View
0
Download
0
Category
Preview:
Citation preview
1
SUPPLY, ERECTION AND COMMISSIONING OF DAIRY
EQUIPMENTS / REFRIGERATION/GENSET/WATER
SOFTENER AND ITS ACCESSORIES FOR VELLORE
DAIRY AND ITS CHILLING CENTRES.
TENDER REF.NO: 5808/B1/2013.
PART – I
TECHNICAL BID
THE VELLORE – T.V.MALAI DIST. COOP. MILK PRODS.’ UNION LTD., VELLORE
Tender document issued to M/s.___________ ___________________________________
Cost of Tender document remitted under receipt No. __________ date ___________
(Or) Tender downloaded from website on …………………… at free of cost
2
THE VELLORE – TIRUVANNAMALAI DISTRICT
COOPERATIVE MILK PRODUCERS’ UNION LTD., VELLORE-9
TENDER DOCUMENT TECHNICAL BID
PART – I
SUPPLY, ERECTION AND COMMISSIONING OF DAIRY
EQUIPMENTS/ REFRIGERATION/GENSET/WATER
SOFTENER AND ITS ACCESSORIES FOR VELLORE DAIRY
AND ITS CHILLING CENTRES.
Sale of tender documents : From 28.11.2013 to 27.12.2013 11.00 a.m. to 3.00 p.m. Sale of tender documents by post : From 28.11.13 to 26.12.13 Pre-bid meeting : 18.12.2013 at 11.00 a.m. Due date of receipt of tender document : 30.12.2013 Up to 3.00 p.m. Date and time of tender opening : 30.12.2013 at 3.30 p.m.
The venue of Pre-bid & tender opening : O/O General Manager VTDCMPU Ltd.,
Vellore
3
1. TWO PART TENDER APPLICATION
From To M/s. The General Manager,
Vellore – T.V.Malai Dist. Coop. Milk Prods.’ Union Ltd., Vellore-9
Sir, Sub: Two part tender - Supply, erection and commissioning of
Dairy equipments/ refrigeration / genset / water softener and its accessories for Vellore dairy and its Chilling Centres- Submission of Documents - Regarding <><><>
Having examined the two part tender documents consisting of Part I technical bid pertaining to pre-qualification and part II commercial bid with price quote, I/We hereby submit all the necessary documents and relevant information for bidding the above mentioned tender. The application is made by me/us on behalf of ……………………… ……….. in the capacity of ………………. duly authorized to submit this two part tender offer. Necessary evidence admissible in law in respect of authority assigned to me on behalf of the bidding firm is herewith attached. I submit the documents herewith taking into consideration of all the instructions, terms and conditions in the detailed two part tender notice.
I/We understand that the General Manager, VTDCMPU Ltd., Vellore reserves the right to reject any tender offer fully or partly without assigning any reasons thereof.
I / We hereby agree to hold the tender offer valid for acceptance for a period of 120 days from the date of opening of Part – I – Technical bid Signature of the Applicant
including title capacity
(NAME IN BLOCK LETTERS) Enclosures:
1. Evidence of authority to sign 2. Latest brochures if any 3. Part I pre-qualification – Technical bid in separate sealed cover 4. Part II commercial bid with price quote in separate sealed cover. 5. Part I & II (Sl. No 3 & 4) Covers are sealed and to be kept in one cover
and to be sealed.
4
2. INSTRUCTIONS TO THE TENDERERS
This two part tender document consists of:
Part I – Technical Bid for Pre-Qualifying
Part II – Commercial bid for price-quote schedule.
2.1 Read all the terms and conditions of the two part tender before to
start filling up.
2.2 The tenderers are to submit the original set of the two part tender
(both Part – I – Technical Bid and Part II Commercial Bid) duly filled
in, attach necessary documents and are advised to retain the
duplicate set of documents for records.
2.3 The part I – Technical Bid for Pre-qualification consisting of
pages………and the Part II – Commercial bid for price-quote schedule
consisting of pages……. should be submitted in two different covers
duly super scribed as Tender for the “Supply, erection and
commissioning of Dairy equipments / refrigeration / genset /
water softener and its accessories for Vellore Dairy and Chilling
Centers and again put both the sealed technical bid cover and
commercial bid cover in a larger wax sealed cover duly superscribed
as “Supply, erection and commissioning of the dairy equipments
/ refrigeration / genset / water softener with its accessories for -
---“ (Name of the machineries should be mentioned) and addressed to
“The General Manager, Vellore – Tiruvannamalai District co-operative
Milk Producers’ Union Ltd., No. 142, Arcot Salai, Sathuvachari,
Vellore -9 either in person or by post so as to reach on or before the
time and date specified. Tenders received after the specified date and
time shall be summarily rejected.
2.4 The tenderer shall submit tenders in person or by post or courier or as
per TNTT Rule.
I agree to abide by the above instructions
SIGNATURE OF THE TENDERER
5
2.5 a). If the envelope is not sealed and super-scribed as instructed, no
responsibility will be assumed for any misplacement of tender or
premature opening of the envelope or parcel.
b). Telegraphic / FAX Tenders will not be accepted.
2.6 The quantities mentioned in the tender document are approximate.
The tender accepting authority shall be permitted to vary the
quantities finally ordered and execute the work through the contractor
to the extent of 25% (Twenty five percent) either way of the
requirements.
2.7 Go through the check slip given and ensure compliance of the
terms and conditions.
