form includes:-

Tender Notice. Instruction to Bidders. Bidding Documents. General Terms & Conditions.

*READ THE TENDER TERMS & CONDITIONS CAREFULLY

Tender Document contatins ..89 pages(incuding ..03.pages of Specifications)

Incharge (Materials)

Page 2: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

2 | P a g e

SECTION –I

NOTICE INVITING TENDER (NIT)

Page 3: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

3 | P a g e

Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow- 226 001 : 0522-2236469, 2239666

NOTICE INVITING TENDER

NIT No. 22-25 / PCDF/Mtl./ Azamgarh-II/14-15 Dt.: 14.1.15 Sealed tenders are invited under two bid systems, for the following SITC items and Civil work at different Milk Unions in UP as mentioned below ,from Eligible bidders in prescribed format:

NIT

No.

Supply Installation , Testing & Commissioning at DUSS

Azamgarh / Construction as per our specifications

Qty. Last Date for the sale of Bidding document up to 4.00

PM

Date of receipt of Bid up to

1.00 PM

Date of opening of Bid at 2.30 PM

Cost of bid

document inclusive of 5% vat

22.1(a) MilK Storage Tank 2000 Lit. 1 9.2.15 10.2.15 10.2.15

1050

22.1(b) S S Barrel 5000Lit. 1 9.2.15 10.2.15 10.2.15

22.1(c) Khoya Equipment 200 Lit. 1 9.2.15 10.2.15 10.2.15

22.1(d) Paneer Equipment 1000 Lit. 1 9.2.15 10.2.15 10.2.15

22.1(e) Dahi/ Chachh Equipment 1 9.2.15 10.2.15 10.2.15

22.1(f) Crate Trolley (only supply) 4 9.2.15 10.2.15 10.2.15

22.2(a) Milk Pasteurizer 2000 LPH 1 10.2.15 11.2.15 11.2.15 1050

22.2(b) Cream Separator 2000 LPH 1 10.2.15 11.2.15 11.2.15

22.3 Walk- in -cold store 10’X8’ 2 10.2.15 11.2.15 11.2.15 1050

22.4 Milk Packing Machine 2500 PPH 2 10.2.15 11.2.15 11.2.15 1050

22.5 IBR coal fired boiler 500 kg 2 11.2.15 12.2.15 12.2.15 1050

22.6 Sub station work 1 job 11.2.15 12.2.15 12.2.15 1050

22.7 DG set 25 KVA 1 11.2.15 12.2.15 12.2.15 525

22.8 Air compressor 35 CFM 1 11.2.15 12.2.15 12.2.15 525

22.9 Water softener 2000 Lit. 1 11.2.15 12.2.15 12.2.15 525

22.10 Fire fighting equipment 1 lot 11.2.15 12.2.15 12.2.15 525

23 ETP 30 KLPD at DUSS Azamgarh 1 job 16.2.15 18.2.15 18.2.15 1050

24 ETP 60 KLPD at DUSS Kannauj 1 job 16.2.15 18.2.15 18.2.15 1050

25 Drain related to ETP & other civil work at DUSS Mainpuri 1 job 16.2.15 18.2.15 18.2.15 1050

For details of NIT please visit tender page of Website: www.paragmilkup.in. Any further corrigendum of this tender, if required, will be published on www.paragmilkup.in only..PCDF reserves the right to accept or reject any or all bid without assigning any reason thereof. Incharge ( Materials)

Page 4: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

4 | P a g e

Pradeshik Cooperative Dairy Federation Limited 29, Park Road, Lucknow- 226 001

: 0522-2236469, 2239666 Fax: 0522-2235878 Email: [email protected]

NOTICE INVITING TENDER (NIT) NIT No. : 22-25/ PCDF/Mtl./ 14-15 Dt.: 14.1.15

Sealed tenders are invited under two bid systems, for the following SITC items and Civil work at different Milk Unions in UP as mentioned below , from Eligible bidders in prescribed format:

NIT

No.

Supply Insttalation Testing & Commissioning/Construction as per our specifications of:-

Qty. Last Date for the sale of

Bidding document up to 4.00

PM

Date of receipt of Bid up to

1.00 PM

Date of opening of Bid at 2.30 PM

Cost of bid doc./Processing fees inclusive

of 5% vat

Amount of Earnest

Money (Rs.)

Completion period in months

22.1(a) Milk Storage Tank 2000 Lit. 1 9.2.15 10.2.15 10.2.15

1050

2000 2

22.1(b) S S Barrel 5000Lit. 1 9.2.15 10.2.15 10.2.15 4000 2

22.1(c) Khoya Equipment 200 Lit. 1 9.2.15 10.2.15 10.2.15 2000 2

22.1(d) Paneer Equipment 1000 Lit. 1 9.2.15 10.2.15 10.2.15 3000 2

22.1(e) Dahi/ Chachh Equipment 1 9.2.15 10.2.15 10.2.15 10000 2

22.1(f) Crate Trolley (only supply) 4 9.2.15 10.2.15 10.2.15 1000 2

22.2(a) Milk Pasteurizer 2000 LPH 1 10.2.15 11.2.15 11.2.15 1050

12000 2

22.2(b) Cream Separator 2000 LPH 1 10.2.15 11.2.15 11.2.15 14000 2

22.3 Walk in cold store 10’X8’ 2 10.2.15 11.2.15 11.2.15 1050 23000 2

22.4 Milk Packing Machine 2500 PPH 2 10.2.15 11.2.15 11.2.15 1050 14000 2

22.5 IBR coal fired boiler 500 kg 2 11.2.15 12.2.15 12.2.15 1050 45000 3

22.6 Sub station work 1 job 11.2.15 12.2.15 12.2.15 1050 15000 3

22.7 DG set 25 KVA 1 11.2.15 12.2.15 12.2.15 525 5000 2

22.8 Air compressor 35 CFM 1 11.2.15 12.2.15 12.2.15 525 2000 2

22.9 Water softener 2000 Lit. 1 11.2.15 12.2.15 12.2.15 525 2000 2

22.10 Fire fighting equipment 1 lot 11.2.15 12.2.15 12.2.15 525 1000 2

23 ETP 30 KLPD at DUSS Azamgarh 1 job 16.2.15 18.2.15 18.2.15 1050 38000 5

24 ETP 30 KLPD at DUSS Kannauj 1 job 16.2.15 18.2.15 18.2.15 1050 44000 5

25 Drain related to ETP & other civil work at DUSS Mainpuri 1 job 16.2.15 18.2.15 18.2.15 1050 14000 3

1. DESCRIPTION OF WORKS: SITC of above mentioned Equipments at different Milk Unions as mentioned above.

2. ADDITIONAL INFORMATION: Interested eligible bidders may obtain further information from and enquire about the bidding documents at the office of the Incharge (Materials), P.C.D.F.Ltd. at the address given below.

3. REQUEST FOR BIDDING DOCUMENT: A complete set of bidding has to be downloded by any interested eligible bidder from PCDF website www.paragmilkup.in and the processing fee of bid document should be deposited in the form of DD in the name of PCDF Ltd., payable at Lucknow and must bekept in same envolope which contains Earnest money.

4. Minimum Eligibility Criteria: For NIT no. 22.1 to 22.10 : For the purpose of this particular contract for SITC items bidder shall have to meet the following

eligibility criteria as minimum. (a) The bidder should be in business for a period of Three years at the time of bid opening in the same name and style. In order to support

these, the bidder has to submit:- i. Photocopy of the purchase orders executed in the last three years in same name and style. OR

ii. Any document issued by Govt. or Semi Govt. Department which certify/prove that the bidder is in business for the required period. (b) The bidder should be registered under office of competent authority or under statutory bodies at the time of bid opening in the same

name and style. In order to support this the bidder has to submit:- Copy of the Registration Certificate issued by the Registration of firms in case of firms of proprietary nature. OR

Page 5: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

5 | P a g e

Copy of partnership deed in case of partnership firms. OR Copy of article of association in case of Pvt. Ltd., companies. OR Copy of registration certificate for firms registered with NSIC/Central or State Govt. department/Local bodies for similar work.

(c) The bidder’s annual financial turnover in the same name and style during any one of the last three years shall not be less than 50% of the value of the contract as specified in the Invitation to Bid. In order to support this, copies of Balance Sheet, along with Profit & Loss statement for the last three years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted.

(d) Bidder should have income tax clearance certificate for previous years in original but not older than last three years. To support this bidder has to submit photocopy of latest income tax clearance certificate but not older than two years in the same name and style along with certified true copies of Permanent Account Number (PAN),Tax Deduction & Collection Account Number(TAN) and Service Tax Registration No..

(e) Bidder should have credentials for satisfactory performance for the last three years. To support this bidder has to submit:- Details of orders executed satisfactorily to Milk Federation/Milk Union/Reputed Milk Industries during last three years. The bidder should duly sign the statement. Certificate issued by Milk Federation/Milk Unions/Reputed Milk Industries regarding satisfactory execution of purchase orders given by them

(f) Bidder's firm should be registered with Sales / Commercial Tax Department. To support this bidder has to submit photocopy of Sales / Commercial Tax registration certificate/ TIN duly renewed by the competent authority.

(g) The bidder shall have to furnish the Bankers Certificate issued by Nationalized Bank on their prescribed format for at least 10% of the estimated contract value.

Minimum Eligibility Criteria: For NIT no. 23 & 24: For the purposes ETP Contract bidders shall meet the following qualifying criteria as minimum:

a) The bidder should be in business as Turn Key Contractor for Effluent Treatment Plants for a minimum period of 3 Years at time of. Bid opening in the same name and style.

b) The Applicant should be a professional firm having : Experience and expertise in assignments of similar nature in a large organization, preferably in dairy sector.

c) Firm should have clearance of income tax for last three years & also have service tax. PAN To support this bidder has to submit photocopies of relevant documents

d) The bidder's: annual financial turnover in the same and style during anyone of the last three years shall not be less than half times the value the Contract as specified in the invitation Bid. In order to support this, copies of Balance Sheet, along with Profit & Loss statement for the last two years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted. Balance sheet in the name of firm/ proprietor will be admissible.

e) The bidder shall have experience in the consultancy/ construction of relevant project areas, implemented and completed at least one project of similar nature reconstructed 50% of value or given consultancy for 25% of the value of project during last five years. Certificates should be attached ie.details of orders executed satisfactorily to Milk Federation/Milk Union/Reputed Milk Industries/Organizations.

f) The bidder shall have to furnish the Bankers Certificate issued by Nationalized Bank on their prescribed format for at least 10% of the estimated contract value.

g) Firm should equip with qualified personnel with experience and expertise (including experts) from the relevant field. h) The bidder should be registered under office of competent authority or under statuary bodies at the time of bid opening in

the same name and style. In order to support this bidder has to submit:- Copy of the Registration Certificate issued by the Registration of firms in case of firms of proprietary nature. OR Copy of partnership deed in case of partnership firms. OR Copy of article of association in case of Pvt. Ltd., companies. OR Copy of registration certificate for firms registered with NSIC/Central or State Govt. department/Local bodies for similar work.

h) Bidder's firm should be registered with Sales / Commercial Tax Department. To support this bidder has to submit photocopy of Sales / Commercial Tax registration certificate/ TIN duly renewed by the competent authority.

Minimum Eligibility Criteria:

For NIT no. 25: For the purpose of this particular contract for civil works bidder shall have to meet the following eligibility criteria as minimum. (Please also refer to Eligibility Criteria as per clause 3.5 & 3.6 of Bid Document's "INSTRUCTION TO BIDDER" A-GENERAL)

a) Copies of original document. Defining the constitution or legal status. Place of registration and principal place of business of the company or firm or partnership or it a joint venture, of each party thereto constituting the bidder .

b) Details of the experience and past performance of the bidder (or of each party to a joint venture) on works of similar nature within the past. five years and details of current work in hand and other Contractual commitments shall be submitted as per bidding document.

(c) The bidder should be in business as Civil Works Contractor for a minimum period of 3 Years at time of. Bid opening in the same name and style.

Page 6: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

6 | P a g e

(d) The bidder's annual financial turnover in the same and style during anyone of the last three years shall not be less than half times of the Contract value as specified in the invitation Bid.

(e) The bidder shall have completed at least one project of similar nature and of value of 50% of the estimated value of the Contract for which this Invitation to Bid is .issued during the last five years.

(f) The bidder shall furnish a copy of the Income tax Returns and the Income tax: clearance certificate for the previous year (s·), in original or certified true copies.

(g) Solvency certificated for at least 10% of the Contract value in: the relevant financial year. (h) Report on the financial standing of the bidder (or of each part to a joint venture) such as profit and loss statements, balance

sheets for the last three years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted. IN THE ABSENCE OF ANY CERTIFICATE/ DOCUMENT OUT OF THE ABOVE MENTIONED AS REQUIRED FOR

FULFILLING THE ELIGIBILITY CRITERIA THE CONCERNED PARTY SHALL BE CONSIDERED AS NON ELIGIBLE AND IN THE EVENT OF THIS THEIR BID EVEN IF LOWEST SHALL NOT BE CONSIDERED.

Note: Above mentioned terms and conditions should be abided by bidder. 5. BID DETAILS: Detailed terms and conditions as well as the technical specifications for all the items of works as indicated in the NIT

are contained in one bidding document comprising Technical part & Financial part. Only one set of bidding document shall be sold to one bidder.

(a) Bid reference NIT No. : 22-25/ PCDF/Mtl./Azamgarh II phase/ 14-15 Dt.: 14.1.15

(b) Cost / processing fees of bidding document per set per NIT no.

As mentioned above

(c) Place of opening of bids Office of the Incharge (Materials), P.C.D.F.Ltd.

(d) Address for communication Incharge (Materials), Pradeshik Cooperative Dairy Federation Ltd., 29, Park Road, Lucknow- 226 001

(e) Amount of Bid Security(EMD) : As mentioned above 6. PURCHASE OF BIDDING DOCUMENT by DOWNLOADING : Bidders may obtain bidding document by downloading from web site by paying processing fee as mentioned above, through demand draft in favor of PCDF Ltd. payable at Lucknow ,refer clause no.3. 7. BID SECURITY: All bids must be accompanied by a bid security in the acceptable form as specified in the bidding document and must be delivered to the address of communication as stated above in clause 5 (d) on or before the last date and time of receipt of bids as mentioned above. Earnest Money / Bid Security should be in the form of DD in the name of PCDF Ltd., payable at Lucknow. Bids not supported by EMD in the form of DD shall not be considered. 8. OPENING OF BIDS: Bids will be opened in the presence of those bidders or their authorized representatives who choose to attend at the office of the PCDF Ltd. 9. BID VALIDITY: The Bid shall remain valid for a period of 120 days from the date of bid opening as mentioned above. 10. BID SECURITY VALIDITY: The bid security accompanying the bid shall be valid for 30 days beyond the bid validity period. 11. RIGHTS RESERVED BY PCDF Ltd.,: The PCDF Ltd., at its sole discretion & without assigning any reason thereof reserves the

right to accept and / or reject any or all the bids. Issued by PCDF Ltd., LUCKNOW

Page 7: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

7 | P a g e

PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29 PARK ROAD, LUCKNOW-226 001

(Ph.No.# 0522- 2236469)

TECHNICAL BID

PART-I TO BE SUBMITTED IN ORIGINAL

BID DOCUMENT FOR

Tender for Supply, Installation, Testing & Commissioning of :

Milk Packing Machine 2500 PPH At DUSS ltd., Azamgarh

*READ THE TENDER TERMS & CONDITIONS CAREFULLY

Incharge (Materials)

Page 8: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

8 | P a g e

SECTION-II:

INSTRUCTIONS TO BIDDER

Page 9: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

9 | P a g e

OFFICE OF THE PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29 Park Road, Lucknow.226001

INSTRUCTIONS FOR SUBMITTING TENDER

1. Tender should be sent BY POST or submitted BY HAND to the office of General Manager (Materials), PCDF Ltd., 29 Park

Road ,Lucknow so as to reach this office by 1.00 p.m. on or before due date. 2. Tender should be sent in a sealed cover superscribed by Tender for the supply of …………………., containing two

sealed envelopes one for Technical Bid and another for Financial Bid, all should be duly superscribed - Type of bid, name of item and opening date.

3. TECHNICAL BID should comprise of all Eligibility Criteria (Reference no. 44 .1 to 44.8 of General Terms and Condition) and required Earnest money and cost of bid document ,if downloaded. Bidders are required to provide all supporting documents along with Earnest Money in proper shape putting in a Sealed envelope superscribed with” Technical Bid for ……………. ………………. .”

4. FINANCIAL BID should comprises of offered rate in prescribed tender form, price breakup (i.e. base price + excise duty + sales tax +Transportation charges, etc.), Supporting document for Raw material price i.e. Granules etc. Bidders firm are requested to mention their rates both in words and figures failing which their offer may be rejected. In case of ambiguity the rates mentioned in words shall be considered as correct. Envelope containing documents related to Financial bid should be superscribed with Financial Bid for -------------------------------.

5. IN THE ABSENCE OF ANY CERTIFICATE/ DOCUMENT OUT OF THE ABOVE MENTIONED AS REQUIRED FOR FULFILLING THE ELIGIBILITY CRITERIA THE CONCERNED PARTY SHALL BE CONSIDERED AS NON ELIGIBLE AND IN THE EVENT OF THIS THEIR FINANCIAL BID SHALL NOT BE OPENED.

6. The Financial Bid will be opened only of successful Tenderer of Technical Bid. 7. Technical & Financial Bid shall be opened in the presence of intending parties/ their representatives, who may like to be present

at that time . 8. In case tender opening date is declared HOLIDAY, Tenders shall be received and opened on next working day at the same time

specified above. 9. Tender Form should be clearly filled in ink duly typed giving full name and addressed of the Tenderer. Over-Writing, alterations,

additions etc. will disqualify the tender unless such overwriting, alterations, additions are legibly attested and signed by the Tenderer.

10. Supply has to be made to all/any milk union/unit of PCDF Ltd., Lucknow, situated within the state of U.P. 11. Conditional/ Telegraphic/ Fax/E-Mail tenders are liable to be rejected. 12. Tender must be accompanied by requisite amount of earnest money as specified in the enclosed sheet without which same shall

liable to be rejected. 13. Manufacturer should submit their valid small scale industry certificate ,if any, duly attested by Public Notary to

get the benefit of the small scale industry as per U.P. Govt. existing G.O.s ,if any, to avail the following exemptions for this Tender:- A. Exemption from depositing Earnest Money ,if registered for participation under stores purchase programme with the Director Of Industries, Department of Uttar Pradesh Or with the National Small Scale Industries Corporation (NSIC) for the Purchase of tendered items. Proper certicate/ authorization issued by the concerned authority ,as desired, has to be submitted along with application to avail this exemption. Failing which exemption shall not be admissible. B. Manufacturer will be exempted of the Eligibility condition pertaining to production Capacity and/ or Turnover clause of the Tender.

14. Earnest money of unsuccessful tenderers shall be returned immediately after finalizing the contracts. 15. Only VALID offers shall be considered. 16. Offers should be strictly according to our specifications failing, which it shall not be considered. 17. When any item is required to be I.S.I. Marked, photocopy of the valid license granted by BIS statutory Authorities must be

enclosed with the tender. 18. Tenderer are required to provide the breakup of offered rate with head wise details. 19. Rate contracts will be finalized on the basis of lowest individual item price and strictly as per N.I.T. instructions and our

terms and conditions. . 20. PARTIES THOSE HAVE BEEN SUPPLIERS IN PAST SHALL ALSO HAVE TO COMPLY WITH THESE CONDITIONS .NO

RELAXTATION WHAT SO EVER SHALL BE GIVEN TO THEM. Seen and accepted Signature of Tenderer/ authorized

representative (with office rubber stamp)

Page 10: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

10 | P a g e

SECTION II: INSTRUCTIONS TO BIDDERS TABLE OF CLAUSES

Topic No.

Topic No.

A. Introduction

D. Submission of Bids

1 Source of Funds 18 Sealing and Marking of Bids

2 Eligible Bidders 19 Deadline for Submission of Bids

3 Eligible Goods and Services 20 Late Bids

4 Cost of Bidding 21 Modification and withdrawal of Bids

B. Bidding Documents

E. Opening and Evaluation of Bids

5 Contents of Bidding Documents 22 Opening of Bids by the Purchaser

6 Clarification of Bidding Documents 23 Clarification of Bids

7 Amendment of Bidding Documents 24 Preliminary Examination

C. Preparation of Bids 25 Deleted

8 Language of Bid 27 Deleted

9 Documents Comprising the Bid 28 Contacting the Purchaser

10 Bid Form

F. Award of Contract

11 Bid Prices 29 Post qualification

12 Bid Currencies 30 Award Criteria

13 Documents Establishing Bidder's 31 Purchaser's Right to Vary Quantities

Eligibility and Qualifications

at Time of Award

14 Documents Establishing Goods 32 Purchaser's Right to Accept Any

Eligibility and Conformity to Bid

Bid and to Reject Any or All Bids

Documents 33 Notification of Award

15 Bid Security 34 Signing of Contract

16 Period of Validity of Bids 35 Performance Security

17 Format and Signing of Bid 36 Corrupt and Fraudulent Practices

Page 11: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

11 | P a g e

A. Introduction 1. Source of Funds 1.1 ..................................................................... 2. Eligible Bidders 2.1 This Invitation for Bids is open to all suppliers from eligible source countries . 2.2 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm or any of its

affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under this Invitation of Bids.

2.3 Government-owned enterprises in the Purchaser’s country may participate only if they are legally and financially

autonomous, if they operate under commercial law and if they are not a dependent agency of the Purchaser. 2.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in

accordance with ITB Clause 36.1. 3. Eligible Goods and Services 3.1 All goods and ancillary services to be supplied under the Contract shall have their origin in eligible source countries

and all expenditures made under the Contract will be limited to such goods and services. 3.2 For purposes of this clause, "origin" means the place where the goods are mined, grown, or produced or from which

the ancillary services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of goods and services is distinct from the nationality of the Bidder. 4. Cost of Bidding 4.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and Managing Director,

PCDF thereinafter referred to as "the Purchaser", will in no case be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

B. The Bidding Documents 5. Content of Bidding Documents 5.1 The goods required, bidding procedures and contract terms are prescribed in the bidding documents. In addition to the

Invitation for Bids, the bidding documents include:

(a) Instruction to Bidders (ITB) ; (b) General Conditions of Contract (GCC) ; (c) Special Conditions of Contract (SCC) ; (d) Schedule of Requirements; (e) Technical Specifications; (f) Qualification Criteria; (g) Bid Form and Price Schedules; (h) Bid Security Form; (i) Contract Form; (j) Performance Security Form; (k) Performance Statement;

Page 12: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

12 | P a g e

(l) Manufacturer’s Authorization Form; (m) Capability Statement Form; and (n) Service Support Details Form

5.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure

to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the Bidder's risk and may result in rejection of its bid.

6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Purchaser in writing or fax

at the Purchaser's mailing address indicated in the Invitation for Bids. The Purchaser will respond in writing to any request for clarification of the bidding documents which it receives no later than 15 days prior to the deadline for submission of bids prescribed by the Purchaser. Written copies of the Purchaser's response (including an explanation of the query but without identifying the source of inquiry) will be sent to all prospective bidders, which have received the bidding documents.

7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Purchaser may, for any reason, whether at its own

initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents by amendment.

7.2 All prospective bidders who have received the bidding documents will be notified of the amendment in writing or by

fax or by cable, and will be binding on them. 7.3 In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their

bids, the Purchaser, at its discretion, may extend the deadline for the submission of bids.

C. Preparation of Bids 8. Language of Bid 8.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the

Bidder and the Purchaser shall be written in English language. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in the English language in which case, for purposes of interpretation of the Bid, the translation shall govern.

9. Documents Constituting the Bid 9.1 The bid prepared by the Bidder shall comprise the following components: (a) a Bid Form and a Price Schedule completed in accordance with ITB Clauses 10, 11 and 12; (b) Documentary evidence established in accordance with ITB Clause 13 that the Bidder is eligible to bid and is

qualified to perform the contract if its bid is accepted; (c) documentary evidence established in accordance with ITB Clause 14 that the goods and ancillary services to be

supplied by the Bidder are eligible goods and services and conform to the bidding documents; and (d) bid security furnished in accordance with ITB Clause 15. 9.2 A sealed envelop subscribed by the bid for SITC of ---------------- containing two sealed envelops one for technical

bid and another for financial bid, all should be duly super subscribed-Type of Bid, Name of items and Opening date. a. Technical Bid - should compromises of all eligibility criteria in reference to section VI & VI A of SBD and required

bid security (EARNEST MONEY) . Bidder are required to provide all supporting documents along with earnest money in proper shape putting in a sealed envelop supersribed with "Technical Bid for the

............................................................... at different Milk Unions.

Page 13: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

13 | P a g e

b. Financial Bid ; should comprises of offered rate in prescribed form , price breakup (i.e. base price + excise duty +Sales Tax+ Transportation charges etc.) . Supporting documents for raw material price i.e. Granules etc . Bidders forms are requested to mention their rates both in words and figure failing which their offer may be rejected. In case of ambiguity the rate mention in the word shall be considered as correct. Envelop containing documents related to financial bid should be super scribed with " Financial bid for the .........……………………………………"

10. Bid Form 10.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the bidding documents,

indicating the goods to be supplied, a brief description of the goods, their country of origin, quantity and prices. 11. Bid Prices 11.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid prices of the goods it proposes to supply

under the Contract. 11.2 Prices indicated on the Price Schedule shall be entered separately in the following manner: (i) the price of the goods, quoted (ex-works, ex-factory, ex-showroom, ex-warehouse, or off-the-shelf, as

applicable), including all duties and sales and other taxes already paid or payable: a. on components and raw material used in the manufacture or assembly of goods quoted ex-works or ex-

factory; or b. on the previously imported goods of foreign origin quoted ex-showroom, ex-warehouse or off-the-shelf. (ii) any Indian duties, sales and other taxes which will be payable on the goods if this Contract is awarded; (iii) the price for inland transportation, insurance and other local costs incidental to delivery of the goods to their

final destination; (iv) the price of other incidental services listed in Clause 8 of the Special Conditions of Contract including the price

of warranty as indicated in Clause 8 of the Special Conditions of Contract. 11.3 The Bidder's separation of the price components in accordance with ITB Clause 11.2 above will be solely for the

purpose of facilitating the comparison of bids by the Purchaser and will not in any way limit the Purchaser's right to contract on any of the terms offered.

11.4 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. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected, pursuant to ITB Clause 24.

12. Bid Currencies 12.1 Prices shall be quoted in Indian Rupees: 13. Documents Establishing Bidder's Eligibility and Qualifications 13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the Bidder's eligibility to

bid and its qualifications to perform the Contract if its bid is accepted. 13.2 The documentary evidence of the Bidder's eligibility to bid shall establish to the Purchaser's satisfaction that the

Bidder, at the time of submission of its bid, is from an eligible country as defined under ITB Clause 2. 13.3 The documentary evidence of the Bidder's qualifications 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 authorized (as per authorization form in Section XII) by the goods' Manufacturer or producer to supply the goods in India.

Page 14: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

14 | P a g e

(b) that the Bidder has the financial, technical, and production capability necessary to perform the Contract and meets the criteria outlined in the Qualification requirements specified in Section VI-A. To this end, all bids submitted shall include the following information:

(i) The legal status, place of registration and principal place of business of the company or firm or

partnership, etc.; (ii) Details of experience and past performance of the bidder on equipment offered and on those of similar

nature within the past three years and details of current contracts in hand and other commitments (suggested proforma given in Section XI);

14. Documents Establishing Goods' Eligibility and Conformity to Bidding Documents 14.1 Pursuant to ITB Clause 9, 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.

14.2 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 at the time of shipment.

14.3 The documentary evidence of conformity of the goods and services to the bidding documents may be in the form of

literature, drawings and data, and shall consist of :

(a) a detailed description of the essential technical and performance characteristics of the goods ; (b) a list giving full particulars, including available sources and current prices, of spare parts, special tools, etc.,

necessary for the proper and continuing functioning of the goods for a period of six years, following commencement of the use of the goods by the Purchaser;

(c) an item-by-item commentary on the Purchaser’s Technical Specifications demonstrating substantial

responsiveness of the goods and services to those specifications or a statement of deviations and exceptions to the provisions of the Technical Specifications;

(d) a confirmation that, if the Bidder offers system and/or other software manufactured by another company,

such software operates effectively on the system offered by the Bidder; and the Bidder is willing to accept responsibility for it’s successful operations; and

14.4 For purposes of the commentary to be furnished pursuant to ITB Clause 14.3(c) above, the Bidder shall note

that standards for workmanship, material and equipment, and references to brand names or catalogue numbers designated by the Purchaser in its Technical Specifications are restrictive.

15. Bid Security(Earnest Money) 15.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, a bid security in the amount as specified in

Section-V - Schedule of Requirements. 15.2 The bid security is required to protect the Purchaser against the risk of Bidder's conduct which would warrant the

security's forfeiture, pursuant to ITB Clause 15.7. 15.3 The bid security shall be denominated in Indian Rupees and shall:

(a) at the bidder’s option, be in the form of demand draft, from a nationalized bank located in India or by a reputable banking institution selected by the bidder and located abroad in any eligible country;

(b) be substantially in accordance with one of the form of bid security included in Section VIII or other form approved by the Purchaser prior to bid submission;

Page 15: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

15 | P a g e

(c) be payable promptly upon written demand by the Purchaser in case any of the conditions listed in ITB Clause 15.7 are invoked;

(d) be submitted in its original form; copies will not be accepted; and (e) remain valid for a period of 30 days beyond the original validity period of bids, or beyond any period of

extension subsequently requested under ITB Clause 16.2. 15.4 Any bid not secured in accordance with ITB Clauses 15.1 and 15.3 above will be rejected by the Purchaser as non-

responsive, pursuant to ITB Clause 24. 15.5 Unsuccessful bidder's bid security will be discharged/returned as promptly as possible but not later than 30 days after

the expiration of the period of bid validity prescribed by the Purchaser, pursuant to ITB Clause 16. 15.6 The successful Bidder's bid security will be discharged upon the Bidder signing the Contract, pursuant to ITB Clause

34, and furnishing the performance security, pursuant to ITB Clause 35. 15.7 The bid security may be forfeited: (a) if a Bidder (i) withdraws its bid during the period of bid validity specified by the Bidder on the Bid Form; or

(ii) does not accept the correction of errors pursuant to ITB Clause 24.2; or (b) in case of a successful Bidder, if the Bidder fails: (i) to sign the Contract in accordance with ITB Clause 34; or

(ii) to furnish performance security in accordance with ITB Clause 35. 16. Period of Validity of Bids 16.1 Bids shall remain valid for 120 days after the date of bid opening prescribed by the Purchaser, pursuant to ITB Clause

19. A bid valid for a shorter period shall be rejected by the Purchaser as non-responsive. 16.2 In exceptional circumstances, the Purchaser may solicit the Bidder's consent to an extension of the period of validity.

The request and the responses thereto shall be made in writing (or by cable or fax). The bid security provided under ITB Clause 15 shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid security. A Bidder granting the request will not be required nor permitted to modify its bid.

17. Format and Signing of Bid 17.1 The Bidder shall prepare two copies of the bid, clearly marking each "Original Bid" and "Copy Bid", as appropriate.

In the event of any discrepancy between them, the original shall govern. 17.2 The original and all copies of the bid shall be typed or written in indelible ink and shall be signed by the Bidder or a

person or persons duly authorized to bind the Bidder to the Contract. The latter authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the bid, except for un-amended printed literature, shall be initialed by the person or persons signing the bid.

17.3 Any interlineations, erasures or overwriting shall be valid only if they are initialed by the persons or persons signing

the bid. 17.4 The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to

be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract.

D. Submission of Bids

18. Sealing and Marking of Bids :Please see INSTRUCTIONS FOR SUBMITTING TENDER 18.1 The Bidders shall seal the original and each copy of the bid in separate inner envelopes, duly marking the envelopes

as "original" and "copy". He shall then place all the inner envelopes in an outer envelope.

Page 16: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

16 | P a g e

18.2 The inner and outer envelopes shall: (a) be addressed to the Purchaser at the following address: : Incharge (Materials) PCDF Ltd 29, Park Road Lucknow-226001.

(b) Bear the Project Name, the Invitation for Bids (IFB) title and number, and a statement "Do not open before 14:30 hours on ------------------- "

18.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened

in case it is declared "late". 18.4 If the outer envelope is not sealed and marked as required by ITB Clause 18.2, the Purchaser will assume no

responsibility for the bid's misplacement or premature opening. 18.5 Telex, cable or facsimile bids will be rejected. 19. Deadline for Submission of Bids 19.1 Bids must be received by the Purchaser at the address specified under ITB Clause 18.2 (a) no later than the time and

date specified in the Invitation for Bids (Section I). In the event of the specified date for the submission of Bids being declared a holiday for the Purchaser, the Bids will be received upto the appointed time on the next working day.

19.2 The Purchaser may, at its discretion, extend this deadline for submission of bids by amending the bid documents in

accordance with ITB Clause 7, in which case all rights and obligations of the Purchaser and Bidders previously subject to the deadline will thereafter be subject to the deadline as extended.

20. Late Bids 20.1 Any bid received by the Purchaser after the deadline for submission of bids prescribed by the Purchaser, pursuant to

ITB Clause 19, will be rejected and/or returned unopened to the Bidder. 21. Modification and Withdrawal of Bids 21.1 The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice of the

modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids. 21.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in accordance with

the provisions of ITB Clause 18. A withdrawal notice may also be sent by telex or cable or fax but followed by a signed confirmation copy, post marked not later than the deadline for submission of bids.

21.3 No bid may be modified subsequent to the deadline for submission of bids. 21.4 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period

of bid validity specified by the Bidder on the bid form. Withdrawal of a bid during this interval may result in the Bidder's forfeiture of its bid security, pursuant to ITB Clause 15.7.

E. Bid Opening and Evaluation of Bids 22. Opening of Bids by the Purchaser 22.1 The Purchaser will open all bids (Technical & Financial) , in the presence of Bidders' representatives who choose to

attend, at 14:30 hours on -------- and ---------- and in the following location: Office of Incharge , (Materials), 29 Park Road, Lucknow,226001.

Page 17: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

17 | P a g e

22.1.1- The Technical Bid will be opened first and will be checked in reference to the Technical specifications required by the Purchaser and other requirement mentioned in the document. 22.1.2-The Financial bid will be opened only of the successful bidders of the Technical bid.

The Bidders' representatives who are present shall sign a register evidencing their attendance. In the event of the specified date of Bid opening being declared a holiday for the Purchaser, the Bids shall be opened at the appointed time and location on the next working day.

22.2 The bidders’ names, bid modifications or withdrawals, bid prices, discounts, and the presence or absence of requisite

bid security and such other details as the Purchaser, at its discretion, may consider appropriate, will be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 20.

22.3 Bids (and modifications sent pursuant to ITB Clause 21.2) that are not opened and read out at bid opening shall not

be considered further for evaluation, irrespective of the circumstances. 22.4 The Purchaser will prepare minutes of the bid opening. 23. Clarification of Bids 23.1 During evaluation of bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its bid. The request

for clarification and the response shall be in writing and no change in prices or substance of the bid shall be sought, offered or permitted.

24. Preliminary Examination 24.1 The Purchaser will examine the bids to determine whether they are complete, whether any computational errors have

been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. Bids from Agents, without proper authorization from the manufacturer as per Section XII, shall be treated as non-responsive.

24.1.1 Where the bidder has quoted for more than one schedule, if the bid security furnished is inadequate for all the

schedules, the purchaser shall take the price bid into account only to the extent the bid is secured. For this purpose, the extent to which the bid is secured shall be determined by evaluating the requirement of bid security to be furnished for the schedules included in his bid (offer) in the serial order of the Schedule of Requirements of the Bidding Document.

24.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the unit price and the

total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail and the total price shall be corrected. If there is a discrepancy between words and figures, the amount in words will prevail. If the supplier does not accept the correction of errors, its bid will be rejected and its bid security may be forfeited.

24.3 The Purchaser may waive any minor informality or non-conformity or irregularity in a bid which does not constitute

a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder. 24.4 Prior to the detailed evaluation, pursuant to ITB Clause 26, the Purchaser will determine the substantial

responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security (GCC Clause 7). Warranty (GCC Clause 15), Force Majeure (GCC Clause 25), Limitation of liability (GCC Clause 29), Applicable law (GCC Clause 31), and Taxes & Duties (GCC Clause 33) will be deemed to be a material deviation. The Purchaser's determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the Purchaser and may not subsequently be made

responsive by the Bidder by correction of the non-conformity. 25. Deleted

Page 18: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

18 | P a g e

26. Evaluation and Comparison of Bids 26.1 The Purchaser will evaluate and compare the bids which have been determined to be substantially responsive,

pursuant to ITB Clause 24. 26.2 The Purchaser's evaluation of a bid will exclude and not take into account: (a) in the case of goods manufactured in India or goods of foreign origin already located in India, sales and other

similar taxes, which will be payable on the goods if a contract is awarded to the Bidder; (b) any allowance for price adjustment during the period of execution of the Contract, if provided in the bid. 26.3 Deleted. 26.4 The Purchaser's evaluation of a bid will take into account, in addition to the bid price (Ex-factory/ex-warehouse/off-

the-shelf price of the goods offered from within India, such price to include all costs as well as duties and taxes paid or payable on components and raw material incorporated or to be incorporated in the goods, and Excise duty on the finished goods, if payable) and price of incidental services [the cost of 3 years annual maintenance service after expiry of warranty period included in incidental services should be discounted as stated in ITB 26.5(e)], the following factors, in the manner and to the extent indicated in ITB Clause 26.5 and in the Technical Specifications:

(a) Cost of inland transportation, insurance and other costs within India incidental to the delivery of the goods to

their final destination; (b) Delivery schedule offered in the bid; (c) Deviations in payment schedule from that specified in the Special Conditions of Contract; and (d) The availability in India of spare parts and after-sales services for the equipment offered in the bid.. 26.5 Pursuant to ITB Clause 26.4, one or more of the following evaluation methods will be applied: (a) Inland Transportation, Insurance and Incidentals: (i) Inland transportation, insurance and other incidentals for delivery of goods to the final destination as

stated in ITB Clause 11.2 (iii). The above costs will be added to the bid price. (b) Delivery Schedule: (i) The Purchaser requires that the goods under the Invitation for Bids shall be delivered at the time

specified in the Schedule of Requirements. The estimated time of arrival of the goods at the project site should be calculated for each bid after allowing for reasonable transportation time. Treating the date as per schedule of requirements as the base, a delivery "adjustment" will be calculated for other bids at 2% of the ex-factory price including excise duty for each month of delay beyond the base and this will be added to the bid price for evaluation. No credit will be given to earlier deliveries and bids offering delivery beyond 01 month of stipulated delivery period will be treated as non-responsive.