2.8 The tenderer is specifically informed that all the pages in both Part I –
Technical Bid and part II – Commercial Bid should be signed at the
bottom of each page without any omission by the authorized signatory
with name and seal of the firm.
2.9 The signatory of the tender should indicate his/their status in which
he/they have signed and submit necessary documentary proof
admissible in law in respect of such authority assigned to him/them
by the firm.
2.10 If the Qualification application is made by a FIRM in partnership, it
shall be signed by all the partners of the firm with their full names
and current address or by a partner authorized by the firm (either as
per Articles of the Deed of Partnership / by power of attorney)- for
signing in Tenders, Agreements etc. In which case, certified copy of
the Registered deed of Partnership along with the current address of
all the partners and a certified photocopy of the Registered Power of
Attorney issued in favour of the Signatory, should be produced.
I agree to abide by the above instructions
SIGNATURE OF THE TENDERER
6
2.11 If the Qualification Application is made by a Limited Company or a
Limited Corporation, it shall be signed by a duly authorized person
holding the Power of attorney for signing the application, in which
case, the certified copy of the power of attorney shall accompany the
qualification application. Such limited company or corporation shall
also furnish satisfactory evidence of its’ existence along with the
Qualification schedule.
2.12 The tenderer who are downloading the document from the web
site are instructed to check the web site for corrigendum after
the date of pre-bid meeting, for any amendments (pre-bid –
minutes) (if any issued) They are instructed to down load the
above amendments and enclose it along with the technical bid
document duly authenticating while submitting without fail.
Failure to submit the pre-bid minutes will lead to rejection of the
tender offer.
2.13 Detailed evaluation done on the basis of the Documents / Records /
Evidences / Certificates produced by the Applicant in the Technical
Bid.
I agree to abide by the above instructions
SIGNATURE OF THE TENDERER
7
3. INTRODUCTION
TWO PART TENDER for “Supply, erection and commissioning of
Dairy equipments / refrigeration / genset / water softener and its
accessories for Vellore Dairy and its Chilling Centres.
This TWO PART TENDER contains the schedules as indicated in the
index.
1. Pre-bid meeting 2. Last date and time for
submission of the two part tender – both technical and commercial bids.
3. Date and time of opening of
Part I Pre qualification tender – Technical Bids
4. Place of Opening of Part I
tender pre-qualification cum technical bid
5. Date and time of opening of Part II tender commercial bids.
11.00 a.m. on 18.12 .2013 3.00 p.m. on 30.12.2013 3.30 p.m. on 30.12.2013 O/o. General Manager, Vellore – T.V.Malai Dist. Coop. Milk Prods.’ Union Ltd., Sathuvachari, Vellore-9 Will be normally opened within 60 days from the date of opening of Part I pre qualifications-technical bids in respect of those who are found and declared as qualified, eligible and short listed as per technical parameters and terms and conditions of pre qualification bid. The date of opening of commercial bid will be informed to the eligible tenderers.
Noted the above
SIGNATURE OF THE TENDERER
8
4. GENERAL TERMS & CONDITIONS 4.1. Tender under sealed two part tender system (i.e) Technical Bid
(Prequalification) & Price Bid (item rate tenders) are invited by the
General Manager, Vellore Thiruvannamalai District Co – Op Milk
Producers Union Ltd., for the Supply, erection and commissioning of
Dairy equipments/ refrigeration / genset / water softener and its
accessories for Vellore Dairy and its Chilling Centers,.
4.2
4.2.1. The tenderer should be manufacturer / supplier of following Dairy
Equipments/refrigeration/genset/water softener and its
accessories.
Sl.No Name of equipment
DAIRY EQUIPMENTS.
1 20 KLPH Milk Chiller
2 3 KL Single circuit Fully automatic CIP system
3 425 ltrs. Can scrubber
GENSET
4 500 KVA Generator
5 100 KVA – Generator
REFRIGERATION
6 7x7 Frick or Vilter or Kirlosker KCX-3 compressor
7 40 TR Atmospheric Condenser
WATER SOFTENER
8 2000 ltrs./hr.Water Softener
9 6000 ltrs./hr.Water Softener including civil work
4.2.2. Separate tender form should be submitted for each item. 4.2.3. The tenderer should have previous experience in having supplied and
erected the dairy equipments/refrigeration/genset /water softener with its accessories in India either to any cooperative institution or reputed dairies / firms need to the tender.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
9
4.2.4. The performance report for above such supply and erection from the
reputed purchaser shall be enclosed in the technical bid part – I. The
performance certificate received from purchaser / client should be of
within a period of 3 years.
4.2.5. The Tenderer should have minimum experience of 5 Years in the
manufacturing / supply and erection of Dairy equipments/
refrigeration / genset / water softener and its accessories and
copies of Registration of firms with list of activities/Sales tax
registration certificate etc. should be enclosed as supporting
document.
4.2.6. If the tenderer is an authorized dealer / suppliers of manufacturer,
the tenderer shall furnish the authorization letter from the
manufacturer for supply of The dairy equipments / refrigeration /
genset / water softener and its accessories .
4.2.7. If the tenderer is an authorized dealer / suppliers for the Dairy
equipments/refrigeration/genset/water softener and its
accessories then the experience of the manufacturer for supply of the
dairy equipments/ refrigeration/genset / water softener and its
accessories and their performance shall be taken for evaluation of
technical bids, even if the supply has been made either by the
manufacturer directly or through other agencies.
4.3.
4.3.1 PART I TECHNICAL BID, wherein the pre-qualification, based on
various factors such as supply, capacity etc., suitability and eligibility
of the tenderer will be evaluated, considered and decided prior to
opening of commercial Bids under PART II of the tender.
4.3.2. THE PART I technical bid shall be opened on 30.12.2013 at 3.30 pm. In the presence of the tenderers or their authorized representative who opt to be present during the opening.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
10
4.4
4.4.1. The PART II Commercial Bid of the tenderers who do not satisfy
any/all the terms and conditions specifically so mentioned under
PART I technical, shall not be considered and shall not be opened as
non responsive.
4.4.2. PART II Commercial Bid, wherein the rates tendered by those who
qualify for and are selected as per the terms and conditions prescribed
in PART I TECHNICAL BID only will be considered and decided for the
award of the contract for the Supply, erection and commissioning
of the dairy equipments/ refrigeration / genset / water softener
and its accessories to Vellore Dairy and CCs.
4.5. The Part II commercial bids shall normally be opened within 60 days
from the date of opening of the Part I pre-qualification/ technical bid
in the presence of tenderers or their authorized representatives who
opt to be present. The date of such opening of commercial bid will be
informed separately to those who qualify in the PART I technical bid.
4.6. The tenderer is specifically informed that all the pages in both Part I –
Technical Bid and Part II – Commercial Bid should be signed at the
bottom of each page without any omission by the authorized signatory
with name and seal of the firm.
4.7. The tender forms are not transferable or assignable.
4.8. The signatory of the tender should indicate his/their status in which
he/they have signed and submit necessary documentary proof
admissible in law in respect of such authority assigned to him/them
by the firm. If the tender opening day is declared as a holiday, the
tenders shall be received and opened immediately on the next working
day at the same time and place.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
11
4.9. E.M.D. PAYABLE:
4.9.1. All tenders must be accompanied with the prescribed amount of EMD along
with tender
4.9.2. EMD Payable is as detailed below:
Sl.No Name of equipment Qty
requried EMD (Rs)
DAIRY EQUIPMENTS.
1 20 KLPH Milk Chiller 1 4000
2 3 KL Single circuit Fully automatic CIP
system–
1 34500
3 425 ltrs. Can scrubber 6 12000
GENSET
4 500 KVA Generator 1 50000
5 100 KVA – Generator 1 7000
REFRIGERATION
6 7x7 Frick or Vilter or Kirlosker KCX-3
compressor
2 10000
7 40 TR Atmospheric Condenser 2 40000
WATER SOFTENER
8 2000 ltrs./hr.Water Softener 4 8000
9 6000 ltrs./hr.Water Softener including civil work
1 7500
The EMD amount to be drawn by means of the Demand Draft only from any Indian
Nationalized Bank or Scheduled Bank drawn in favour of the “General Manager,
VTDCMPU Ltd., Vellore ,” Payable at Vellore. IT SHALL BE ENCLOSED WITH THE
PART I TECHNICAL BID ONLY. No other form of remittance shall be accepted. 4.9.3. Any tenderer claiming exemption from the payment of EMD, should produce
necessary valid documentary proof for SSI registration in the form of entrepreneurs memorandum (EM) No. Part-I and part-II as per new system MSMED Act 2006 of Tamilnadu Small Industries Development Corporation / the District industries center of directorate of industries and commerce in respect of those items for which the registration certificate has been obtained and tenders called for by the Union.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
12
4.9.4. Domestic Small Scale Industrial Unit means an Industrial Unit in
which the investment in fixed assets in Plant and machinery whether
held in ownership or on lease or by hire purchase does not exceed
rupees one hundred lakhs and which manufactures the goods within
the State and Registered with the Director of Industries and Commerce
as defined under clause 2 (aa) of TNTT Act of 1998.
4.9.5. Tenders not accompanied with demand draft towards the
prescribed EMD or the relevant documentary proof for the
exemption thereon shall be summarily rejected.
4.9.6. The EMD remitted by the tenderer shall be forfeited in full.
1. If the tenderer submit fresh offer / revises offer in case of any
omission subsequently after opening.
2. If with draws his tender or backs at before the expiry of validity
period or after acceptance.
3. If revises any of the terms quoted during validity period.
4.9.7. MODIFICATION AND WITHDRAWAL OF BIDS
4.9.7.1 No Tenderer shall be allowed to withdraw the tenders after
submitting the tender. 4.9.7.2 A Tenderer may submit a modified Tender before the last date
for receipt of tender:
Provided that where more than one Tender is submitted
by the same Tenderer, the lowest eligible financial tender shall
be considered for evaluation. 4.9.7.3 Each bidder’s modification notice shall be prepared, sealed,
marked and delivered with the outer and inner envelops
additionally marked MODIFICATION as appropriate.
4.9.7.4 No bid may be modified after the deadline for submission of
Bids.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
13
4.9.8 Tenderer shall submit offers that comply with the requirements of the
bidding documents, as indicated in the technical specifications.
“Alternatives will not be considered”.
4.9.9 Communication to the unsuccessful Tenderer will be sent after the
communication sent to the successful Bidder. Within 90 (Ninety) days
from the date of the receipt of refund vouchers duly stamped and
signed from the unsuccessful Bidder, refund of Earnest Money
Deposit will be made. 4.10. PAN/SALES TAX REGISTRATION/CLEARANCE CERTIFICATE: 4.10.1. Tenders shall furnish attested Photostat copies of valid VAT or CST
Registration Certificates along with the tender technical bid Part-I.