(c) Deviation in Payment Schedule: The Special Conditions of Contract stipulate the payment schedule offered by the Purchaser. If a bid deviates

from the schedule and if such deviation is considered acceptable to the Purchaser, the bid will be evaluated by calculating interest earned for any earlier payments involved in the terms outlined in the bid as compared to those stipulated in this invitation, at a rate of 15 percent per annum.

(d) Spare Parts and After Sales Service Facilities in India

Page 19: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

19 | P a g e

The cost to the Purchaser of establishing the minimum service facilities and parts inventories, as outlined elsewhere in the bidding documents, if quoted separately, shall be added to the bid price.

(e) Cost of 12 months warranty period: The cost of the warranty period will be added to bid price 27. Deleted. 28. Contacting the Purchaser 28.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser on any matter relating to its bid, from the time of the

bid opening to the time the Contract is awarded. If the bidder wishes to bring additional information to the notice of the purchaser, it should do so in writing.

28.2 Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid comparison or contract award

may result in rejection of the Bidder's bid.

F. Award of Contract 29. Post qualification 29.1 In the absence of prequalification, the Purchaser will determine to its satisfaction whether the Bidder that is selected

as having submitted the lowest evaluated responsive bid meets the criteria specified in ITB Clause 13.3 (b) and is qualified to perform the contract satisfactorily.

29.2 The determination will take into account the Bidder's financial, technical and production capabilities. It will be based

upon an examination of the documentary evidence of the Bidder's qualifications submitted by the Bidder, pursuant to ITB Clause 13, as well as such other information as the Purchaser deems necessary and appropriate.

29.3 An affirmative determination will be a prerequisite for award of the Contract to the Bidder. A negative determination

will result in rejection of the Bidder's bid, in which event the Purchaser will proceed to the next lowest evaluated bid to make a similar determination of that Bidder's capabilities to perform the contract satisfactorily.

30. Award Criteria 30.1 Subject to ITB Clause 32, the Purchaser will award the Contract to the successful Bidder whose bid has been

determined to be substantially responsive and has been determined as the lowest evaluated bid, provided further that the Bidder is determined to be qualified to perform the Contract satisfactorily.

31. Purchaser's right to vary Quantities at Time of Award 31.1 The Purchaser reserves the right at the time of Contract award to increase or decrease by up to 20 percent the quantity

of goods and services originally specified in the Schedule of Requirements (rounded off to the next whole number) without any change in unit price or other terms and conditions.

32. Purchaser's Right to Accept Any Bid and to Reject Any or All Bids 32.1 The Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any

time prior to contract award, without thereby incurring any liability to the affected Bidder or bidders. 33. Notification of Award 33.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the successful bidder in writing by

registered letter or by cable or telex or fax, to be confirmed in writing by registered letter, that its bid has been accepted.

33.2 The notification of award will constitute the formation of the Contract.

Page 20: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

20 | P a g e

33.3 Upon the successful Bidder's furnishing of performance security pursuant to ITB Clause 35, the Purchaser will

promptly notify the name of the winning Bidder to each unsuccessful Bidder and will discharge its bid security, pursuant to ITB Clause 15.

33.4 If, after notification of award, a Bidder wishes to ascertain the grounds on which its bid was not selected, it should

address it’s request to the Purchaser. The Purchaser will promptly respond in writing to the unsuccessful Bidder. 34. Signing of Contract 34.1 At the same time as the Purchaser notifies the successful bidder that its bid has been accepted, the Purchaser will send

the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the parties. 34.2 Within 21 days of receipt of the Contract Form, the successful bidder shall sign and date the Contract and return it to

the Purchaser. 35. Performance Security/Performance Bank Guarantee 35.1 Within 21 days of the receipt of notification of award from the Purchaser, the successful Bidder shall furnish the

performance security/PBG in accordance with the Conditions of Contract, in the Performance Security Form provided in the bidding documents or in another form acceptable to the Purchaser.

35.2 Failure of the successful bidder to comply with the requirement of ITB Clause 34.2 or ITB Clause 35.1 shall

constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the Purchaser may make the award to the next lowest evaluated bidder or call for new bids.

36. Corrupt or Fraudulent Practices 36.1 The Bank requires that Borrowers (including beneficiaries of Bank loans), as well as Bidders, Suppliers,

Contractors, and Consultants under Bank-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuit of this policy, the Bank:

(a) Defines, for the purposes of this provision, the terms set forth below as follows:

(i) “Corrupt practice” means the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of a public official in the procurement process or in contract execution;

(ii) “Fraudulent practice” means a misrepresentation or omission of facts in order to influence a procurement process or the execution of a contract;

(iii) “Collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of the borrower, designed to establish bid prices at artificial, non competitive levels; and

(iv) “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the procurement process or affect the execution of a contract;

(b) will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the Contract in question;

(c) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan engaged in corrupt, fraudulent, collusive or coercive practices during the procurement or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the situation;

Page 21: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

21 | P a g e

(d) will sanction a firm or individual, including declaring them ineligible, either indefinitely or for a stated period of time, to be awarded a Bank-financed contract if it at any time determines that they have, directly or through an agent, engaged, in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a Bank-financed contract; and

(e) will have the right to require that a provision be included in Bidding Documents and in contracts financed by a Bank loan, requiring Bidders, Suppliers, Contractors and Consultants to permit the Bank to inspect their accounts and records and other documents relating to the bid submission and contract performance and to have them audited by auditors appointed by the Bank.

36.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 24.1 of the General Conditions of Contract.

Page 22: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

22 | P a g e

SECTION III: GENERAL CONDITIONS OF

CONTRACT

Page 23: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

23 | P a g e

SECTION III: GENERAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES 1 Definitions 2 Application 3 Country of Origin 4 Standards 5 Use of Contract Documents and Information 6 Patent Rights 7 Performance Bank Guarantee 8 Inspection and Tests 9 Packing

10 Delivery and Documents 11 Insurance 12 Transportation 13 Incidental Services 14 Spare Parts 15 Comprehensive Warranty 16 Maintenance Service 17 Payment 18 Prices 19 Change Orders 20 Contract Amendments 21 Assignment 22 Subcontracts 23 Delivery of Good &Delays in Supplier's Performance 24 Liquidated Damages 25 Termination for Default 26 Force Majeure 27 Termination for Insolvency 28 Termination for Convenience 29 Settlement of Disputes 30 Limitation of Liability 31 Governing Language 32 Applicable Law 33 Notices 34 Taxes and Duties 35 Right to use defective equipment 36 Supplier Integrity 37 Supplier’s Obligations 38 Patent Rights 39 Site preparation and Installation 40 Supply, Installation Maintenance of Equipment and Training 41 Technical Documentation: 42 Transfer of the Rights of the Purchaser: 43 Authority for issuing Purchase Order and payment

Page 24: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

24 | P a g e

General Conditions of Contract 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) "The Contract" means the agreement entered into between the Purchaser and the Supplier, as recorded in the

Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein;

(b) "The Contract Price" means the price payable to the Supplier under the Contract for the full and proper

performance of its contractual obligations; (c) "The Goods" means all the equipment, machinery, and/or other materials which the Supplier is required to supply

to the Purchaser under the Contract; (d) "Services" means services ancillary to the supply of the Goods, such as transportation and insurance, and any

other incidental services, such as installation, commissioning, provision of technical assistance, training and other obligations of the Supplier covered under the Contract;

(e) “GCC” means the General Conditions of Contract contained in this section. (f) “SCC” means the Special Conditions of Contract. (g) “The Purchaser” means the organization purchasing the Goods, as named in SCC. (h) “The Purchaser’s country” is the country named in SCC. (i) “The Supplier” means the individual or firm supplying the Goods and Services under this Contract. (j) “The World Bank” means the International Bank for Reconstruction and Development (IBRD) or the

International Development Association (IDA). (k) “The Project Site”, where applicable, means the place or places named in SCC. (l) “Day” means calendar day. 2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the

Contract. 3. Country of Origin 3.1 All Goods and Services supplied under the Contract shall have their origin in the member countries and territories

eligible under the rules of the World Bank as further elaborated in SCC. 3.2 For purposes of this Clause "origin" means the place where the Goods are mined, grown or produced, or from which

the Services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

3.3 The origin of Goods and Services is distinct from the nationality of the Supplier.

Page 25: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

25 | P a g e

4. Standards 4.1 The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and,

when no applicable standard is mentioned, to the authoritative standard appropriate to the Goods' country of origin and such standards shall be the latest issued by the concerned institution.

5. Use of Contract Documents and Information; Inspection & Audit by the Bank 5.1 The Supplier shall not, without the Purchaser's prior written consent, disclose the Contract, or any provision thereof, or

any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

5.2 The Supplier shall not, without the Purchaser's prior written consent, make use of any document or information

enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the

Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Supplier's performance under the Contract if so required by the Purchaser.

6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or

industrial design rights arising from use of the Goods or any part thereof in India. 7. Performance Security 7.1 Within 21 days of receipt of the notification of contract award, the Supplier/Bidder shall furnish DD./ Bank Guarantee

to the PCDF in the amount of 10% of the contract value. The bank guarantee shall be issued by nationalised bank and shall remain valid for the period covering contractual agreement i.e. three months after the expiry of the warranty / guarantee period.

Bid (EMD) will be released after submission of Performance security either by deposition or by deduction from first bill.

7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting

from the Supplier's failure to complete its obligations under the Contract. 7.3 The BG shall be denominated in Indian Rupees and shall be in one of the following forms:

(a) A Bank guarantee issued by a nationalized bank located in India in the form provided in the bidding document. (b) A demand draft. in favour of “Pradeshik Cooperative Dairy Federation Limited payable at Lucknow.

7.4 The BG will be discharged by the PCDF and returned to the Supplier/Bidder not later than 90 days following the date of completion of the contractor’s performance obligations, including any warranty / guarantee obligations, under the contract.(clause no.15.2)

8. Inspections and Tests 8.1 The Purchaser or its representative shall have the right to inspect and/or to test the Goods to confirm their conformity

to the Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the Supplier or its subcontractor(s), at point of delivery

and/or at the Goods final destination. If conducted on the premises of the Supplier or its subcontractor(s), all reasonable facilities and assistance, including access to drawings and production data - shall be furnished to the inspectors at no charge to the Purchaser.

8.3 Should any inspected or tested Goods fail to conform to the specifications, the Purchaser may reject the goods and the

Supplier shall either replace the rejected Goods or make alterations necessary to meet specification requirements free of cost to the Purchaser.

Page 26: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

26 | P a g e

8.4 The Purchaser's right to inspect, test and, where necessary, reject the Goods after the Goods' arrival at Project Site shall

in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods shipment.

8.5 Nothing in GCC Clause 8 shall in any way release the Supplier from any warranty or other obligations under this

Contract. 9. Packing 9.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during

transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods' final destination and the absence of heavy handling facilities at all points in transit.

9.2 The packing, marking and documentation within and outside the packages shall comply strictly with such special

requirements as shall be provided for in the Contract including additional requirements, if any, specified in SCC and in any subsequent instructions ordered by the Purchaser.

9.3 Each package shall be marked to indicate:

a) Name of the contractor b) Details of items in the package c) Name of the consignee d) Order number e) Gross/net and tare weights of the item f) Destination

10. Delivery and Documents 10.1 Delivery of the Goods shall be made by the Supplier in accordance with the terms specified by the Purchaser in the

Notification of Award. The details of shipping and/or other documents to be furnished by the supplier are specified in SCC.

11. Insurance 11.1 The Goods supplied under the Contract shall be fully insured in Indian Rupees against loss or damage incidental to

manufacture or acquisition, transportation, storage and delivery in the manner specified in SCC. 12. Transportation 12.1 The Supplier is required under the Contract to transport the Goods to the specified destinations within

India defined as Project sites. 12.2 Deleted. 12.3 Where the Supplier is required under the Contract to transport the Goods to a specified place of destination within

India defined as Project site, transport to such place of destination in India including insurance, as shall be specified in the Contract, shall be arranged by the Supplier, and the related cost shall be included in the Contract Price.

12.4 Deleted 13. Incidental Services 13.1 The supplier may be required to provide any or all of the following services, including additional services, if any,

specified in SCC:

Page 27: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

27 | P a g e

(a) Performance or supervision of the on-site assembly and/or start-up of the supplied Goods; (b) Furnishing of tools required for assembly and/or maintenance of the supplied Goods; (c) Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied Goods; (d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by

the parties, provided that this service shall not relieve the Supplier of any warranty obligations under this Contract; and

(e) Training of the Purchaser's personnel, at the Supplier's plant and/or on-site, in assembly, start-up, operation,

maintenance and/or repair of the supplied Goods. 13.2 Prices charged by the Supplier for incidental services, if not included in the Contract Price for the Goods, shall be

agreed upon in advance by the parties and shall not exceed the prevailing rates charged to other parties by the Supplier for similar services.

14. Spare Parts 14.1 Supplier shall carry sufficient inventories to assure ex-stock supply of consumables and spares. Supplier shall ensure

the availability of after sale service for a period of at least six years including the comprehensive warranty period of one year. The contractor may be required to provide any or all of the following materials and notifications pertaining to spare parts manufactured or distributed by the contractor:

a) Such spare parts as the PCDF may elect to purchase from the contractor, provided that this election shall not relieve the contractor of any warranty obligations under the contract; and

b) In the event of termination of production of the spare parts: (i) Advance notification to the PCDF of the pending termination, in sufficient time to permit the PCDF to

procure its needed requirements; and (ii) Following such termination, furnishing at no cost to the PCDF, the blueprints, drawings and specifications

of the spare parts, if and when requested. 14.2 Contractors shall carry sufficient inventories to assure ex-stock supply of consumable spares such as gaskets,

plugs, washers, belts, etc. other spare parts and components shall be supplied as promptly as possible but in any case within six months of placement of order.

14.3 The obligation of contractor stated in Para 14.1 shall continue even after expiry of the contract.

15. Comprehensive Warranty 15.1The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent or current

models and that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The Supplier further warrants that all Goods supplied under this Contract shall have no defect arising from design materials or workmanship or from any act or omission of the Supplier that may develop under normal use of the supplied Goods in the conditions prevailing in the country of final destination.

15.2The warranty shall be comprehensive for all the equipment’s, parts and components (excluding consumable items but including plastic parts) and the period of warranty shall be 12 months from the date of installation and acceptance of the Goods or 18 months after the date shipment, whichever period is earlier. The supplier shall in addition comply with the performance guarantees specified under the contract. If for reasons attributable to the supplier, these guarantees are not attained in whole or in part, the Supplier shall, make such changes, modifications and or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with CC6.

15.3 The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty. 15.4 During warranty period, the defective item or component shall be replaced or repaired whatever required, by the

supplier or the service centre authorised by the supplier, to the satisfaction of the user departments free of cost. 15.5 Period for correction of defects in the warranty period is 48 hrs.

15.6 The supplier shall guarantee a 98% uptime of Equipment and its peripherals.

Page 28: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

28 | P a g e

15.7 If any equipment’s gives continuous trouble during the warranty period duly authenticated by unit Incharge with documentary proof. The supplier shall replace the equipment with new equipment without any additional cost to purchaser.

16. Maintenance service 16.1The maximum response time for maintenance complaint from any of the destinations specified in the Schedule of

Requirement (i.e. time required from supplier’s maintenance engineer to report at the installation after a request call/telegram is made or letter is written) shall not exceed 24 hours.

16.2It is expected that the average downtime of the item (Equipment’s) will be less than half the maximum downtime (i.e. 48 hours for which an item or equipment is not useable because of inability of the supplier to repair it). In case an item is not usable beyond the stipulated maximum downtime the supplier will be required to arrange for immediate replacement of the same till it is repaired. Failure to arrange for the immediate repair/replacement will be liable for a penalty of Rs. 100 per day per item. The total amount of penalty recovered from supplier during full warranty period will be limited to the worth value of the performance security guarantee. The amount of penalty will be recovered forfeiting the Performance Security guarantee during warranty period.

16.3Any complaint regarding malfunctioning or defect of the equipment’s /any other related item shall be communicated by the purchaser/ user/ any other source to the supplier or the service center authorized by the supplier. Upon receipt of such communication/ notice, the supplier or the service centre authorized by the supplier shall, with all reasonable speed, repair or replace the defective goods or parts thereof, without cost to the purchaser.

16.4If the supplier or the service centre authorized by the supplier having been notified, fails to remedy the defect(s)

within 15 days, the purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and expense and without prejudice to any other rights which the purchaser my have against the supplier under the contract.

17. Terms of Payment :

A. Payment for supply, installation, testing and commissioning(SITC) contract. Following terms of payment would be applicable to this order subject to Supplier/Bidder having furnished performance security within stipulated time period for 10% of the Contract value for the due fulfillment of this contract in form of DD / Bank Guarantee valid for the period covering contractual agreement from Nationalised Bank 17.1 Supply Components (Under SITC) only:-

After submission of Performance Security, the Supplier/Bidder will be entitled for an advance of 30% of the FOR order value on supply component only against the submission of equivalent Bank Guarantee valid upto supply period issued by Nationalised Bank in the enclosed proforma given at Annexure- The execution of agreement in the format at Annexure- is also a precondition for entitlement of advance.

50% of the F.O.R. order value of Supply portion (80% in case of the Supplier/Bidder who has not taken advance) on safe receipt of complete goods at site within 30 days from the date of receipt of the goods at site & receipt of invoice/bill. Here again the execution of agreement and submission of Performance Security will be a precondition for release of payment .However, if the Supplier/Bidder fails to submit performance security in time, payment shall be released after retaining performance security amount from the bill submitted by the Supplier/Bidder.

The Bank Guarantee deposited against 30% advance payment will be released by PCDF once the advance is fully recovered / adjusted after completion of supply.

The 20% balance amount of the FOR order value of Supply portion shall be released after completion of the installation , testing and commissioning of items.

If the site clearance is not given by the expiry of delivery schedule as per the contract/purchase order, balance 20% payment on supply component may be made against a bank guarantee of an equivalent amount from a nationalised bank valid for period of two years. 17.2 Installation, testing and commissioning component only:-

75% payment on installation of the equipment . 25% balance payment on testing and commissioning of the plant.