4.10.2. Tenders shall furnish attested Photostat copy of PAN Registration
Certificates along with the tender technical bid Part-I.
4.10.2. Tenderers have to furnish the latest valid S.T. Clearance certificate
before issuance of final orders.
4.11. SECURITY DEPOSIT The successful tenderers would be required to sign an
agreement and furnish a Security Deposit of 5% of the order value,
drawn by means of Bank Draft from any Indian Nationalized Bank or
Scheduled Bank drawn in favor of “General Manager, VTDCMPU Ltd.,”
payable at Vellore within 15 days of notifying them. The EMD
already paid along with tender shall be adjusted against SD to be paid
by the successful tenderer.
No exemption will be given from payment of Security deposit
under any circumstances as per TNTT Act and the same should be
remitted by Demand Draft. Bank guarantee or any other form of
remittance will not be accepted.
4.11.1. The security deposit will be refunded only after the expiry of 6
months from the date of satisfactory completion of the contract
satisfactorily complying to the specification of the equipment to take
care of the workmanship of the agency.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
14
4.12. AGREEMENT:
The successful tenderer has to execute an agreement on
Rs.100/- non-judicial stamp paper incorporating the terms and
conditions of the contract and the specification within 15 days from
the date of intimation of the acceptance of the tender. In case of
default of either of the conditions (i.e) remitting the security deposit or
execution of the agreement within the time allowed, the EMD paid is
likely to be forfeited by the Union.
4.12.1. If the contractor fails to execute the contract satisfactorily at the
tendered rate, the security deposit will be forfeited by the Union.
4.12.2. If the Union incurs any loss / additional expenditure due to the
negligence of the contractor in connection with the work during the
period of contract, the same shall be recovered together with all
charges and expenses from the contractor.
4.12.3. The breakages or damages, if any, caused by the contractor to
the property of the Union, the cost will be recovered from the
contractor.
4.12.4. RATES AND PRICES: This is a fixed price contract. Price
adjustment clause (to contract period) is not operatable for this
contract and the tendered amount should remain FIRM during the
entire period of contract No. increase in the rate will be allowed
during the period of contract under any circumstances.
4.12.5. No interest shall be paid on Earnest Money Deposit/Security
Deposit.
4.12.6. The Agreement in Rs.100/- non-judicial stamp paper shall be
signed and returned within 15 days of receipt of the supply, erection
and commissioning order along with the D.D. for Security Deposit.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
15
4.13. PAYMENT TERMS:
4.13.1. SUPPLY:
a). If the single order of any successful tenderer is over Rs.1 crore.,
an advance payment not exceeding 10% of the basic value of the order
will be considered against irrevocable bank guarantee for a period till
completion of entire supply of materials for the dairy equipments /
refrigeration / genset / water softener and its accessories.
The above advance will be adjusted at the time of release of 80% basic
price + taxes and other charges.
(OR)
80% of basic price + taxes and other charges shall be released
on receipt of the materials including equipment in good condition at site.
b). The remaining 20% payment shall be released after the erection
and satisfactory commissioning of the dairy equipments /
refrigeration / genset / water softener / and its accessories at site.
(OR)
If the site is not ready due to unavoidable circumstances for
carrying out the erection and commissioning of the Dairy equipments /
refrigeration / genset / water softener within 3 months period, then the
balance 20% payment on supply will be considered for release on
submission of irrevocable Bank Guarantee for a value equal to 20% of
supply order value, for one year and extendable for another one more
year with an agreement on a non-judicial stamp paper to a value of
Rs.100/- (Rupees hundred only) for execution of project subsequently
without altering the erection and commissioning charges.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
16
4.13.2. ERECTION AND COMMISSIONING:
a) 80% of the erection and commissioning charges shall be released
on completion of the erection and commissioning of the dairy
equipments / refrigeration / genset / water softener and its
accessories.
b) The balance 20% of erection and commissioning charges shall be
released after 3 months from the date of satisfactory
commissioning and performance of the dairy equipments /
refrigeration / genset / water softener and its accessories.
N.B: NO OTHER TERMS OF PAYMENT WILL BE ENTERTAINED.
PENALTY CLAUSE:
4.13.3. If the tenderer / Contractor fails in his due performance of the
contract within the time fixed in the schedule accompanying the order
or extension of time granted:-
(a) Liquidated damages will be levied at 1% per month for the
number of days that the supply / work has been delayed for the
contract value less than Rs.50,00,000/- (Rupees fifty lakhs) as
below subject to:-
(i). The Liquidated Damages be imposed on the value of
undelivered / delayed supply of materials / machineries
instead of total value of contract, if the tender is for the
supply, erection and commissioning of two or more
number of machineries and where the materials /
machineries can be put into use separately.
(OR)
(ii). The Liquidated Damages be imposed on the total
value of the contract for delayed supply / completion of
material / work as per the milestone fixed in the tender
Noted and agreed to the above
SIGNATURE OF THE TENDERER
17
(i.e) turnkey job inclusive of Civil work, supply of
Mechanical/Electrical item, erection etc., since the
machineries partly supplied could not be put into
operation and affect the functioning of systems as per
plan.
(b). The Liquidated Damages be imposed for the delayed supply /
erection and commissioning at 0.5% per month, if the contract
value is more than Rs.50.00 Lakhs (Rupees fifty lakhs).