B. Payment for supply contract.

Following terms of payment would be applicable to this order subject to Supplier/Bidder having furnished performance security deposit within stipulated time period for 10% of the Contract value for the due fulfilment of this contract in form of DD / Bank Guarantee valid for the period covering contractual agreement, i.e. three months after the expiry of the warranty / guarantee period, from Nationalised Bank

Page 29: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

29 | P a g e

100% of the F.O.R. order value of on safe receipt of complete goods at site within 30 days from the date of receipt of the goods and its verifications at site & receipt of invoice/bill . Execution of agreement and submission of Performance Security as mentioned above will be a precondition for release of payment . However In case if the Supplier/Bidder fails to submit performance security in time payment shall be released after retaining performance security amount from the bill submitted by the Supplier/Bidder. Bid Security (EMD) will be released after submission of Performance security either by deposition or by deduction from first bill.

Note : a) Applicable tax of Central, State as per statutory norms i.e. VAT/ST/TT/Works contract Tax/Service Tax/Entry Tax

shall be born by the party. b) The bidders shall note that full and final payment would be released only after completion of contractual obligation,

as mentioned above, and after deducting all statutory taxes and duties,(VAT-TDS, Income tax-TDS, etc.) as applicable, at that time.

c) Contracts valued at Rs.100,000/- and below are not eligible for advance payment. 18. Prices 18.1 Prices charged by the Supplier for Goods delivered and Services performed under the Contract shall not vary from the

prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in SCC or in the Purchaser’s request for bid validity extension, as the case may be.

19. Change Orders 19.1 The Purchaser may at any time, by written order given to the Supplier pursuant to GCC Clause 31, make changes

within the general scope of the Contract in any one or more of the following: (a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically

manufactured for the Purchaser; (b) the method of shipping or packing; (c) the place of delivery; and/or (d) the Services to be provided by the Supplier. 19.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier's performance of

any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier's receipt of the Purchaser's change order.

20. Contract Amendments 20.1 Subject to GCC Clause 18, no variation in or modification of the terms of the Contract shall be made except by written

amendment signed by the parties. 21. Assignment 21.1 The Supplier shall not assign, in whole or in part, its obligations to perform under the Contract, except with the

Purchaser's prior written consent. 22. Subcontracts 22.1 The Supplier shall notify the Purchaser in writing of all subcontracts awarded under this Contract if not already

specified in the bid. Such notification, in his original bid or later, shall not relieve the Supplier from any liability or obligation under the Contract.

22.2 Subcontracts must comply with the provisions of GCC Clause 3. 23. Delivery of the Goods and Delays in the Supplier’s Performance 23.1The inspection and test of the equipment may be carried out by the Purchaser prior to its dispatch by the Supplier at

final destination and for this purpose; the Supplier shall intimate to the Purchaser that the system is ready for

Page 30: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

30 | P a g e

inspection and test. After receipt of such intimation from the Supplier, the Purchaser may arrange the inspection and test of the equipment’s at the premise of Supplier. After the equipment’s passes the test, the items which are inspected and accepted during acceptance testing by the purchaser shall be packed by the supplier and the representative of purchaser will put a unique number, their seal and signature on each of the packet. The Supplier shall deliver the sealed unbroken packets to the project sites and install the equipments at the respective sites within the time schedule given in the Schedule of Requirements.

23.2If at any time during performance of the Contract the Supplier should encounter conditions impeding timely delivery

of the Goods and performance of Services, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice the Purchaser shall evaluate the situation and may, at its discretion, extend the Supplier’s time for performance with or without liquidated damages.

23.3 Except as provided under conditions of contract clause 22, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to conditions of Contract unless an extension of time is agreed upon pursuant to conditions of Contract without the application of liquidated damages.

24. Liquidated Damages 24.1 Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the

period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the Percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 24.

25. Termination for Default 25.1 The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to

the Supplier, terminate the Contract in whole or part: (a) if the Supplier fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any

extension thereof granted by the Purchaser pursuant to GCC Clause 22; or (b) if the Supplier fails to perform any other obligation(s) under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 34, in competing for or in executing the Contract

25.2 In the event the Purchaser terminates the Contract in whole or in part, pursuant to GCC Clause 24.1, the Purchaser

may procure, upon such terms and in such manner as it deems appropriate, Goods or Services similar to those undelivered, and the Supplier shall be liable to the Purchaser for any excess costs for such similar Goods or Services. However, the Supplier shall continue the performance of the Contract to the extent not terminated.

26. Force Majeure 26.1 Notwithstanding the provisions of GCC Clauses 22, 23, 24, the Supplier shall not be liable for forfeiture of its

performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

26.2 For purposes of this Clause, "Force Majeure" means an event beyond the control of the Supplier and not involving the

Supplier's fault or negligence and not foreseeable. Such events may include, but are not limited to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

26.3 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing of such conditions and

the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its

Page 31: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

31 | P a g e

obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

27. Termination for Insolvency 27.1 The Purchaser may at any time terminate the Contract by giving written notice to the Supplier, if the Supplier becomes

bankrupt or otherwise insolvent. In this event, termination will be without compensation to the Supplier, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

28. Termination for Convenience 28.1 The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for

its convenience. The notice of termination shall specify that termination is for the Purchaser's convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

28.2 The Goods that are complete and ready for shipment within 30 days after the Supplier's receipt of notice of termination

shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(a) to have any portion completed and delivered at the Contract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and for materials and parts previously procured by the Supplier.

29. Settlement of Disputes 291 If any dispute or difference of any kind whatsoever shall arise between the Purchaser and the Supplier in connection

with or arising out of the Contract the parties shall make every effort to resolve amicably such dispute or difference by mutual consultation.

29.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual consultation,

then either the Purchaser or the Supplier may give notice to other party of its intention to commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect of this matter may be commenced unless such notice is given.

29.3 Any dispute or difference in respect of which a notice of intention to commence arbitration has been given in

accordance with this Clause shall be finally settled by arbitration. Arbitration may be commenced prior to or after delivery of the Goods under the Contract.

29.4 All dispute or differences in respected of which the decisions not final and conclusive shall, on the initiative of

either party, be referred to the adjudication of sole Arbitrators. Within thirty days of receipt of notice from the Supplier or his intention of refer the dispute to arbitration. The purchaser shall finalize a panel of three Arbitrators and intimate the same to the supplier. The supplier shall within fifteen days of receipt of this list select and confirm his acceptance to the appointment of one from the panel as Arbitrator. If the Supplier fails to communicate his selection of name, within the stipulated period the Purchaser shall without delay select one from the panel and appoint him as the sole Arbitrator. If the Purchaser fails to send such a panel within thirty days as stipulated the Supplier shall send a similar panel to the purchaser within fifteen days .If the Purchaser fails to do so, the supplier shall communicate to the purchaser the name of the from the panel who shall then be the sole Arbitrator. The appointment of sole Arbitrator so made shall be final and conclusive. The Arbitration shall be conducted in accordance with the provisions of the Arbitration & Reconciliation Act 1996 and rules there under of any statutory modifications thereof for the time being in force. The Arbitration proceeding shall be held in Lucknow only at a time as the sole Arbitrator shall be final and binding upon the parties and the expenses of the Arbitrator shall be paid as may be date mined by the Arbitrator.

29.5 Performance under the contract shall, if reasonably possible, continue during the Arbitration proceeding and

payments due to the supplier by the Purchaser shall not be withheld unless they are the subject of the Arbitration proceedings.

Page 32: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

32 | P a g e

Neither party is entitled to bring a claim for Arbitration if its Arbitrator has not been appointed within thirty days after expiration of the warranty/ guarantee period.

30. Limitation of Liability 30.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to Clause 6, (a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or

consequential loss or damage, loss of use, loss of production, or loss of profits or interest costs, provided that this exclusion shall not apply to any obligation of the Supplier to pay liquidated damages to the Purchaser; and

(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or otherwise, shall not

exceed the total Contract Price, provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.

31. Governing Language 31.1 The contract shall be written in English language. Subject to GCC Clause 30, English language version of the Contract

shall govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in the same language.

32. Applicable Law 32.1 The Contract shall be interpreted in accordance with the laws of the Union of India. 33. Notices 33.1 Any notice given by one party to the other pursuant to this Contract shall be sent to other party in writing or by cable,

telex or facsimile and confirmed in writing to the other Party’s address specified in SCC. 33.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later. 34. Taxes and Duties 34.1 Deleted. 34.2 Suppliers shall be entirely responsible for all taxes, duties, license fees, octroi, road permits, etc., incurred until

delivery of the contracted Goods to the Purchaser. 35. Right to use defective equipment:

If after delivery, acceptance and installation and within the guarantee and warranty period, the operation or use of the equipment proves to be unsatisfactory, the Purchaser shall have the right to continue to operate or use such equipment until rectification of defects, errors or omissions by repair or by partial or complete replacement is made without interfering with the Purchaser’s operation.

36. Supplier Integrity

The supplier is responsible for and obliged to conduct all contracted activities in accordance with the contracts using state-of-the-art methods and economic principles and exercising all means available to achieve the performance specified in the contract.

Page 33: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

33 | P a g e

37. Supplier’s Obligations

The supplier is obliged to work closely with the purchaser’s staff, act within its own authority and abide by directives issued by the purchaser and implementation activities. The supplier is abide by the job safety measures prevalent in India and will free the purchaser from all demands or responsibilities arising from accidents or loss of life the cause of which is the supplier’s negligence. The supplier will pay all indemnities arising from such incidents and will not hold the purchaser responsible or obligated. The supplier is responsible for managing the activities of its personnel and will hold itself responsible for any misdemeanors. The supplier will treat as confidential all data and information about the purchaser, obtained in the execution of his responsibilities, in strict confidence and will not reveal such information to any other party without the prior written approval of the purchaser.

38. Patent Right:

In the event of any claim asserted by a third party of infringement of copy right, patent, trademark or industrial design rights arising from the use of the Goods or any parts thereof in the Purchaser’s country, the supplier shall act expeditiously to extinguish such claim. If the supplier fails to comply and the Purchaser is required to pay compensation to a third party resulting from such infringement, the supplier shall be responsible for the compensation including all expenses (court costs and lawyer fees). The purchaser will give notice to the supplier of such claim, if it is made without delay.

39. Site Preparation and Installation:

The Head of Department of Project sites are solely responsible for site preparation in compliance with the technical and environmental specifications defined by the supplier. The Head of Department of Project sites will designate the installation site before the scheduled installation date to allow the supplier to perform a site inspection to verify the appropriateness of the sites before the installation of the Equipments

40. Supply, Installation Maintenance of Equipment and Training

40.1 Supplier of Dairy Equipments will supply, install, test & Commission and comprehensive maintenance of Equipments for one year and also train the staff of the concerned Milk Unions.

40.2 Bidders will supply the equipment within two month of receiving the order and install, test & commission the equipment within 15 days of supply.

41. Technical Documentation: The Technical Documentation involving detailed instruction for operation and maintenance is to be delivered with every unit of the equipment supplied. The language of the documentation shall be English or Hindi.

42. Transfer of the Rights of the Purchaser: All the items are purchased by the Purchaser on behalf of PCDF Ltd /MILK UNION. Till successful Installation & Commissioning and successful functioning and training of all the items, the Purchaser will be responsible for monitoring of the observance of the clauses under this Contract. After successful Installation & Commissioning and successful functioning and training of all the items, all the rights, duties and obligations of the Purchaser shall be exercised by respective Department.

43. Authority for issuing Purchase Order and payment: PCDF, Lucknow, reserves the right to place the purchase order from its own level on behalf of PCDF to its Units/Unions to successful bidder as per bids terms and conditions. PCDF, Lucknow will make payment against the purchase order issued by them from their level, based on Letter of Intent and bids terms & Conditions.

44. Minimum Eligibility Criteria: (a)The bidder should be in business for a period of Three years at the time of bid opening in the same name and style. In order to support these, the bidder has to submit:-

i. Photocopy of the purchase orders executed in the last three years in same name and style. OR ii. Any document issued by Govt. or Semi Govt. Department which certify/prove that the bidder is in business

for the required period. (b) The bidder should be registered under office of competent authority or under statutory bodies at the time of bid

opening in the same name and style. In order to support this the bidder has to submit:- Copy of the Registration Certificate issued by the Registration of firms in case of firms of proprietary nature. OR Copy of partnership deed in case of partnership firms. OR Copy of article of association in case of Pvt. Ltd., companies. OR Copy of registration certificate for firms registered with NSIC/Central or State Govt. department/Local bodies for similar work.

(c) The bidder’s annual financial turnover in the same name and style during any one of the last three years shall not be less than 50% of the value of the contract as specified in the Invitation to Bid. In order to support this, copies of Balance Sheet,

Page 34: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

34 | P a g e

along with Profit & Loss statement for the last three years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted.

(d) Bidder should have income tax clearance certificate for previous years in original but not older than last three years. To support this bidder has to submit photocopy of latest income tax clearance certificate but not older than two years in the same name and style along with certified true copies of Permanent Account Number (PAN),Tax Deduction & Collection Account Number(TAN) and Service Tax Registration No..

(e) Bidder should have credentials for satisfactory performance for the last three years. To support this bidder has to submit:-

Details of orders executed satisfactorily to Milk Federation/Milk Union/Reputed Milk Industries during last three years. The bidder should duly sign the statement.

Certificate issued by Milk Federation/Milk Unions/Reputed Milk Industries regarding satisfactory execution of purchase orders given by them

(f) Bidder's firm should be registered with Sales / Commercial Tax Department. To support this bidder has to submit photocopy of Sales / Commercial Tax registration certificate/ TIN duly renewed by the competent authority.

(g) The bidder shall have to furnish the Bankers Certificate issued by Nationalized Bank on their prescribed format for at least 10% of the estimated contract value.

(j) Bidder who have ISO certification may be preferred over others

Note: Above mentioned terms and conditions should be abided by bidder.

Page 35: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

35 | P a g e

SECTION IV:

SPECIAL CONDITIONS OF CONTRACT

Page 36: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

36 | P a g e

SECTION IV: SPECIAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES Item No. Topic

1 Definitions (GCC Clause 1)

2 Country of Origin (GCC Clause 3)

3 Performance Security (GCC Clause 7)

4 Inspection and Tests (GCC Clause 8)

5 Packing (GCC Clause 9)

6 Delivery and Documents (GCC Clause 10)

7 Insurance (GCC Clause 11)

8 Incidental Services (GCC Clause 13)

9 Spare Parts (GCC Clause 14)

10 Warranty (GCC Clause 15)

11 Prices (GCC Clause 17)

12 Sub-contracts (GCC Clause 21)

13 Liquidated Damages (GCC Clause 23)

14 Settlement of Disputes (GCC Clause 28)

15 Notices (GCC Clause 32)

16 Training

17 Technical Documentation

Page 37: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

37 | P a g e

Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there

is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions is indicated in parentheses.

1. Definitions (GCC Clause 1) (a) The Purchaser is Managing Director

Pradeshik Cooperative Dairy Federation,

29 Park Road, Lucknow.

(b) The Supplier is ................................................ 2. Country of Origin (GCC Clause 3) All countries and territories as indicated in Section XIII of the bidding documents, “Eligibility for the Provisions of

Goods, Works, and Services in Bank-Financed Procurement”. 3. Performance Security /Performance Bank Guarantee(GCC Clause 7) 4. Inspection and Tests (GCC Clause 8) GCC 8.1 Inspection and tests prior to shipment of Goods and at final acceptance are as follows: (i) The inspection of the Goods shall be carried out to check whether the Goods are in conformity

with the technical specifications attached to the contract and shall be in line with the inspection/test procedures laid down in the Technical Specifications and the General Conditions of contract.

(ii) The acceptance test will be conducted by the purchaser / their consultant or any other person nominated by the purchaser, at its option. The acceptance will involve trouble-free operation for seven consecutive days. There shall not be any additional charges for carrying out acceptance tests. The supplier shall maintain necessary log in respect of the results of the tests to establish to the entire satisfaction of the purchaser, the successful completion of the test specified. An average uptake efficiency of 98% for the duration of test period shall be considered as satisfactory.

(iii) In the event of to pass the acceptance test, a period not exceeding two weeks will be given to

rectify the defects and clear the acceptance test, failing which the purchaser reserves the rights to get the equipment replaced by the supplier at no extra cost to the purchaser.

Add the following new GCC Clauses: GCC 8.6 Manuals and Drawings 8.6.1 Before the goods and equipment are taken over by the Purchaser, the Supplier shall supply

operation and maintenance manuals together with drawings of the goods and equipment. These shall be in such detail as will enable the Purchaser to operate, maintain, adjust and repair all parts of the equipment as stated in the specifications.

8.6.2 The manuals and drawings shall be in the ruling language (English) and in such form and

numbers as stated in the contract.

Page 38: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

38 | P a g e

8.6.3 Unless and otherwise agreed, the goods and equipment shall not be considered to be completed for the purpose of taking over until such manuals and drawings have been supplied to the Purchaser.

GCC 8.8 Acceptance Certificates: 8.8.1 On successful completion of acceptability test, receipt of deliverables etc, and after the

purchaser is satisfied with the working of the system, the acceptance certificate signed by the supplier and the representative of the purchaser will be issued. The date on which such certificate is signed shall be deemed to be the date of successful receiving of the milk cans.

8.8.2 The training as per clause 24 of Special Conditions of Contract shall be conducted on the dates

mutually agreed upon and within two months from the date of acceptance of supply. 5. Packing (GCC Clause 9)

Add as Clause 9.3 of the GCC the following: Packing Instructions: The Supplier will be required to make separate packages for each Consignee. Each package

will be marked on three sides with proper paint/indelible ink, the following: i) Project ii) Contract No. iii) Country of Origin of Goods iv) Supplier's Name, and v) Packing list reference number. 6. Delivery and Documents (GCC Clause 10) Upon delivery of the Goods, the supplier shall notify the purchaser and the insurance company by cable/telex/fax the

full details of the shipment including contract number, railway receipt number and date, description of goods, quantity, name of the consignee etc. The supplier shall mail the following documents to the Consignee with a copy to the insurance company and purchaser:

(i) 02 Copies of the Supplier invoice showing Goods description, quantity, unit price, total amount;

(ii) Acknowledgment of receipt of goods from the consignee(s);

(iii) 02 copies of packing list identifying the contents of each package.

(iv) Insurance Certificate;

(v) Manufacturer's/Supplier's warranty certificate;

(vi) Inspection Certificate issued by the nominated inspection agency, and the Supplier's factory inspection report; and

(vii) Certificate of Origin. The above documents shall be received by the Purchaser before arrival of the Goods (except where the Goods have

been delivered directly to the Consignee with all documents) and, if not received, the Supplier will be responsible for any consequent expenses.

7. Insurance ( GCC Clause 11) For delivery of goods at site, the insurance shall be obtained by the Supplier in an amount equal to 110% of the value

of the goods from "warehouse to warehouse (final destinations)” on "All Risks" basis including War Risks and Strikes.

8. Incidental Services (GCC Clause 13) 8.1 The following services shall be furnished and the cost shall be included in the contract price: a. Performance of the on-site assembly, installation, commissioning and start-up of the equipment.

Page 39: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

39 | P a g e

b. Furnishing the detailed operation and maintenance manuals for each items of supply at each location. c. Maintenance and repair of the equipment at each location during the warranty period including supply of all

spares. This shall not relieve the supplier of any warranty obligations under this contract. 9. Spare 10. Warranty (GCC Clause 15) 10.1 GCC 15.2 In partial modification of the provisions, the warranty period shall be 12 months from the date of

acceptance of the goods and commissioning installation and testing of the goods or 180months from the date of shipment ,which ever is earlier. The supplier shall, in addition, comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with SCC4.

Substitute Clause 15.4 of the GCC by the following: “Upon receipt of such notice, the Supplier, within the period specified in SCC, repair or replace the defective goods

or parts thereof, free of cost at the ultimate destination. The Supplier shall take over the replaced parts/goods at the time of their replacement. No claim whatsoever shall lie on the Purchaser for the replaced parts/goods thereafter.

In the event of any correction of defects or replacement of defective material during the warranty period, the

warranty for the corrected/replaced material shall be extended to a further period of 36 months.” 10.3 Maintenance service

i) Free maintenance services shall be provided by the Supplier during the period of warranty ii) The maximum response time for maintenance complaint from any of the destinations specified in the

Schedule of Requirements (i.e. time required for supplier’s maintenance engineer to report at the installation after a request call / telegram is made or letter is written) shall not exceed 24 hours.

12. Prices (GCC Clause 17) Substitute Clause 17.1 of the GCC with the following: 17.1 Prices payable to the Supplier as stated in the Contract shall be fixed during the performance of the Contract. 13. Sub-contracts (GCC Clause 21) Add at the end of GCC sub-clause 21.1 the following: Sub-contract shall be only for bought-out items and sub-assemblies 14. Liquidated Damages (GCC Clause 23) 14.1 For delays : GCC Clause 23.1 -- The applicable rate is 0.5% per week and the maximum deduction is 10% of the contract price. 15. Settlement of Disputes (Clause 28) The dispute settlement mechanism to be applied pursuant to GCC Clause 28.2.2 shall be as follows: In case of any dispute arises out of this contract , the same shall be referred to the sole arbitration of Milk

Commissioner, UP and the decision given by or his nominee shall be final and binding upon both the parties. Arbitration proceedings shall be held at LUCKNOW, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English.

16. Notices (Clause 32) For the purpose of all notices, the following shall be the address of the Purchaser and Supplier. Purchaser: : Managing Director PCDF Ltd 29, Park Road Lucknow-226001. Supplier: (To be filled in at the time of Contract signature) ............................................. ............................................. ............................................. .............................................

Page 40: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

40 | P a g e

17. Training: For each hardware and software component installed, the Supplier is required to train the designated Purchaser’s technical and end-user personnel to enable them to effectively operate the total system. The training schedule will be agreed to both parties during the performance of the Contract.

18. Technical Documentation: The Technical Documentation involving detailed instruction for operation and maintenance is to be delivered with every unit of the equipment supplied. The language of the documentation should be English.

Page 41: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

41 | P a g e

SECTION-III

SPECIAL CONDITIONS OF CONTRACT

ERECTION & COMMISSIONING OF EQUIPMENT

1.0 Sufficiency of Tender

The contractor by bidding shall be deemed to have satisfied himself as to all the conditions and circumstances affecting the contract price, as to the possibility of executing the works as shown and described in the contract, as to the general circumstances at the site of the works, as to the general labour position at site, and to have determined the prices accordingly.

2.0 Programme of installation and commissioning. Within 30 days of receipt of letter of acceptance of the bid, the contractor shall submit to the PCDFf or approval a

comprehensive programme in the form of PERT Network / bar chart and any other form as may be required by the PCDF showing the sequence of order in which the contractor proposes to carry out the works including the design, manufacture, delivery to site, erection, hooking–up, commissioning, trial run & hand-over, thereof. After submission to and approval by the PCDF of such programme, the contractor shall adhere to the sequence of order and method stated therein. The submission to and approval by the PCDF of such programme shall not relive the contractor of any of his duties or responsibilities under the contract. The programme approved by the PCDF shall form the basis of evaluating the pace of all works to be performed by the contractor. The contractor shall update the PERT network every month; submit it to the PCDFand shall inform the PCDFthe progress on all the activities falling on schedule for the next reporting date.

3.0 Preparations of drawings for approval The contractor should visit the site to acquaint himself in respect of existing site conditions and to know the details/ information required for understanding the nature and type of civil construction works involved in the project.

The contractor shall submit to the PCDF for approval:

a) Within the time given in the specification or in the programme, such drawings, samples, patterns and models as may be called for therein, and in numbers therein required.

b) During the progress of works and within such reasonable times as the PCDF may required such drawings of the general arrangement and detailed of the works as the PCDF may require.

The specifications/conditions concerning the submission of drawings by the contractor are detailed as under:

Within four weeks from the date of receipt of the order, contractor shall furnish all necessary drawings, in three sets, (as briefly described below) for approval, identifying each drawing by a serial number and descriptive title. The list given below may be revised and extended if necessary, during the progress of work depending on the nature of the contract also.

The PCDF shall signify his approval or disapproval of all drawings or such drawings that would affect progress of the contract as per the agreed programmer.

Brief list of drawings: i) Equipment drawings for fabricated items. ii) Service piping layout in production and service blocks. iii) Electrical cable, conduit/cable tray layout. iv) Other miscellaneous drawings as required for erection work. Drawings showing fabrication details, dimensions, layouts and bill of materials submitted for approval shall be signed by responsible representative of contractor and shall be to any one of the following sizes in accordance with Indian standards: AO, A1, A2, A3, and A4. All drawings shall show the following particulars in the lower right hand corner in addition to contractor’s name: i) Name of the PCDF

ii) Project title

Page 42: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

42 | P a g e

iii) Title of drawing

iv) Scale

v) Date of drawing

vi) Drawing number

i) Space for PCDF’S drawing number. In addition to the information provided on drawings, each drawing shall carry a revision number, date of revision and brief description of revision carried out. Whenever any revision is carried out, correspondingly revision number must be up-dated.

All dimensions on drawings shall be in Metric Units. Drawings (three sets) submitted by the contractor for approval will be checked, reviewed by the PCDF, and comments, if any, on the same will be conveyed to the contractor. It is the responsibility of the same contractor to incorporate correctly all the comments conveyed by the PCDF on the contractor’s drawing. The drawings which are approved with comments are to be resubmitted to the PCDF for purpose of records.

Such drawing will not be checked / reviewed by the PCDF to verify whether all the comments have been incorporated by the contractor. If the contractor is unable to incorporate any comments in the revised drawings, contractor shall clearly state in his forwarding letter such non-compliance along with the valid reasons. Drawing prepared by the contractor and approved by the PCDF shall be considered as a part of the specification. However, the examination of the drawings by the PCDF shall not relieve the contractor of his responsibility for engineering design, workmanship, and quality of materials, warranty obligations and satisfactory performance of equipments, services & installation covered under the contract. If at any time before completion of the work, changes are made necessitating revision of approved drawings the contractor shall make such revisions and proceed in the same routine as for the original approval.

4.0 Operation and maintenance manual:

The contractor shall furnish to the PCDF before the works are taken over, operating and maintenance instruction together with drawings of the works as completed, in sufficient detail to enable the PCDF to maintain, dismantle, reassemble and adjust all parts of the works, unless otherwise agreed, the works shall not be considered to be completed for the purposes of taking over until such instruction and drawing have been supplied to the PCDF.

5.0 Contractor’s superintendence and deployment of erection team and conduct of personnel

The contractor shall employ one or more competent representatives, whose name or names shall have previously been communicated in writing to the PCDF by the contractor, to superintend the carrying out of the works on the site. The said representative or if more than one shall be employed, then one of such representatives shall be present on the site during all times, and any orders or instructions which the PCDF may give to the said representative of the contractor shall be deemed to have given to the contractor. The said representative shall have full technical capacities and complete administrative and financial powers to expeditiously and efficiently execute the work under the contract. The contractor shall, execute the works with due care and diligence within the time for completion and employ contractor’s team comprising qualified and experienced engineers together with adequate skilled, semi-skilled and Unskilled workmen in the site for carrying out the works. The contractor shall ensure adequate work force to keep the required pace at all times as per the schedule of completion. The contractor shall also ensure availability of competent engineers during commissioning / start up, trial runs, operation of the plant / equipment till handing over of the plant. The contractor shall furnish the details of qualifications and experience of their senior supervisors and engineers assigned to the work site, including their experience in supervising erection and commissioning of plant and equipment of comparable capacity. When the contractor 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 the PCDF and shall be received and observed by

Page 43: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

43 | P a g e

the supervisors or foremen who may have charge of the particular part of the work in reference to which orders are given. Any Such instructions, directions or notices given by the PCDF shall be deemed to have been given to the contractor. The contractor shall furnish to the PCDF a fortnightly labour force report showing by classifications the number of employee engaged in work. The contractors’ employment records shall include any reasonable information as may be required by the PCDF. The contractor should also display necessary information as may be required by statutory regulations, and shall comply with all statutory obligations as required under the prevailing rules of the state & country. None of the contractor’s supervisors, engineers, or labourers may be withdrawn from the work without notice to the PCDF and further no such withdrawals shall be made if in the opinion of the PCDF, it will adversely affect the required pace of progress and / or the successful completion of the work. The PCDF shall be at liberty to object to any representative or person, skilled, semi-skilled or unskilled worker employed by the contractor in the execution of or otherwise about the works who shall in the opinion of the PCDF, misconduct himself or be incompetent, or negligent or unsuitable, and the contractor shall remove the person so objected to upon receipt of notice in writing from the PCDF and shall provided in that place a competent representative at contractor’s own expense within a reasonable time. In the execution of the works no persons other than the contractor, sub-contractor and their employees shall be allowed on the site except by written permission of PCDF.

6.0 PCDF’S Instructions

The PCDF may in his absolute discretion, issue from time to time drawings and/or instructions, directions and clarifications which are collectively referred to as PCDF’S instructions in regard to:

Any additional drawing and clarifications to exhibit or illustrate details. Variations or modifications of the design, quality or quantity of work or additions or omissions or substitution of any work. Any discrepancy in the drawings or between the schedule of quantities and/or specifications. Removal from the site of any material brought there by the Contractor, which are unacceptable to the PCDF and the substitution of any other material thereof. Removal and/or re-execution of any work erected by the Contractor, which are unacceptable to the PCDF. Dismissal from the work of any persons employed there upon who shall in the opinion of the PCDF, misconduct himself, or be incompetent or negligent. Opening up for inspection of any work covered up. Amending and making good of any defects.

7.0 Rights of the PCDF 7.1 Rights to direct works:

The PCDF shall have the right to direct the manner in which all works under this contract shall be conducted, insofar as it may be necessary to secure the safe and proper progress and specified quality of the works. All work shall be done and all materials shall be furnished to the satisfaction and approval of the PCDF. Whenever in the opinion of the PCDF, the Contractor has made marked departures from the schedule of completion or when circumstances or requirement force such a departure from the said schedule, the PCDF, in order to ensure compliance with the schedule, shall direct the order, pace and method of conducting the work, which shall be adhered to by the Contractor. If in the judgment of the PCDF it becomes necessary at any time to accelerate the overall pace of the plant erection work, the Contractor, when directed by the PCDF, shall cease work at any particular point and transfer Contractor’s men to such other point or points and execute such works, as may be directed by the PCDF and at the discretion of the PCDF.

7.2 Right to order modifications of methods and equipment If at any time the Contractor’s methods, materials or equipment appear to the PCDF to be unsafe, inefficient or inadequate for securing the safety of workmen or the public, the quality or work or the rate of progress required, the PCDF may direct the Contractor to ensure safety, and increase their efficiency and adequacy and the Contractor shall promptly comply with such directives. If at any time the Contractor’s working force and

Page 44: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

44 | P a g e

equipment are inadequate in the opinion of the PCDF, for securing the necessary progress as stipulated, the Contractor 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 the PCDF shall not relieve the Contractor of Contractor’s obligations to secure the quality, the safe conducting of the work and the rate of progress required by the contract. The Contractor alone shall be and remain liable and responsible for the safety, efficiency and adequacy of Contractor’s methods, materials, working force and equipment, irrespective of whether or not the Contractor makes any changes as a result of any order or orders received from the PCDF.

7.3 Right to inspect the work The PCDF representative shall be given full assistance in the form of the necessary tools, instruments, equipment and qualified operations to facilitate inspection. The PCDF reserves the right to call for the original test certificates for all the materials used in the erection work. In the event the PCDF’S inspection reveals poor quality of work/materials, the PCDF shall be at liberty to specify additional inspection procedures if required, to ascertain Contractor’s compliance with the specifications of erection work. Even though inspection is carried out by the PCDF or their representatives, such inspection shall not, however, relieve the Contractor of any or all responsibilities as per the contract, nor prejudice any claim, right or privilege which the PCDF may have because of the use of defective or unsatisfactory materials or bad workmanship.

8.0 Contractor’s functions

The Contractor 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 Contractor finds any discrepancy therein, he shall immediately refer the same to the PCDF whose decision shall be final and binding on the Contractor. The Contractor 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 PCDF. The work shall be carried out as approved by the PCDF or his authorized representative/s from time to time, keeping in view the overall schedule of completion of the project. The Contractor’s job schedule must not disturb or interfere with PCDF’S or the other Contractor’s schedules of day-to-day work. The PCDF will provide all reasonable assistance for carrying out the jobs. Night work will be permitted only with prior approval of the PCDF. The PCDF may also direct the Contractor to operate extra shifts over and above normal day shift to ensure completion of contract as per schedule. Adequate lighting wherever required should be provided by the Contractor at no extra cost. The Contractor should employ qualified electricians and wiremen for these facilities. In case of Contractor’s failure to provide these facilities and personnel, the PCDF has the right to arrange such facilities and personnel and to change the cost thereof to the Contractor, on actual cost basis.

8.1 Third Party Insurance

Before commencing the execution of the works the Contractor, but without limiting his obligations and responsibilities, shall insure against his liability for any material or physical damage, loss or injury which may occur to any property, including that of the PCDF, or to any person, including any employee of the PCDF, or by arising out of the execution of works or in the carrying out of the Contract. The Contractor shall, produce to the Engineer/PCDF the policy or policies of insurance and the receipts for payment of the current premiums, as and when required. The terms shall include a provision whereby, in the event of any claim in respect of which the Contractor would be entitled to receive indemnity under the policy being brought or made against the PCDF, the insurer will indemnify the PCDF against such claims and any costs, charges and expenses in respect thereof.

Page 45: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

45 | P a g e

Such insurance shall be for an amount not less than Rs.1, 00,000/- per occurrence, with the number of occurrences unlimited.

8.2 Compensation for accidents or injury The PCDF 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 Contractor or any sub-Contractor, save and except an accident or injury resulting from any act or default of the PCDF, his agents, or servants. The Contractor shall indemnify and keep indemnified the PCDF 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. The Contractor shall insure against such liability with an insurer approved by the PCDF, which approval shall not be unreasonably withheld, and shall continue such insurance during the whole of the time that any persons are employed by him on the works shall, on demand, produce to the PCDF or PCDF’S 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-Contractor, the Contractor’s obligations to insure as aforesaid under this sub-clause shall be satisfied if the sub-Contractor shall have insured against the liability in respect of such persons in such manner that the PCDF is indemnified under the policy, but the Contractor shall require such sub-Contractor to produce the PCDF or PCDF’S representative, on demand, such policy of insurance and the receipt for the payment of the current premium.

8.3 Duties of contractor Vis-à-vis other contractors: Whenever proper execution of the work under the contract depends on the jobs carried out by some other Contractor, in such cases the Contractor should inspect all such erection and installation jobs and report to the PCDF regarding any defects or discrepancies. The Contractor’s failure to do so shall constitute as acceptance of the other Contractor’s installation/jobs as fit and proper for reception of Contractor’s works. The Contractor should also report any discrepancy between the executed work and the drawings. The Contractor shall extend all necessary help/co-operation to other Contractor’s working at the site in the interest of the work.

8.4 VARIATIONS 8.4.1 The PCDF shall make any variation of the form, quality or quantity of the Works or any part thereof 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 Contractor to do and the Contractor 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 dimensions of any part of the works, and (e) Execute additional work of any kind necessary for the completion of 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.

8.4.2 No such variations shall be made by the Contractor without an order in writing of the PCDF. 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, but is the result of the quantities exceeding or being less than those stated in the Contract / Bill of Quantities. Provided also that if for any reason the PCDFshall consider it desirable to given any such order verbally, the Contractor shall comply with such order and any confirmation in writing of such verbal order given by the PCDF, 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 Contractor shall within seven days confirm in writing to the PCDF and such confirmation shall not be contradicted in writing by the PCDF within 14 days, it shall be deemed to be an order in writing by the PCDF.

8.4.3 All extra or additional work done or work omitted by order of the PCDF shall be valued at the rates and prices set out in the contract if in the opinion of the PCDF, 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 PCDF shall fix such rates or prices as shall, in his opinion, be reasonable and proper.

8.4.4 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 PCDF, the rate or price contained in the

Page 46: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

46 | P a g e

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 PCDF and the Contractor. In the event of disagreement of the PCDF shall fix such other rate or price as shall, in his opinion, be reasonable and proper having regard to the circumstances. Provided also that no increase or decrease under sub-clause 8.4.1 of this clause or variation of rate or price under sub-clause 8.4.2 of this clause 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 Contractor to the PCDF of his intention to claim extra payment or a varied rate or price .Or b) By the PCDF to the Contractor of his intention to vary a rate or price. 8.4.5 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 agreed between the Contractor and the PCDF or failing agreement, fixed by the PCDF having regard to all material and relevant factors, including the Contractor’s site and general overhead costs of the contract.

8.4.6 The Contractor shall send to the PCDF’S representative once in every month account given particulars, as full and detailed as possible, of all claims for any additional payment to which the Contractor may consider himself entitled and of all extra or additional work ordered by the PCDF which he has executed during the preceding month.

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 PCDF shall be entitled to authorize payment to be made for any such work or expense, notwithstanding the Contractor’s failure to comply with this condition, if the Contractor has, at the earliest practicable opportunity, notified the PCDF in writing that he intends to make a claim for such work.

Note: This clause shall not be applicable for complete turn-key jobs.

8.5 Duties of the Contractor Vis-à-vis the PCDF

The equipment and the items, if any, to be supplied by the PCDF for erection, testing and commissioning by the Contractor, shall be as listed in the contract.

The Contractor shall keep a check on deliveries of all such equipment covered in the scope of erection, testing and commissioning work and shall advise the PCDF well in advance regarding possible hold-up in Contractor’s work due to the likely delay in delivery of such equipment/components to enable him to take remedial actions.