4.13.4. Time being the essence of contract no variation shall be permitted in
the delivery time as prescribed in the delivery schedule. If the tenderer fails to supply and execute the work in full or part of the order as per the delivery schedule, the Union shall reserve the right to cancel the order besides forfeiture of Security Deposit.
4.13.5 .Notwithstanding anything contained in the tender schedule, no obligation rests on the Union to accept the lowest tender and the Union shall also have the right to accept or reject any or all the tenders fully or partly without assigning any reasons.
4.13.6.For violation of any of the terms and conditions of the contract, the
Union reserves the right to terminate the contract, with or without notice as applicable.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
18
4.13.7.On termination of contract, the Security Deposit is liable to be forfeited and any of the resultant loss beyond Security Deposit will be recovered from the contractor by legal means apart from forfeiture of any amount due to the contractor.
4.13.8. (a). If the tenderer defaulted in any of the previous tenders to execute
agreement or to pay Security Deposit or to supply ordered quantity either in part or full will not be eligible from participating in this tender.
(b). If the successful tenderer defaulted to execute agreement or to pay Security Deposit or to supply ordered quantity either in part or full shall be debarred from participating in this subsequent tender for a period of 3 years.
4.13.9. Necessary ‘C’ Form will be issued by the Union to avail the concession in the Central Sales Tax (CST).
4.14. GUARANTEE: A guarantee certificate shall be furnished on the workmanship
parts and performance of for the equipment/ system for a period of 18 months from the date of supply or 12 months from the date of satisfactory commissioning whichever is later. If any defects are noticed in the equipments during the guarantee period the same should be rectified at site at free of cost by the firm.
4.15. FORCE MAJEURE: Failure or delay in the part of tenderer for supply due to force majeure causes enumerated here under shall be considered, provided the supplier produces documentary evidence.
a). Any cause which is beyond the reasonable control of the tenderer.
b). Natural phenomena, such as floods, drought, earthquakes and epidemics.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
19
c). Act of any Govt. Authority, domestic or foreign, such as wars declared or undeclared quarantines, embargoes licensing control on production or distribution restrictions.
d). Accident and disruptions such as fire, explosion, increase in power cut with respect to date of tender opening etc.,
e). Strikes, slow down and lockouts.
The cause of force majeure condition will be taken into consideration only if the supplier notifies within 30 days from the occurrence of such eventualities. The purchaser shall verify the facts and grant such extension as the facts justify. For extension due to force majeure conditions, the supplier shall submit his representation with documentary evidence for scrutiny by the purchaser and decision of the purchaser shall be binding on the time. 4.16. DISPUTES AND ARBITRATION:
In case of disputes arising out of this tender, an arbitrator as mutually acceptable to the tenderer and Union will be appointed by the General Manager, VTDCMPU Limited. The arbitrator’s decision shall be final, conclusive and binding on both the parties.
4.17. LEGAL JURISDICTION In case if either party to the tender is aggrieved by the award of the arbitrator so appointed as per clause 4.16. or otherwise, they can appeal to Court. The courts situated in Vellore alone shall have jurisdiction to entertain such disputes.
4.18. PERFORMANCE GUARANTEE: If the value of purchase order is Rs.50 lakhs or more, the
contractor shall provide a Performance Bank Guarantee at the time of getting 80% payment for the value of 10% of the supply value of Dairy equipments / Refrigeration / Genset / Water softener and its accessories order from a Nationalized Bank / Scheduled Banks for a period of one year and extendable to one more year if needed.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
20
5. PRE QUALIFICATION CRITERIA – TECHNICAL BID (PART-I)
The pre-qualification tender/PART-I technical bid will contain the
under mentioned aspects pertaining to the prospective suppliers about their
suitability, capacity, financial status, antecedents, past performance etc.
The conditions are:
5.1. The tenderer should be manufacturer / supplier of Dairy equipments
/ refrigeration / genset / water softener and its accessories.
5.2. The tenderer should have previous experience in having supplied
same capacity and type of dairy equipments / refrigeration / genset
/ water softener and its accessories in India either to any
cooperative institution or reputed dairies / firms need to tender.
5.3. The tenderer should have supplied Dairy equipments / refrigeration
/ genset / water softener and its accessories during last preceding 5
years for which tender called for.
5.4. The performance report for above such supply from the reputed
purchaser shall be enclosed in the technical bid part – I. The
performance certificate received from purchaser / client should be of
within a period of 3 years.
5.5. The Tenderer should have minimum experience of 5 Years in the
manufacturing / supply of dairy equipments / refrigeration / genset
/ water softener and its accessories and copies of Registration of
firms with list of activities/Sales tax registration certificate etc. should
be enclosed as supporting document.
5.6. If the tenderer is an authorized dealer / suppliers of a manufacturer,
the tenderer shall furnish the authorization letter from the manufacturer
for supply of dairy equipments / refrigeration / genset / water softener
and its accessories
Noted and agreed to the above
SIGNATURE OF THE TENDERER
21
5.7. If the tenderer is an authorized dealer / suppliers for dairy
equipments/ refrigeration / genset / water softener and its accessories
then the experience of the manufacturer for supply of dairy equipments/
refrigeration / genset / water softener and its accessories and their
performance shall be taken for evaluation of technical bids, even if the
supply has been made either by the manufacturer directly or through other
agencies.
5.8. The tenderer should have necessary infrastructural facilities such as
capacity, man-power, solvency, suitability and eligibility for Supply,
erection and commissioning of dairy equipments / refrigeration
/ genset / water softener (OR) authorization certificate from the
manufacturers along with manufacturers infrastructure facility
details as mentioned above
5.9 FINANCIAL: The tenderer shall have average annual sales turn-over for the last three financial years equal to the tender estimated value and minimum annual sales turn-over in each of the last three financial years shall not be less than 50% of the tender estimated value.
5.10 The tendered should submit the following documents duly attested by
Notary Public along with the Part – 1 technical bid.
i. Purchase orders as supportive documents to show the past
supply having supplied to any of the reputed dairies / firm(s)
/coop(s) in India.
ii. Satisfactory performance certificate from client(s) for the above
equipments tendered.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
22
iii. If the tenderer is an authorized suppliers of a manufacturer, the
tenderer shall furnish the authorization letter from the
manufacturer for supply of dairy equipments / refrigeration /
genset / water softener and its accessories or more.
iv. Photostat copies of valid VAT or CST Registration, PAN
Certificates.
v. Infrastructure facilities – Capacity of Firm / Supplier:-
(i). Structure and Organization with details of Technical
Personnel etc. – Annexure – A
(ii). Financial Capability Statement – Annexure – B
(iii). Building, Plant and Equipments
(iv). Details of Abandonment of work Litigation /
debarring done – Annexure – C
(v). Affidavit – Annexure – D
(vi). Credit Facilities – Bank Certificate – Annexure – E
Noted and agreed to the above
SIGNATURE OF THE TENDERER
23
5.11. DELIVERY SCHEDULE:-
5.11.1. Supply of following Dairy
equipments / refrigeration / genset /
water softener and it accessories
: 3 – 4 months from the
date of receipt of
purchase order
Sl.No Name of equipment Qty
requried
DAIRY EQUIPMENTS.
1 20 KLPH Milk Chiller 1
2 3 KL Single circuit Fully automatic CIP
system–
1
3 425 ltrs. Can scrubber 6
GENSET
4 500 KVA Generator 1
5 100 KVA – Generator 1
REFRIGERATION
6 7x7 Frick compressor 2
7 40 TR Atmospheric Condenser 2
WATER SOFTENER
8 2000 ltrs./hr.Water Softener 4
9 6000 ltrs./hr.Water Softener 1
5.11.2. Erection & commissioning above
dairy equipments /refrigeration / genset
/ water softener and it accessories
: 4 - 6 weeks from the
readiness of site (or)
receipt of Materials at site
which ever is later
Noted and agreed to the above
SIGNATURE OF THE TENDERER
24
5.12. VALIDITY OF PRICE TENDER:
a). The tender offer shall be kept for acceptance for a period of 120
days from the date of opening of Part – I Technical bid. The
offers with lower validity period are liable for rejection.
b). Further the tenderer shall agree to extend the validity of the
bids without altering the substance and prices of their bid for
further period, if any required by Union (i.e) The Price Bid shall
be valid for a period of at least 90 days (Ninety Days) from the
date, notified for opening of Price Bid.
5.13. DEVIATION:
a). The offers of the tenderers with deviations on technical /
commercial terms of the tender will be rejected.
b). No alternate offer will be accepted.
5.14. Even though the Tenderer meet the above qualifying criteria, they are
subject to be disqualified if they have:
a). Made misleading or false representations in the forms,
statements and attachments submitted in proof of the
qualification requirements; and/or
b). Record of poor performance such as abandoning the works, not
properly completing the contract, inordinate delays in
completion, litigation history, or financial failures etc.; and/or
c). Participated in the previous bidding for the same work and had
quoted unreasonably high bid prices and could not furnish
rational justification to the employer.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
25
Annexure – A
STRUCTURE AND ORGANISATION
1 Name of the Applicant :
2 Status :
Individual contractor :
Sole Proprietary Firm :
Firm in Partnership :
Private Limited Company :
Public Limited Company : 3 Head Office/Registered office address with
phone / Telex / Fax Number :
4 Regional Office address with Phone / Telex / Fax Number
:
5 Local office (if any) address with Phone / Telex / Fax Number
:
6 Field of activity of the Applicant as per deed of Partnership / Memorandum of Association / Articles of associates (Civil) Engineering Contractor / General Engineering Contractor / Electrical Items - Engineering Contractor etc, should be specified.)
:
7 Country and year of incorporation : 8 Main line of Business : 9 Name, position, status, capacity etc, of the
Key personnel/ directors of the company (Attach organization chart showing the structure of the company / firm)
:
10 Name, capacity and address of the signatory who has Signed the Qualification Application. Attested copy of authorization issued (either by power of attorney or as per articles of Partnership Deed / Memorandum of Association) in favour of the signatory to sign the qualification Application price Tender/ Agreement should be appended.
:
SIGNATURE OF THE TENDERER WITH SEAL
26
Annexure – B FINANCIAL CAPABILITY
(Please Annex self attested copies)
1 Name and address of the
Applicant
:
2 Income Tax Permanent Account No. C.I. H. No.
:
3 TNGST / C.S.T. Registration
No. / VAT No.