8.6 Preparation of foundation surfaces etc. for Erection of equipments:

Contractor shall carry out final adjustments of foundations, leveling and dressing of foundation surfaces, bedding and grouting of anchor bolts, bed plates etc, required for seating of equipment in proper position. The Contractor seal be responsible for the reference lines and proper alignment of the equipment. However, all minor civil works which form and inseparable part of the installation and erection job like digging trenches for laying of cables, conduits and underground pipes, making cut-outs in walls, floors and ceilings for pipelines, adjustment, leveling, dressing and grouting of foundations, grouting of supports are to be carried out: by the Contractor at no extra cost. The necessary refilling/repairs of these cutouts, pockets and trenches shall be done by the Contractor: The Contractor should arrange for laying the supports, cut-outs, grouting of bolts, etc, when the civil works are in progress, so as to avoid refilling/repair works. The damages occurring to civil and other works are to be made good by the Contractor at Contractor’s own costs.

9.0 Supply of tools, tackles and materials The Contractor shall, at his own expense, provide all the necessary equipment, tools and tackles, haulage power, consumables, lubricants & sundries necessary for effective execution and completion of the works during erection, testing, commissioning & trial run.

10.0 Protection of plant

The PCDF shall not be responsible or held liable for any damage to person or property consequent upon the use, misuse or failure of any erection tools and equipment used by the Contractor or any his sub-Contractor’s even though such tools and equipment may be furnished, rented or loaned to the Contractor or any of his sub-

Page 47: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

47 | P a g e

Contractors. The acceptance and / or use of any such tools and equipment by the Contractor or his sub-Contractor shall be construed to mean that the Contractor accepts all responsibility for and agrees to indemnify and save the PCDF from any and all claims for said damages resulting from the said use, misuse or failure of such tools and equipments.

The Contractor or his sub-Contractor shall be responsible during the works, for protection of work, which has been completed by other contractors. Necessary care must be taken to see that the Contractor’s men cause no damage to the same during the course of execution of the work.

All other works completed or in progress as well as machinery and equipment that are liable to be damaged by the Contractor’s work shall be protected by the Contractor and protection shall remain and be maintained until its removal is directed by the PCDF.

The Contractor shall effectively protect from the effects of weather and from damages or defacement and shall cover appropriately, wherever required, all the works for their complete protection.

The contractor shall carry out the work without damage to any work and property adjacent to the area of Contractor’s work to whomsoever it may belong and without interference with the operation of existing machines or equipment. Adequate lighting, guarding and watching at end near all the storage, handling, fabrication, reassembly and erection sites for properly carrying out the work and for safety and security shall be provided by the Contractor at his cost. The Contractor should adequately light the work area during nighttime also. The Contractor should also engage adequate electricians/wiremen, helper etc. to carry out and maintain these lighting facilities. If the Contractor fails in this regard, the PCDF may provide lighting facilities as he may deem necessary and charge the cost thereof to the Contractor. The Contractor shall take full responsibility for the care of the works or any section or portions thereof until the date stated in the taking over certificate issued in respect thereof and in case any damage or loss shall happen to any portion of the works not taken over as aforesaid, from any cause whatsoever, the same shall be made good by and at the sole cost of the Contractor and to the satisfaction of the PCDF. The Contractor shall also be liable for any loss of or damage to the works occasioned by the Contractor or his sub-Contractor in the course of any operations carried out by the Contractor or his sub-Contractors for the purpose of completing any outstanding work or complying with the Contractor’s obligations.

11. Unloading, transportation and inspection

The Contractor shall be required to unload all the materials/equipment from the carriers. The Contractor shall plan in advance, based on the information received from the PCDF, Contractor’s requirement of various tools, tackles, jacks, cranes, sleepers etc. required to unload the material/equipment promptly and efficiently. The Contractor shall ensure that adequate and all measures necessary to avoid any damage whatsoever to the equipment at the time of unloading are taken.

Any demurrage / detention charges incurred due to the delay in unloading the material/equipment and releasing the carriers shall be charged to the Contractor’s account.

The Contractor shall be responsible for the reception and safe storage on site of all plant and equipment delivered or handled over to the Contractor, for the purposes of the contract.

The Contractor shall safely transport/shift the unloaded materials/equipment to the storage area and/or the place of work, as the case may be.

The materials/equipment would be carefully unpacked by the opening the wooden cases/other modes of packing as the case may be.

In case of equipments / materials to be supplied by the PCDF, all the materials / equipments received from PCDF prior to arrival of the Contractor at site, shall be handed over to the contractor who shall, thereupon, inspect the same & furnish the receipt to PCDF.

Detailed inventory of various items shall be prepared clearly listing the shortages, breakages / damages after checking the contents with respect to the Contractor’s packing list, PCDF’S order and approved drawings. The

Page 48: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

48 | P a g e

contractor shall also check every equipment for any shortage/shortcoming that may create difficulty at the time of installation, commissioning & trial run. All the information and observations by the Contractor shall be furnished in the form of `INSPECTION REPORT’ to the PCDF with specific mention/suggestions which in the opinion of the Contractor should be given due consideration and immediate necessary actions, to enable the PCDF to arrange repair or replacement well in time and avoid delays due to non-availability of equipment and parts at the time of their actual need. The protection, safety and security of the materials shall be the responsibility of the contractor, until they are handed over to the PCDF after erection, commissioning and testing and performance trial run as per the terms of the Contract.

12.0 Storage of equipment.

The Contractor shall be responsible for the proper storage and maintenance of all materials/equipment under the Contractor’s custody. The Contractor shall take all required steps to carry out frequent inspection of equipment/materials stored as well as erected equipment until the same are taken over by the PCDF. The following procedure shall apply for the same: The Contractor’s inspector shall check stored and installed equipment/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. The Contractor shall immediately arrange a coat of protective painting whenever required. A record of all observations made on equipment, defects noticed shall be promptly communicated to the PCDF and PCDF’S advice taken regarding the repairs/rectifications. The Contractor shall there upon carry out such repairs/rectifications at his own cost. In case the Contractor is not competent to carry out such repairs/rectifications, the PCDF reserves the right to get this done by other competent agencies at the Contractor’s responsibility and risk and the entire cost for the same shall be recovered from the Contractor’s bills. The Contractor’s inspector shall also inspect and provide lubrication to the assembled equipment. The shafts of such equipment shall be periodically rotated to prevent rusting as well as to check freeness of the same.

The Inspector shall check for any signs of moisture or rusting in any equipment. If the commissioning of equipment is delayed after installation of the equipment, the Contractor shall carry out all protective measures suggested by the PCDF during such period. Adequate security measures shall be taken by the Contractor to prevent theft and loss of materials under the Contractors custody. The Contractor shall carry out periodical inventory checks of the materials stored and installed by the Contractor and any loss noticed shall be immediately reported to the PCDF. A proper record of these inventories shall be maintained by the Contractor. The Contractor should not sell, assign, and mortgages, hypothecate or remove equipment or materials, which has been installed or stored at the site under Contractor’s custody without the written consent of the PCDF.

Suitable grease recommended for protection of surfaces against rusting (refined from petroleum oil with lancline minimum (70 DEG.CENT.) and water in traces) shall be applied over all equipment as required once in every three months. Quality of grease is to be approved by PCDF. All equipment shall be stored inside a closed shed or in the open depending upon whether they are of indoor or outdoor design. Adequate storage area, as required, shall be made available by the contractor, within the site premises. All the necessary items/goods required for protection as described above shall be arranged by the Contractor and such cost shall be included in the Contract price.

13.0 Approvals

The contractor shall obtain the necessary approvals of Factories & Boilers Inspectorate, Electrical Inspectorate, Legal Meteorology dept., Explosives Inspectorate and any other state/local authorities, as may be statutorily required or as may be directed by PCDF, and the cost of obtaining such approvals shall be included in the Contract price.

Page 49: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

49 | P a g e

All the necessary details, drawings, submission of application and proformas will be furnished by the Contractor to the PCDF for verification/signature, and shall therefore be submitted to the appropriate authorities for approval. The Contractor on behalf of PCDF shall submits the necessary application duly filled-in, together with the prescribed fees to the appropriate authorities. However, all the actual statutory fees paid by the Contractor shall be reimbursed by PCDF upon production of receipt. The contractor shall also make all necessary arrangements for inspection of the works by the statutory authorities, as and when required. Cost of all such inspections shall be included in the contract price. Whenever necessary or required, the contractor shall furnish the necessary test and/or inspection certificates etc, from the appropriate authorities as per IBR, IER and other statutory regulations and the cost of obtaining these certificates shall be included in the contract price.

In case of capacity enhancement of existing plants, the contractor shall arrange for and obtain necessary approvals, as stated herein, for the entire expanded plant, either in phases or in whole as the case may be & the cost of obtaining such approvals shall be included in the Contract price. Any modifications or changes required or advised by the appropriate authorities during the course of inspection and/or the contractor at his own cost shall carry out approval.

14.0 Review and co-ordination of erection work

The Contractor shall depute senior and competent personnel to attend the site co-ordination meetings that would generally be held at the site every month. The Contractor shall take necessary action to implement the decisions arrived at such meetings and shall also update the erection schedule, accordingly.

Page 50: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

50 | P a g e

SECTION -III(A)

SPECIAL CONDITIONS OF CONTRACT

(FOR MECHANICAL INSTALLATION)

MECHANICAL INSTALLATION

The installation work would comprise of: a) General installation i.e. positioning and installing all the equipments as per approved layout drawings and as per

the contract. b) Supply and installation of structural platforms and tables. c) Supply and installation of all service piping including ancillary items. d) Insulation and cladding of piping equipment and electrical auto tracing of LSHS, including supply of materials. e) Interconnections of services and electrical with equipment. f) Guide line for expansion work. g) Clean up of work site. h) Supply of all cleaning chemicals and lubricants, i) Testing, commissioning and start-up. j) Painting including supply of paints as approved by the PCDF. k) Training of personnel.

Detailed specifications are given in the subsequent clauses. 2.0 GENERAL INSTALLATION 2.1 Positioning of equipment.

The work involves preparation of access for moving of the plant and equipment including their fittings from the work site godown or from the place within the site where they have been unloaded, to the place of erection, decrafting and placing on the foundation wherever required. All the civil foundations as per the manufacturer / Contractor’s drawings shall be arranged by the PCDF. The Contractor shall place the equipment and carry out final adjustment of the foundations including alignment and dressing of foundation surface, embedding and grouting of anchor bolts and bedplates. The Contractor shall be responsible for obtaining correct reference lines for purpose of fixing the alignment of various equipment.

Tolerances shall be as specified in equipment manufacturers drawings or as stipulated by the PCDF’S Engineer. No equipment shall be permanently bolted down to foundations or structure until the alignment has been checked by the Contractor and witnessed by the PCDF. The Contractor shall carry out minor alterations in the anchor bolts, pockets etc., at no extra cost and set the equipment properly as per approved layout, drawings and manufacturer’s instructions. The Contractor shall supply all the necessary foundation / anchor bolts and bedplates without extra cost. The Contractor shall supply, fix and maintain, at his own cost, during the erection work, all the necessary centering, scaffolding, staging required not only for proper execution and protection of the said work but also for protection of the surrounding plant and equipment. The Contractor shall take out and remove any or all such

Page 51: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

51 | P a g e

centering, scaffolding, staging planking etc., as occasion shall require or when ordered to do so and shall fully reinstate and make good all things disturbed during execution of the work, to the satisfaction of the PCDF. The Contractor shall be paid no additional amount for the above.

2.2. Structural Platforms and Tables

Structural platforms shall be required to provide access for various equipment. Tables shall be required for handling milk / milk products. These platforms and tables shall be fabricated keeping stability and other functional as well as aesthetic requirements into consideration as approved by the PCDF. The payment shall be made on the basis of the actual weight executed and the unit rates agreed upon or as per provisions made in the contract for such items.

3.0 SERVICE PIPING INSTALLATION. 3.1 General Guidelines.

All piping systems shall comply with the latest editions of the following regulations wherever applicable. 3.1.1 Indian Boiler Regulations. 3.1.2 Regulations of explosives inspectorate. 3.1.3 All applicable Indian Standards. 3.1.4 All applicable State Government / Central Government laws / act 3.2 Scope of Supply

The Contractor shall supply all piping materials like pipes, fittings, flanges measuring instruments and all other items as shown in the flow diagram / specifications and schedule of quantities. All the pipes & fittings and insulation material etc, should be of class and make as approved by the PCDF. The Contractor for the class and make of all materials must obtain prior approval of the PCDF. The Contractor should furnish the details of makes selected by him, in the Proforma given in Annexure I.

3.3. Scope of Piping Erection This to be performed by the Contractor as outlined below: 3.3.1 The scope of erection for piping, includes all system covered in the flow diagrams and specifications.

3.3.2 The Contractor’s work commences / terminates at the pipe connections with valves or flanges as specified in flow diagrams/battery limits.

3.3.3 The Contractor shall also install necessary piping and any specialties furnished with or for equipment such as relief valves, built-in-pass and other items of this type.

3.3.4 The Contractor shall install primary elements for flow measurements, control valves and on-line metering equipment.

3.3.5 The contractor shall perform necessary internal machining of pipes for installing orifices, slow nozzles, control valves etc.

3.3.6 The contractor shall install all pipes, valves and specialties being procured from other sources. 3.4 Testing of Piping 3.4.1. The Contractor shall test all piping systems mentioned below including valves and specialties and instruments as

per procedure mentioned under 3.4.4 a) H.P .steam b) L.P .Steam c) Glycol d) Soft, raw & chilled water e) Air f) Furnace oil/LS HS g) SS Piping h) Ammonia 3.4.2 All piping shall be internally cleaned and flushed by the Contractor after erection in a manner suited to the

service and as directed by the PCDF. 3.4.3 For hydrostatic testing and water flushing, the Contractor shall furnish necessary pumps. Equipment, instruments

and piping etc. 3.4.4 The details of testing pressures for various pipelines are mentioned below: 3.4.5

Page 52: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

52 | P a g e

Sl.No: Name Test pressure Test-medium

i. Steam pipe lines 27 Kg / Sq-cm Water

ii. Water pipe lines

(Soft, raw, chilling and glycol) 8 Kg / Sq-cm Water

iii. Furnace oil/LS HS 16 Kg/Sq-cm Water

iv. SS Pipes 6 Kg / Sq-cm Water

v. Air 12 Kg / Sq-cm Air

vi. Ammonia pipelines

a) Suction

b) Discharge

16 Kg / Sq-cm

24 Kg / Sq-cm

Air

Air

Note: 1. Duration of test shall be 30 minutes for all pipes mentioned at i, ii, iii, iv & vi with no allowable

pressure drop. 2. For air lines duration of test is 8 hrs. With allowable pressure drop of 0.1 Kg/Sq-cm. 3. For ammonia line duration of test is 24 hrs with allowable pressure drop of 0.2 Kg/Sq-cm. 4. The PCDF/ Engineer-In-Charge shall provide only water at available supply point from which the

Contractor’s temporary piping shall be connected. 3.5 Other Guidelines 3.5.1 Colour code shall be used to identify pipe material. The Contractor shall be able to identify on request all random

piping prior to field fabrication. 3.5.2 The Contractor shall be responsible for the quality of welding done by them and shall conduct tests to determine

the suitability of the welding procedure by him. 3.5.3 All piping supports, guides, anchors, hangers, rollers with structural framework shall be supplied and erected by

the Contractor. The kinds of pipe supports like CI clamps, wooden saddles, rollers supports and support framework shall be as per the design approved by the PCDF prior to taking up the work.

3.5.4 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 and conform to buildings structural limitations. It is the responsibility to the piping Contractor to avoid all interference while locating hangers and supports.

3.5.5 Anchors and/or guides for pipelines or for other purposes shall be furnished, when specified, for holding the pipeline in position for alignment. Hangers shall be designed fabricated and assembled in such a manner that they cannot become disengaged by any movement of the support pipes.

3.5.6 All piping shall be wire brushed and purged with air blast to remove all rust, mill scale from inner surface. The method of cleaning shall be such that no material is left on the inner or on outer surfaces, which will affect the service-ability of the pipes.

3.5.7 Effective precautions such as capping and sealing shall be taken to protect all pipe ends against ingress of dirt and damage during transit or storage. The outside of the steel pipes (black) shall be painted with two coats of red oxide paint or as directed by the PCDF.

4.0 SPECIAL INSTRUCTIONS AND SPECIFICATIONS 4.1 Steam piping work can be classified into two categories:

a) High-pressure steam piping when the working pressure of steam is more than 3.1 kg / sq-cm (50 psi). b) Low-pressure steam piping when the working pressure of steam is below 3.1 kg / sq-cm (50 psi). All the pipes and fittings used for high pressure steam piping work should conform to IBR and they should be IBR certified and also to be identified with number and mark showing that they are tested by the Boiler Inspector and supported with duly authenticate certificates to this effect. The high pressure steam piping after installation should be hydraulically tested in presence of the Boiler Inspector for his approval. The high-pressure steam piping work should also include fabrication and installation of pressure reducing stations strictly conforming to IBR.

Page 53: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

53 | P a g e

4.2 All the piping for chilled water, glycol, ammonia, soft and raw water H.P. and L.P. steam, air and furnace oil / LSHS piping shall generally of welded construction. Whenever welding is done for pipes of smaller size special care should be exercised to avoid clogging of flow area with the welding material.

5.0 INSTALLATION OF PIPING AND EQUIPMENT

5.1 Insulation of Chilled Water and Ammonia Pipeline

All the chilled water, glycol & ammonia pipelines shall be insulated by expanded polystyrene pipe sections. The insulation shall be carried out in the following manner:

5.1.1 Before starting insulation work all pipelines shall be tested for 8.5 kg / sq-cm pressure. 5.1.2 The surface of the pipes to be insulated should be properly cleaned. 5.1.3 Hot bitumen of 80/40 or 85/25 conforming to IS 702 should be applied uniformly @ 1.5 kg / sq.m. on the surface

of the pipes. 5.1.4 A similar layer of bitumen should be applied on the inner surface and on the edges of the insulation sections. 5.1.5 The sections should then be stuck to the coated pipes with the joints staggered. Adjacent sections should be

tightly pressed together. 5.1.6 All joints should be properly sealed with bitumen. 5.1.7 A thick vapour seal of hot bitumen @ 2.5 Kg / Sq-cm should be applied uniformly on the outer surfaces of the

pipe sections and allowed to dry. 5.1.8 In case the insulations sweats or the specified/required insulation properties are not attained, the entire insulation

in such region shall be redone with fresh material, entirely at the Contractor’s cost. 5.1.9 The thickness of insulation may be as per Annexure II. 5.2 Insulation of Chilled Water Tank 5.2.1 The surfaces shall be cleaned with the help of brushes to remove any loose particles. 5.2.2 A coat of bitumen of 85/40 m or 85/25 conforming to IS 702 at 1.0 Kg/Sqm shall be applied over the flooring

and alkathene sheets shall be press-laid to act as a vapour barrier. 5.2.3 Bitumen shall then be applied on the alkathene sheets and one side and edges of the insulation slabs to ensure

total rate of 2.00 Kg / Sqm between contacting surfaces. The slabs shall then be fixed in position, making sure that there shall be no joints between slabs.

5.2.4 For double layers insulation bitumen shall again be applied on all contacting surfaces to ensure total rates of 1.5 Kg / Sqm between contacting surfaces.

5.2.5 A coat of bitumen at 1.5 Kg / Sqm shall be applied over the insulation surfaces. 5.3 Insulation of Steam, Condensate & Hot Water Pipe Line

All the steam and hot water pipelines shall be insulated with mineral wool or equivalent of specified thickness. The insulation shall be carried out in the following manner and should be supplied in the form of properly required sizes.

5.3.1 Clean the surfaces to be insulated. Apply a coat of red oxide primer and fix glass wool/mineral wool of specified thickness, tightly to the pipes, butting all joints and tie with lacing wire.

5.3.2 It should then be covered with GI wire netting of 20 mm X 24 SWG. 5.3.3 In case the insulation does not have the desired insulation properties, the entire insulation will have to be redone

at the Contractor’s cost to give the desired results. 5.3.4 In case of condensate return piping all the steps mentioned above shall be executed except that thickness of the

insulation shall be 25 mm. 5.4 Aluminum Cladding / Cement Plaster 5.4.1 The chilled water, glycol, ammonia, steam & hot water lines after insulations may be covered by Aluminum

cladding or cement plaster as per the instructions of the engineer in-charge. The payment will be made as per the executed items.

5.4.2 Aluminum cladding will be done with 22-gauge aluminum sheet with proper grooves and overlaps and screwed

in position with 12 mm. self-tapping parker screws. 5.4.3 In case of cement plaster, the finishing will be done with 12 mm thick sand cement plaster (1:4) over chicken

wire mesh.

Page 54: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

54 | P a g e

5.5 LSHS System – Electrical Auto Tracing and Insulation LSHS would be used as fuel for the boilers. All the pipelines and fittings from tanker unloading to the firing point and storage tanks should be electrically auto traced. The system should maintain the temperature of LSHS at 80ºC and designed in such a manner that heating should be stopped at 80ºC Temperature is attained and should be started when the temperature comes down to 60ºC. The tank, piping and fitting shall be insulated with 50 mm thick glass wool / mineral wool and retained with the chicken wire mesh and finally clad with 22 SWG aluminum sheet.

The characteristics of the LSHS are as under:

Total sulphur % by wt. max. : 1.2

Gross Calorific Value (K.Cal/Kg) : No limit, but to be reported

Flash point minimum : 90 ºC

Water content % by vol. max : 1.0

Sediment % by wt. max. : 0.25

Pour point max. : 60 ºC

Viscosity, Redwood 1 sec. @ 70 max. : 150 max.

Kinematics viscosity, centistokes @100 ºC : Min .7 CST

Max .14CST

Ash content % by wt. max : 0.1

Density @ 15 ºC : No limit, to be reported.

5.6 All the necessary materials of quantity and make approved by the PCDF, required for carrying out insulation,

cladding and other works mentioned above, shall be supplied by the Contractor.

6.0 INTER CONNECTIONS OF SERVICE AND ELECTRICALS WITH EQUIPMENT 6.1 The Contractor shall lay service piping and provide connections with the equipment complying strictly with the

equipment manufacturers’ instructions. The Contractor shall also carry out all the interconnecting service piping with the various items of plant / system. The work shall be complete with capillary piping if required and connections with instruments and controls supplied with the equipment.

6.2 The contractor shall carry out also electrical connections for equipments with the control panels including

equipment lighting as per the wiring diagrams of the equipment suppliers.

Connection shall be made for small electrically operated devices on equipment installed as accessories to, or assembled with equipments. Connections regarding instruments, float switches, limit switches, pressure switches, thermostats and other miscellaneous equipments shall be done as per manufacturer’s drawings and instructions.

7.0 GUIDELINES FOR INTERCONECTION / TAPPING WORK 7.1 Shutdowns

Plant shutdowns shall be required for making tapings / interconnections of the new equipment proposed to be installed. These shut down should be planned carefully well in advance to enable the PCDF to take suitable actions for ensuring normal plant operations. The details of shutdowns, the numbers and durations should be worked out and intimated to the PCDF for approval, at least 30 days in advance. The contractor should ensure completion of all the necessary works well within the allowed time so that no inconvenience is caused in regular operation.

7.2 Cleanliness Wherever the contractor is required to work in plant area he should take due care and extra precautions to ensure

absolute cleanliness and minimum hindrance for the plant. 7.3 Change over/hooking

Page 55: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

55 | P a g e

The programs for change over/hooking up plant system should be prepared by the contractor in consultation with local officers of PCDF & submitted for approval of project authority, at least 30 days in advance.

7.4 Modification and rectifications of plant and equipment During work, the contractor shall be required to carry out modifications, repairs / replacements, to accommodate for

the future increase in capacity of the plant. The alterations/modifications not specified in the contract / order and are minor in nature requiring not more than 24 man hours for each item, will be carried out by the contractor at no extra cost. However, if the modifications are of major nature, i.e. requiring more than 24 man hours for each item and if not specified in the contract / order, the contractor shall be paid for such works based on man hour rates, on the basis of minimum wages of various categories of workers, involved for such work. Any additional goods, other than consumables & sundries, used shall be paid for an actual basis, if rate for such items is not separately mentioned in the contract. No overhead charges shall be allowed for such types of alterations / modifications.

8.0 CLEAN UP OF WORKS SITE 8.1 All Soils, filth other materials of an offensive nature taken out of any trench, drain or any other places shall not be

deposited on surfaces, but shall at once be carted away by the contractor from the site of work for proper disposal. 8.2 The contractor shall not store or place the equipment materials or erection tools on the drive ways and passages and

shall take care that his work in no way restricts or impedes traffic or passage of men and materials during erection. The contractor shall without any additional payment, at all time keep the working and storage area used by him free from accumulation of dust or combustible materials, waste materials rubbish packing, wooden materials to avoid fire hazards and hindrance to other works.

8.3 If the contractor fails to comply with these requirements in spite of written instructions from the PCDF, the PCDF will proceed to clear these areas and the expenses incurred by PCDF in this regard shall be payable by the contractor. Before completion of the work, the contractor shall remove or dispose off in a satisfactory manner all scaffolding, temporary structures, waste and debris and leave the promises in a condition satisfactory to the PCDF. Any packing materials received with the equipment shall remain as the property of PCDF and may be used by the contractor on payment of standard charges to the PCDFand with prior approval of the PCDF. At the completion of his work and before final payment, the contractor shall remove and shall restore the site to neat workman like condition at his cost.

9.0 CLEANING CONDITION AND LUBRICANTS The necessary quantities of cleaning chemicals, lubricants, etc. required for the installation and commissioning, testing and start up of all the equipment till handing over are to be supplied the contractor and nothing extra would be paid for these.

10.0 TESTING, COMMISSIONING AND START UP 10.1 The contractor shall operate, maintain and give satisfactory trial run of the plant for a period of continuous 30

days (Thirty Days) at the rated output, after satisfactory commissioning and start-up of the plant. All rectification of damages / defects and routine troubleshooting should be carried out by the contractor. The contractor shall incorporate / execute necessary minor modifications during the trial period for maximizing operational efficiency. The contractor should also execute minor modifications as may be suggested by the manufacturer / PCDF. The contractor shall suggest recommended log sheet proformas for recording necessary operating data and pass it on to the PCDF in proof of satisfactory rated output and performance of the equipments / plant.

10.2 The commissioning shall also include the following for each equipment: 10.2.1 Field dis-assembly and assembly. 10.2.2 Clean out of lubrication system including chemical cleaning wherever required. 10.2.3 Circulation of lubricant to check flow. 10.2.4 Clean out and check out of all the service lines. 10.2.5 Check out and commissioning of instruments, equipment and plants, filtering of transformer and other oils

so that if deteriorated, they shall attain the required properties/standards, specified tests in this regard must be carried out by approved authorities and their satisfactory reports submitted to the PCDFbefore start-up.

10.2.6 Recharging or make-up filling of lubricant oil up to the desired level in the lubrication system of individual machine.

10.2.7 Operation in empty condition to check general operation details wherever required and wherever possible. 10.2.8 Closed loop dynamic testing with water wherever required. 10.2.9 Operation under load and gradual load increase to attain maximum rated output. 10.2.10 Trouble shooting during the trial period.

Page 56: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

56 | P a g e

10.3 The Contractor shall demonstrate proper working of all mechanical and electrical controls; safety and protective device, in presence of the PCDF’S engineer and the same should be duly recorded.

10.4 After conducting testing, in case a particular equipment is not working properly or not giving rated output the Contractor will furnish a detailed report to the PCDF stating therein the detailed account on the performance of the equipment with possible reasons for improper or not working of the same in case such equipment is supplied by PCDF. The PCDFafter receipt of report from the Contractor would take up the matter with the manufacturers and if required would invite the representative of original manufacturers. In case the PCDF considers that the nonperformance of equipment is only due to in-experience of the Contractor, then the charges incurred for the manufacturer’s representative visit would be debited to the Contractor’s account.

10.5 In case of turnkey contracts, the contractor shall furnish a detailed account of the performance of all the

equipments. In case any particular equipment fails to perform properly or at its rated output, then the contractor shall take up the matter with the original manufacturer, under intimation to PCDF. In case PCDF considers it necessary, the contractor shall invite, at his own cost, the technical personnel of the original manufacturer to visit the site & carry out necessary rectification/modifications to get the rated performance. In case the contractor fails to do so within 7 days of receipt of instructions from PCDF, the PCDF shall take necessary action to invite the representatives of the Original manufacturer to visit the site & the cost of such visit(s) shall be debited to the contractor’s account.

10.6 Further before commencement of testing of commissioning, the PCDF reserves the right to invite the original

manufacturer’s representative at the cost of the Contractor for start-up help, assist and guide the Contractor during commissioning in the following cases:

a) The Contractor has no previous experience of commissioning and start-up of the similar equipment. b) The PCDF is of the opinion that the Contractor is not capable to commission and start-up of certain specific

equipment. However, in either of the cases the manufacturer’s representatives would be called with prior information to the

Contractor and the Contractor will have to extend all co-operations to such representatives in good spirit and in the interest of the work.

10.7 After satisfactory commissioning and start-up the Contractor shall keep his representatives under whose

supervision the PCDF’S staff shall be operating and maintaining the plant and equipment for the trial run period of 30 days. The Contractor’s representatives should be present at all times during the running and operation of plant and equipment. During this period the Contractor shall ensure proper working of complete plant and equipment and attend any works required to be done and shall also take complete responsibility for proper operation and maintenance of the complete plant and equipment.

11.0 PAINTING

All the equipment/machineries like motors, pumps, HT / LT panel, transformer, switch boards, starters, junction boxes, isolators, storage tanks, supporting structures, pipe supports and MS / GI pipes and all exposed and visible iron parts included in the scope off erection / commissioning shall be given double coat of paint of approved shade over a double coat of anti-corrosive primer wherever necessary. Irrespective of the condition of original paint of equipment / machineries / structures / supports. All surfaces wherever required must be properly cleaned from scale, dirt and grease prior to painting. Spray painting must preferably be used on all the equipment / machineries and wherever practicable. Suitable and necessary cleaning / wiping of sight / 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 Contractor. Lettering and other markings, including capacity and flow direction markings, shall also be carried out by the Contractor on the tanks, pipe lines, starter’s, motors, isolators and wherever else necessary, as directed and as per the standard practice of installation. ISI colour codes and colour charts as mentioned in Annexure-III must be adhered to. Supply of all paints and all other materials required it included in the scope of supply of the Contractor under this contract/order.

Page 57: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

57 | P a g e

12.0 TRAINING OF PERSONNEL Necessary staff as may be deputed by the PCDF shall be trained by the Contractor for operating the plant. The personnel will be associated for the training during the installation, testing, commissioning, start-up and trial run period and the training tenure shall be extended for a minimum period of one month from the date of commissioning and start-up.

Page 58: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

58 | P a g e

GENERAL GUIDELINES OF SPECIFICATIONS FOR PIPES AND FITTINGS.

Sl. No.

Type of piping Pipe and fittings Valves Erection

6 Refrigerant system Piping (30 Deg Cent & below)

Hot furnished seamless steel pipes ASTM A 333 Grade-1

Globe valve suitable for refrigerant piping

Welded type first route run by TIG welding with purge of argon nitrogen gas inside the pipes and subsequently runs by argon arc welding with purge of gas.

Sl. No.

Type of piping Pipe and fittings Valves Erection

1 H.P. steam piping (IBR approved & stamped

Seamless, MS heavy duty schedule 40 ASTM A 53

Cast iron body globe valve /NRV with SS working parts, flanged type above 20mm NB , & below.

Piping to be welded type with flanged wherever required

2 L.P. stem piping ERW MS heavy duty (C Class) BIS 1239:3601

Cast iron body globe valve /NRV with SS working parts, flanged type above 20mm NB, screw type 20mm NB & below. For size upto 25mm NB cast steel body ball valves with SS working parts, 3 section design, weld-able end type can also be used.

Piping to be welded type with flanged wherever required

3 Water Piping (Water Supply, Chilled Water, Cooling & Glycol)

Galvanized steel medium duty (B class) BIS 1239:3601,4736

Cast iron body butterfly valve water type with EPDM seat for sizes 50mm and above For size upto 40mm NB cast steel body ball valves with SS working parts, 3 section design, weld-able end type can also be used.

Piping to be welded type with flanged wherever required.

4 LSHS/FO piping ERW MS heavy duty (C Class) BIS 1239:3601

Cast iron body butterfly valve water type with BLACK Nitrile seat for sizes 50mm NB and above Cast steel body ball valves with SS working parts, 3 section design, weld-able end type (for sizes 25mm NB & below)

Piping to be welded type with flanged wherever required.

5 Air piping ERW MS heavy duty (C Class) BIS 1239:3601

Cast iron steel body NRV Gunmetal working parts, flanged type. Cast steel body ball valves with SS working parts, 3 section design, weld-able end type

Piping to be welded type with flanged wherever required

Page 59: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

59 | P a g e

7 Refrigerant Piping ERW MS heavy duty (C Class) BIS 1239:3601

Globe Valve Suitable For Refrigerant Piping

Piping to be welded type with flanged wherever required

8 Edible oil piping ERW MS heavy duty (B Class) BIS 1239:3601

Cast iron body butterfly valve water type with EPDM seat for sizes 50mm NB and above Cast steel body ball valves with SS working parts, 3 section design, weld-able end type (for sizes 50mm NB & below.

Piping to be welded type with flanged wherever required

9 Piping (Dairy) TIG welded, annealed and de-scaled AISI-304 pipes, mirror polished on outside, inner surface pickled as per dairy standard. Thickness 1.65mm for pipes upto 63.5mm dia and 2.0mm for higher size ASTM -A270

Stainless steel completely, plug type valve with union or as specified in the drawings.

All milk/ cream /product pipelines to be joint by SMS union, CIP lines with welded joints with argon arc welding to be added with grinding and polishing. For milk lines welding can be adjusted after trial specific application.

Page 60: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

60 | P a g e

Annexure I MAKES OF BOUGHT OUT ITEMS:

Sl. No. Name Of Item Makes selected by Contractor

1. Steam piping

a) MS ‘C’ class pipes (seamless)

b) Cast steel globe valves

c) Bronze globe valves

d) Non-return valves

e) Pressure reducing valves, safety valves, Expansion joints and other steam fittings.

f) Pressure and temperature gauges

2. Furnace oil piping/air piping a) MS ‘C’ class pipes (seamless)

b) Cast steel globes/bronze globe/

Gunmetal gate valve

c) Pressure gauges

3. Water piping a) GI ‘B’ class pipe

b) CI globe valve

c) Gun metal gate valve

d) Gun metal globe valves/strainers/

Non-return valves

e) Water pump

4. Insulation Materials a) Expanded polystyrene b) Glass/mineral wool Important note: The makes of each and every brought out shall be approved by the consultant and contractor should supply the materials/items of approved makes only.

Page 61: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

61 | P a g e

MOTOR CONTROL CENTRE

1.0 FUNCTIONAL REQUIREMENTS: To receive control and distribute electrical power at 440V, 50Hz, AC in a sheet steel housing.

2.0 Design Requirement and Scope of supply: 2.1 Statutory Requirements:

Motor control center is to be manufactured / assembled as per the latest ISI specification. Indian Electricity Rules, including special requirements of concerned State Electricity Inspectorate and the detailed specification mentioned below:

2.2 Housing details: 2.2.1 The Switch Board shall be fabricated out of 14 SWG Sheet Steel and shall front open able Panels arranged to

form 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 and cable alleys covers shall be bolted type.

2.2.2 The Switch Board shall be totally enclosed, dust, weather and vermin proof. Gaskets of durable materials 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.

2.2.3 All hardware shall be corrosion resistant. All joints and connections shall be made by galvanized zinc passivated

or cadmium plated high tensile strength steel bolts, nuts and washers secured against loosening. 2.2.4 The Switchboard shall be cubical design (each feeder components are housed in individual cubical). Suitable

cable and bus bar alleys shall be provided. All components of the switchboard shall be approached from front. Supporting arrangements for dressing of power and control cables in cable alleys also shall be provided.

2.2.5 Painting: All metal surface 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 shade of automobile paint Supplier shall obtain details of approved paint from the purchaser before final painting.

The finished panels shall be dried in storing ovens in dust free atmosphere. Panel finish shall be free from imperfections hike pinholes, orange peels, run-off paint etc.

All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust, corrosion etc.

2.2.6 Name Plates:

Nameplates for all incoming and outgoing feeders shall be provided on doors of each compartment. Nameplates shall be fixed by screws only and not; by adhesives. Special danger plates shall be provided as per requirement. Inside the panels, stickers should be provided for all components giving identification no. as per detailed wiring diagram.

2.3 Busbar sizing connection and supports:

The bus bars shall be made from high conductivity electrolytic aluminum confining to grade E 91 E of IS 5082. The bus bars and supports shall be capable of withstanding the rated and short circuit current. Minimum size of main power bus bars shall be 200 Amps rating maximum current density permissible for aluminum bus bars shall be 0.8

Page 62: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

62 | P a g e

Amps sq mm. An earthing bus bar of minimum 150 sq mm section aluminum shall be provided outside panel at bottom through out the length of the panel.

2.3.1 The bus bars shall be provided with heat shrinkable insulating sleeve. Supports for bursars shall be made of suitable

size nylon sheets/epoxy compound blocks and these should be adequate in number so as to avoid any sag in the bus bars.

2.3.2 Minimum clearance between phase to phase shall be 25 mm and that between phase to neutral/ earth shall be 20 mm.

2.4 Power connection:

2.4.1 For power interconnection within the panel board:

Copper conductor PVC insulated cables of adequate cross section shall be used . For current rating above 63 Amps aluminum bus bar strips of adequate rating shall be used. Minimum size of copper conductor to be used shall be 2.5 sq. mm cable lugs/sockets of suitable size and type shall be used for all interconnections.

2.4.2 For all aluminum to copper connections: The copper surface will be silver plate and the aluminum surface will be

properly cleaned and supplied with oxide inhabiting grease.