:
4 Annual turn over as per audited statement of account duly certified by the Chartered Accountant during the preceding Three years (Attach attested copy of balance sheets)
: TAX YEAR
Figures Words
: 2010-11
: 2011-12
: 2012-13
5 Financial Position :
I. Cash in hand :
II. Cash in Bank :
III. Current Assets :
IV. Current Liabilities :
V. Working Capital :
VI. Net worth :
6 Outstanding value of works already committed and in progress and time left for completion. (Details for each work to be furnished separately)
:
SIGNATURE OF THE TENDERER WITH SEAL
27
7 Amount available in capital
Account :
I. Paid up share capital of (Partners or Share holders)
:
II. Called up and subscribed
share capital
:
III. Reserves under capital
account
:
IV. Surplus under capital
account
:
8 Net profit before tax during the proceeding three years
: TAX YEAR
Figures Words
: 2010-11
: 2011-12
: 2012-13
9 Applicant’s financial
arrangements.
:
(a) Own resources :
(b) Bank credits/ Over Draft :
(c) Other source (Specify the
source)
:
SIGNATURE OF THE TENDERER WITH SEAL
28
Annexure – C INFORMATION REGARDING CURRENT LITIGATION / DEBARRING /
EXPELLING OF APPLICANT OR ABANDONMENT OF WORK BY THE
APPLICANT
1. (a) Is the Applicant currently involved in any Arbitration /
litigation relating to any contract works Yes/No
(b) If Yes, Details thereon
2. (a) Has the Applicant or any of it’s constituent partners
been Debarred/Expelled by any agency during the
last Three years Yes/No
(b) If yes, Details thereon
3. (a) Has the Applicant or any of it’s constituent Partners
failed to complete, any contract work during the past
Three years. Yes/No
(b) If yes, give details thereon
Dated Signature of Applicant with seal
Note: It any information in this Annexure is found to be incorrect or
concealed, the Qualification Application will be summarily rejected &
price tender will not be opened.
29
Annexure – D
AFFIDAVIT
(To be furnished in a Twenty Rupees Non-Judicial Stamp Paper duly
Certified by Notary Public)
1). I/We the undersigned solemnly declare that all the statements made
in the documents, records etc., attached with this application are true
and correct to the best of my/our knowledge.
2). I/We the undersigned do hereby certify that neither my/our
firm/company nor any of it’s constituent partners have abandoned
any work/works of similar nature and magnitude in India, during the
Last Three years.
3). I/We the undersigned do hereby certify that any of the contracts
awarded to me/us has not been terminated rescinded, due to breach
of contract on my/our part, during the last Three Years.
4). I/We the undersigned authorize (s) and request any bank / person /
firm / corporation / Government Departments to furnish pertinent
information deemed necessary and requested by the General Manager,
Vellore - Thiruvannamalai District Coop. Milk Prods' Union Limited,
142 Arcot Road, Sathuvachari, Vellore -9 to verify the statement made
by me/us or to assess my/our competence and general reputation.
5). I/We the undersigned, understand(s) that further qualifying
information / clarifications on the statement made by me / us may be
requested by the General Manager, Vellore - Thiruvannamalai District
Coop. Milk Prods' Union Limited, 142 Arcot Road, Sathuvachari,
Vellore -9 and agree(s) to furnish such information/clarification within
SEVEN Days from the date of receipt of such request from the General
Manager, Vellore - Thiruvannamalai District Coop. Milk Prods' Union
Limited, 142 Arcot Road, Sathuvachari, Vellore -9
Dated Signature of Applicant with Seal:
30
To be signed by the officer authorized by the Firm/Company to sign
on behalf, the Firm/Company with company’s seal)
Note: In case of sole proprietary concern, affidavit should be signed only by
the sole proprietor.
(Title of the Officer)
(Title of the firm/Company)
(Date)
The above named deponent has understood the contents well and
solemnly and sincerely declared and affirmed by the deponent in my
presence at………………………………………and signed before me on this day
of ………………………….. (Seal).
(Signature of the Notary Public)
31
Annexure – E
SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF
CREDIT FACILITIES
BANK CERTIFICATE
This is to certify that M/s ………………………………… is a reputed
company with a good financial standing.
If the contract for the work, namely, ___________________ is awarded to
the above firm, we shall be able to provide overdraft/credit facilities to the
extent of Rs.……………. to meet their working capital requirements for
executing the above contract.
Signature of Senior Bank Manager ……………….
Name of the senior Bank Manager ……………….
Address of the Bank ………………………………..
Stamp of the Bank
Note: Certificate should be on the letter head of the bank.
32
6.0 EVALUATION AND COMPARISON OF THE TENDER OFFERS
6.1. The tenders will be evaluated strictly as per the Tamilnadu
Transparency in Tenders Act 1998 and the Tamilnadu Transparency
in Tenders Rule 2000.and amendments made thereon in the Act &
Rules by the Government.
6.2. The tender offers received will be examined to determine whether they
are in complete shape, all required datas have been furnished,
properly signed and generally in order and confirms to all the terms
and conditions of the specification without any deviation.
6.3. For the purpose of evaluation of tender offers, the following factors will
be taken into account for arriving the evaluation price.
a). The quoted price will be corrected to arithmetical errors.
b). In case of discrepancy between the price quoted in words and
figures, lower of the two shall be considered.
c). The evaluation of offer will be computed by taking into account
supply & erection and commissioning put together.
d). Evaluation of the price of an imported item, the price has to be
determined inclusive of the customs duty. The percentage of
customs duty, CVD, Edu. Cess etc., are to be indicated with
break-up.
e). In evaluation of the price of articles which are subject to excise
duty, the price has to be determined inclusive of such excise
duty, the percentage of excise duty, Edu. Cess etc., are to be
indicated with break-up.
f). If the tenderer are both from other States and Tamilnadu,
the evaluated price will include Ex-works price, excise duty with
education cess, freight and insurance, CST and will not include
VAT.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
33
g). If all the bidders are only from other States, the evaluated price
will include Ex-work prices, excise duty with education cess,
freight and insurance and CST / VAT.
h). If the all the bidders are only from Tamilnadu, the evaluated
price will include Ex-works, excise duty with education cess
freight and insurance and CST / VAT.