2.4.3 For each outgoing motor (up to 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 suppliers.

2.4.4 To prevent accidental contacts all interconnecting cables/bus bars and all

terminals also shall be shrouded.

2.4.5 Standard colour code of red, yel1ow and blue for phases and black for neutral to be followed for all bus bars/conductors.

2.5 Auxiliary wiring and terminals:

2.5.1 Wiring for all controls, protection, metering, signaling etc. inside the switchboard shall be done with 650 V gray colour PVC insulated copper conductors. Minimum size of these conductors shall be 1.5 sq.mm control wiring to components fixed on doors shall be flexible type.

2.5.2 The complete panel would be sub-divided into different sections by purchaser & 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. Supplier shall do control wiring up to these terminal block.

2.5.3 All control wiring should be provided with necessary cable sockets/lugs at both ends.

2.5.4 Conductors shall be terminated using compression type lugs. Each termination shall be identified at both the ends by PVC

ferrules. The identification termination numbers should match with those on drawings.

2.5.5 Control wiring for motor feeders should be such that the "green" light of motor feeder is "ON " only when control as well as power circuit of feeders is "ON" and it shall have its own fuse.

2.6 Switch gears:

2.6.1 Switches:

Page 63: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

63 | P a g e

Switches shall be load break, heavy duty, air break having continuous maximum rating type with manual quick

make/break mechanism. Mechanical interlock shall be provided to prevent opening of door in switch "closed" position and prevent closing of switch in door "open" position. However, it should be possible to defeat this arrangement for testing purpose.

2.6.2 Fuses:

These shall be HRC cartridge link type with operation indicator, which will be visible without removing fuses for the service. These shall be completed with moulded phenolic fuse base and cover.

2.6.3 Contactors:

The rating of the power contactors shall be as required depending upon the feeder rating indicated in the specifications and as per the table given at 2.7.4 below. Contactor coils shall be suitable for 240 Volts, 50 Hz. unless otherwise specified. All contactors shall be supplied with minimum 2 NO + 2 NC auxiliary contacts. Additional contacts if required, for interlocking etc, shall also be provided.

3.6.1 Protective Devices:

3.6.2 Bimetal overload relays shall be provided for all motor feeders. The relays shall be adjustable and self reset type.

Any other relays, if required for motor feeders shall be specified in the feeder details.

3.6.3 Timer:

The timers shall be electronic type, suitable for 240 V, 50Hz. Supply.

2.6.6 Push Buttons (PBs): Push buttons shall be with contact elements shall be generally mounted on open able covers. Colours shall be as

follow: Stop/Open/Emergency - Red

Start Close - Green

It should have minimum 1 NO + 1 NC contacts. Push buttons with built-indication lamps shall also be accepted in which case separate indication lamps are not required.

2.6.7 Indication Lamps: Colours shall be as under : Phases : Red, Yellow & Blue. Open Stop/Emergency : Red Close/Start : Green

Indication lamps shall be bunch of LED type and suitable for 240 volts AC supply.

2.7 Special Requirements:

2. 7.1 All motor feeders above 10 HP shall have automatic Star Delta starters and up to 10 HP shall have DOL starters unless specified otherwise.

Page 64: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

64 | P a g e

2.7.2 All motor feeders up to 60 HP shall be provided with switch fuse unit and above 60 HP MCCB's with a minimum breaking capacity of 40 KA shall be provided.

2.7.3 All the power contactors of Star-Delta starters shall have same current rating.

2.7.4 The following selection table shall be followed for starters of motor feeders unless otherwise specified:

---------------------------------------------------------------------------------------------------------------------------- Sl 415v Contractors Switch/MCCB NO Motor HP Rating Amps. Rating Amps. -------------------------------------------------------------------------------------------------------------------------- 1. 0 to 10.0 HP 16 25 2. 15HP 16 63 3. 20 to 25 HP 25 63 4. 30HP 32 100 5. 40 to 50HP 40 100 6. 60HP 63 100 7. 75HP 63 200 8. 100 to 125 HP 125 200 9. 150 to 175 HP 125 200 ---------------------------------------------------------------------------------------------------------------------------- For capacitors, rating of contactors/switch shall be double of rated current of capacitor.

2.7.5 For incoming feeder of rating higher than 600 Amps.. ACB shall be provided unless otherwise stated in the

feeder details. 2.7.6 If the outgoing feeder rating is higher than 100 Amps. MCCB shall be provided unless stated otherwise and

preferably the shall be located at the lower portion of the panel. These feeders shall also have isolating link for neutral.

Whenever remote control is to be provided for motor feeders, only Red Push Button For ‘OFF' shall be provided on the MCC.

2.7.8 Motor starters shall be suitable for AC duty unless specified otherwise.

2.7.9 Maximum length of a shipping section of the panel shall be 2500 mm.

2.7.10 Bidders should specify maximum two "makes" of the following items in order of reference:

1. Contactors 2. Starter realy 3. Timers 4. Switch fuse units 5. MCBs

Page 65: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

65 | P a g e

6. Push Buttons 7. Indicating lamps 8. Control and power wires 9. Terminal blocks 10. Instruments 11. Instrument Transformers

All the major components of a MCC shall be of same "Make".

2.7.11 All feeders above 10 HP shall be provided with CT operated ammeter of suitable range and with a selector

switch. The Supplier should prepare and get the purchaser's approval of the following drawings in respect of each of the panels prior to taking up fabrication

2.7.12

a) General arrangement drawing. b) Power circuit drawing. c) Control wiring drawing. d) MCC for product (Wall mounting type):- One No.

All Cable Entry from Top

Page 66: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

66 | P a g e

SECTION V:

SCHEDULE OF REQUIREMENTS

Page 67: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

67 | P a g e

SCHEDULE OF REQUIREMENTS

SECTION III (B) : SCHEDULE OF REQUIREMENTS (As per Web-NIT & Technical Specification)

Schedule No.

Item Nos

Brief Description Capacity Qty. Delivery Schedule

Destination

The bidder should give their Bid proposal considering our Technical

Specification only ,

Page 68: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

68 | P a g e

SECTION VI:

TECHNICAL SPECIFICATIONS

Page 69: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

69 | P a g e

Page 70: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

70 | P a g e

Page 71: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

71 | P a g e

Page 72: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

72 | P a g e

SECTION VIII: BID SECURITY FORM (PAGE DELETED)

Whereas ...........................1 (hereinafter called “the Bidder”) has submitted its bid dated ...................... (date of

submission of bid) for the supply of ................................. (name and/or description of the goods) (hereinafter called “the

Bid”). KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of .................. (name of country), having

our registered office at .................. (address of bank) (hereinafter called “the Bank”), are bound unto .............................

(name of Purchaser) (hereinafter called “the Purchaser”) in the sum of _______________________ for which payment

well and truly to be made to the said Purchaser, the Bank binds itself, its successors, and assigns by these presents. Sealed

with the Common Seal of the said Bank this ____ day of _________ 20 ____. THE CONDITIONS of this obligation are:

1. If the Bidder

(a) withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or (b) does not accept the correction of errors in accordance with the ITB; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of bid validity:

(a) Fails or refuses to execute the Contract Form if required; or (b) Fails or refuses to furnish the performance security, in accordance with the Instruction to Bidders;

we undertake to pay the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity, and any demand in respect thereof should reach the Bank not later than the above date.

...................................

(Signature of the Bank)

_________________________________ 1 Name of Bidder

Page 73: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

73 | P a g e

SECTION IX:

CONTRACT FORM

Page 74: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

74 | P a g e

SECTION IX: CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 20... Between .......................... (Name of purchaser) of

.............. (Country of Purchaser) (Hereinafter called "the Purchaser") of the one part and ..................... (Name of

Supplier) of ......................... (City and Country of Supplier) (Hereinafter called "the Supplier") of the other part:

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz.,..................................... (Brief

Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those goods and services in

the sum of .............................. (Contract Price in Words and Figures) (hereinafter called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Purchaser's Notification of Award. 3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the

Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as under: _____________________________________________________________________________________ SL. BRIEF QUANTITY TO UNIT Total DELIVERY TERMS NO. DESCRIPTION OF BE SUPPLIED PRICE PRICE GOODS & SERVICES _____________________________________________________________________________________ _____________________________________________________________________________________

TOTAL VALUE:

DELIVERY SCHEDULE:

Page 75: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

75 | P a g e

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Supplier) in the presence of:.......................................

Page 76: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

76 | P a g e

SECTION X:

PERFORMANCE SECURITY FORMS

Page 77: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

77 | P a g e

SECTION X / 1

PERFORMANCE SECURITY FORM

To: (Name of Purchaser) WHEREAS ................................................................... (Name of Supplier) hereinafter called "the Supplier" has undertaken , in pursuance of Contract (Notification of Award) No................. dated,........... 20... to supply...................... .................................................(Description of Goods and Services) hereinafter called "the Contract". AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's performance obligations in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a Guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of ................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the ........day of...................20.................... Signature and Seal of Guarantors .............................................. .............................................. .............................................. Date......................20............ Address:............................... ............................................. .............................................

Page 78: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

78 | P a g e

SECTION XI:

PERFORMANCE STATEMENT

Page 79: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

79 | P a g e

SECTION XI

Please see Clause 13.3 (b) (ii) of Instructions to Bidders

Performa for Performance Statement (for a period of the last three years)

Bid No_____________ Date of opening____________________ Time_______ House

Name of Firm _______________________________________________________________________________ Order placed

by (full address of Purchaser)

(Order No. and

date)

Description and quantity of ordered equipment

Value of order

Date of completion of delivery

Remarks indicating reasons for

the late delivery, if

any

Has the equipment been satisfactorily

functioning? (Attach a certificate from the Purchase/Consignee)

As per contract

Actual

1 2 3 4 5 6 7 8

Signature and seal of the Bidder ___________________________________________________________ ___________________________________________________________

Page 80: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

80 | P a g e

SECTION XII (Please see Clause 13.3(a) of Instructions to Bidders) MANUFACTURERS' AUTHORIZATION FORM No. Dated To Dear Sir: NIT No. We who are established and reputable manufacturers of (name and descriptions of goods offered) having factories at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against the above IFB. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract and Clause 10 of the Special Conditions of Contract for the goods and services offered for supply by the above firm against this IFB. Yours faithfully, (Name)

(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the Bidder in its bid.

(The item or items for which this is required should be specified by Purchaser.)

Page 81: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

81 | P a g e

SECTION XIV, SERVICE SUPPORT DETAILS

(CLAUSE 13.3 OF INSTRUCTIONS TO BIDDERS)

Pack No. Destination Location Phone No. Telex/Fax No. Status of Office Working Days

and Hours

Signature and Seal of the Manufacturer/Bidder

Page 82: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

82 | P a g e

SECTION XV

CAPABILITY STATEMENT (CS)

1. Name & Address of the Bidder Phone: 2. Classifications (1) Manufacturer (2) Authorized Agent (3) Dealer (4) Others (please specify) 3. Plant: (a) Location (b) Description, Type & size of building (c) Is property on lease or free hold? If on lease indicate date of expiry of lease in such case 4. Type of equipment manufactured and supplied during last 2 years. Name of Capacity/ Nos. manufactured Nos. of orders on hand equipment Size 5. Types of equipment supplied during last 2 years other than those covered under 4 above. Name of Capacity Name of Manufacturers Total Nos. No. of orders equipment size & model & country of origin supplied in India on hand 6. Turnover for similar equipments sold in last two years. 7. Details of Testing facilities available a) List testing equipment available b) Give details of tests which can be carried out on items offered. c) Details of the testing organization available

Page 83: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

83 | P a g e

8. Personnel/Organization: Give Organization chart for following indicating clearly the No. of employees at various levels. 0. Quality assurance 1. Production 2. Marketing 3. Service 4. Spare parts 5. Administrative 9. Nearest service centers to each of the destination installations: Location _____________________________ Phone No. _______________________ Year of Establishment __________________ 10. Details of Organization at Service Centre a) No. of skilled employees __________________________ b) No. of Unskilled employees __________________________ c) No. of Engineering employees __________________________ d) No. of Administrative employees __________________________ e) List of special repair/workshop facilities available ___________________________ f) The storage space available for spare parts (sq.m.) ___________________________ g) Value of minimum stock of spares available at all the service centers in respective currency ___________________________ h) Value of the modes/types by number of equipment serviced by the centre in the last 2 years ___________________________ 11. Names of two buyers to whom similar equipment was supplied in the past and to whom reference may

be made by the Purchaser regarding the bidder’s technical and delivery ability. 1) ____________________________ 2) ____________________________ 12. Technical Details (Clause 14 of ITB)

Page 84: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

84 | P a g e

SECTION XVI

TECHNICAL DEVIATION STATEMENT

We hereby confirm that the SITC of equipment shall be done as per tender specification only ,without any technical deviation .This supersede any/all the technically deviated condition if mentioned by us in the bid document.

(Seal & sign of tenderer)

Page 85: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

85 | P a g e

PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29 PARK ROAD, LUCKNOW-226 001

(Ph. No.# 0522- 2236469)

FINANCIAL BID PART-II

Tender for Supply, Installation, Testing & Commissioning of: Milk Packing Machine 2500 PPH

At DUSS ltd., Azamgarh

*READ THE TENDER TERMS & CONDITIONS CAREFULLY

Incharge (Materials)

Page 86: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

86 | P a g e

SECTION VII:

BID FORM AND PRICE

SCHEDULE

Page 87: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

87 | P a g e

SECTION VII: BID FORM Date :........................................ NIT No :.................................... TO: (Name and address of purchaser) Gentlemen and/or Ladies : Having examined the Bidding Documents including Addenda Nos............... [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver....................................................... (Description of Goods and Services) in conformity with the said bidding documents for the sum of ..................………………………………………………………………. (Total bid amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10 percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser. We agree to abide by this bid for the Bid validity period specified in Clause 16.1 of the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below : Amount Rupees Name and Purpose of Commission address of agent or gratuity _______________________________________________________________________________ (if none, state “none”). Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery. We understand that you are not bound to accept the lowest or any bid you may receive. We clarify/confirm that we comply with the eligibility requirements as per ITB Clause 2 of the bidding documents. Dated this ....... day of ............................ 20 ..... _________________________________ ___________________________________ (signature) (in the capacity of) Duly authorized to sign Bid for and on behalf of _________________________________________

Page 88: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

88 | P a g e

Managing Director, Pradeshik Cooperative Dairy Federation Ltd., 29-Park Road, Lucknow-226001.

Sub:- Bid for the Dear Sir,

With reference to the invitation to NIT Ref. No.:.......................................................... Dated : ......................... for the above mentioned item, we hereby offer our rates ............................................................... located all over U.P.Our rate is based on enclosed specifications, as per the terms and conditions given in this bid documents, and those as detailed below.

1. Net Rate:-

S.N. DESCRIPTION OFFERED

MAKE/ BRAND

QTY. Unit Rate (Rs.)

TOTAL PRICE (Rs.)

1 BASIC PRICE

2 MISCELLANEOUS

(a) Packing & Forwarding

(b) Excise Duty @ ……%

(c) Insurance @ ……%

(d) CST/ VAT @ ……%

(e) Total F.O.R. Price inclusive of all

(f) Installation, Testing & Commissioning charges

(g) Service Tax @ ……% on (f)

3 Grand Total

2. Price Basis:- Rates are on the basis of F.O.R destination . 3. Excise Duty :-Rates are inclusive of Excise Duty @....on the base price of Rs............... OR Exempted from Excise Duty 4. Service/Commercial Tax :- @……...% against Form........ is included in the quoted rate. In case Form.... is not

given....% will be charged extra. OR Service/Commercial Tax not applicable. 5. Octroi :- Abolished in U.P. 6. Lead Time:- SITC shall be made strictly as per delivery schedule i.e. after 60 days from the date of receipt of

confirm Purchase order and Form-38 (if applicable) whichever is later by us. 7. Validity of Bid :- 120 days from the date of opening of Bid. 8. Terms of payment:-

Payment for supply, installation, testing and commissioning(SITC) contract. Following terms of payment would be applicable to this order subject to Supplier/Bidder having furnished performance security within stipulated time period for 10% of the Contract value for the due fulfilment of

Page 89: PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.paragmilkup.in/upload/ResultDownload/BID Doc2c3540ba-d46f-443d-9… · Pradeshik Cooperative Dairy Federation Ltd. 29, Park Road, Lucknow-

89 | P a g e

this contract in form of DD / Bank Guarantee valid for the period covering contractual agreement from Nationalised Bank

8.1 Supply Components (Under SITC) only:- After submission of Performance Security, the Supplier/Bidder will be entitled for an advance of 30% of the

FOR order value on supply component only against the submission of equivalent Bank Guarantee valid upto supply period issued by Nationalised Bank in the enclosed proforma given at Annexure- The execution of agreement in the format at Annexure- is also a precondition for entitlement of advance.

50% of the F.O.R. order value of Supply portion (80% in case of the Supplier/Bidder who has not taken advance) on safe receipt of complete goods at site within 30 days from the date of receipt of the goods at site & receipt of invoice/bill. Here again the execution of agreement and submission of Performance Security will be a precondition for release of payment .However,if the Supplier/Bidder fails to submit performance security in time, payment shall be released after retaining performance security amount from the bill submitted by the Supplier/Bidder.

The Bank Guarantee deposited against 30% advance payment will be released by PCDF once the advance is fully recovered / adjusted after completion of supply.

The 20% balance amount of the FOR order value of Supply portion shall be released after completion of the installation , testing and commissioning of items.

If the site clearance is not given by the expiry of delivery schedule as per the contract/purchase order, balance 20% payment on supply component may be made against a bank guarantee of an equivalent amount from a nationalised bank valid for period of two years.

8.2 Installation, testing and commissioning component only:- 75% payment on installation of the equipment . 25% balance payment on testing and commissioning of the plant.

9. Earnest Money:- We are depositing Earnest Money i.e. amount of Rs……………. (Rs.....................only) with you, as per the details given below, which amount is not to bear any interest and we hereby agree that this amount shall be forfeited in the event of your acceptance of the bid and our failure to execute the contract when called upon to do so. S,No. Nature of Deposition No. & Date Amount

10. Penal Clause:- We accept the penal clause mentioned in the bid documents unconditionally. 11. Security Money :- We shall deposit Rs.....……….. or to be intimated by us as security money immediately

within 30 days from the date of receipt of Letter of Intent by us. The Security money will be returned by you after contract period on completion of contract successfully. We understand that this amount is not to bear any interest.

12. Material :- We ensure to supply the material strictly as per your specification (as per enclosed specification) and demand.

We have satisfied ourselves as to the destination of the supply and carefully perused the terms and conditions of the bid documents specification and we hereby confirm to affect the supply at your various consignee places as per the delivery schedule to be provided by you or on your behalf. The rates are inclusive of all taxes.

We understand that you are not Bound to accept the lowest or any bid you may receive. We also understand that you will not accept those Bids which are not in conformity to the prescribed terms and conditions.

Thanking you. Date: Yours truly,

Postal Address:

Name:………………………..

Seal:

Telephone No. : .......................

Mo. No.: .......................