6.4. The amount and percent of customs tariff duty, cess/excise duty, cess
/ sales tax and surcharge etc., shall be indicated clearly in the offer.
6.5 Tenderer should quote their rates both in figures and in words for
each item per unit and amount for each item of work for full quantity.
Grand total of the whole contract should be furnished without fail in
the Price Quote Schedule of Price Bid.
6.6 The bidder shall fill in rates and prices and line item total (both in
figures and words) for all the items of the works described along with
total bid price (both in figures and words). Items for which no rate or
price is entered by the bidder will not be paid for by the purchaser
when executed.
6.7. All duties, taxes, and other levies payable by the contractor under the
contract, or for any other cause shall be included in the rates, prices
and total Bid Price submitted by the Bidder.
Noted and agreed to the above
SIGNATURE OF THE TENDERER
34
7-a Technical bid – Check list -1 for 20 KLPH Milk Chiller
7.1. For the Supply, erection and commissioning of 20 KLPH Milk
Chiller and its accessories for Vellore Dairy
7.2. TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 20 KLPH Milk Chiller and its accessories for Vellore Dairy
01 No Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 20 KLPH Milk Chiller and its accessories for Vellore Dairy
4000/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c. If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
35
4. Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 20 KLPH Milk Chiller and its accessories are enclosed.
Yes/No
5.
Whether satisfactory performance certificate from client(s) for the similar type of 20 KLPH Milk Chiller and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6.
If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for the Supply, erection and commissioning of 1 No. of 20 KLPH Milk Chiller and its accessories for Vellore Dairy “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format Yes/ No
SIGNATURE OF THE TENDERER
36
7 . Technical bid – Check list-2 for 3 KL Fully automatic Single
circuit CIP system
7.1. For the Supply, erection and commissioning of 3 KL Fully
automatic Single circuit CIP system and its accessories for
Vellore Dairy
7.2. TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 3 KL Fully automatic Single circuit CIP System and its accessories for Vellore Dairy
01 No Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 3 KL Fully automatic Single circuit CIP System and its accessories for Vellore Dairy
34500/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c. If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
37
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4.
Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 3 KL Fully automatic Single circuit CIP System and its accessories are enclosed.
Yes/No
5.
Whether satisfactory performance certificate from client(s) for the similar type of 3 KL Fully automatic Single circuit CIP System and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6.
If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for the Supply, erection and commissioning of 3 KL Fully automatic Single circuit CIP system and its accessories for Vellore Dairy “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format Yes/ No
SIGNATURE OF THE TENDERER
38
7 . Technical bid – Check list-3 for 425 ltrs. Can Scrubber
7.1. For the Supply of 425 ltrs. Can Scrubber and its accessories for
Vellore Dairy and all CCs.
7.2. TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply of 425 ltrs. Can Scrubber and its accessories for Vellore Dairy and all CCs. 06 Nos Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply of 425 Lts Can Scrubber and its accessories for Vellore Dairy and all CCs.
12000/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c. If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4. Whether details of past experience (i.e) Purchase Yes/No
39
order copy(s) for Supply of 425 ltrs. Can Scrubber and its accessories are enclosed.
5.
Whether satisfactory performance certificate from client(s) for the similar type of 425 ltrs. Can Scrubber and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6. If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I. Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for Supply of 425 ltrs. Can Scrubber and its accessories for Vellore Dairy and its all C.C’s “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format Yes/ No
SIGNATURE OF THE TENDERER
40
7 . Technical bid – Check list-4 for 500 KVA Genset
7.1. For the Supply, erection and commissioning of 500 KVA
Generator and its accessories for Vellore Dairy.
7.2. TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 500 KVA Genset and its accessories for Vellore Dairy.
01 No Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 500 KVA Genset and its accessories for Vellore Dairy.
50000/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c.
If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
41
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4. Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 500 KVA Genset and its accessories are enclosed.
Yes/No
5.
Whether satisfactory performance certificate from client(s) for the similar type of 500 KVA Genset and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6.
If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I.
Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for Supply, erection and commissioning of 500 KVA Genset and its accessories for Vellore Dairy “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format
Yes/ No
SIGNATURE OF THE TENDERER
42
7 . Technical bid – Check list-5 for 100 KVA Genset
7.1. For the Supply, erection and commissioning of 100 KVA Genset
and its accessories for Kodakkal CC
7.2 TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 100 KVA Genset and its accessories for Kodakkal CC
01 No Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 100 KVA Genset and its accessories for Kodakkal CC
7000/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c.
If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
43
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4. Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 100 KVA Genset and its accessories are enclosed.
Yes/No
5.
Whether satisfactory performance certificate from client(s) for the similar type of 100 KVA Genset and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6.
If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I.
Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for the Supply, erection and commissioning of Supply, erection and commissioning of 100 KVA Genset and its accessories for Kodakkal CC “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format
Yes/ No
SIGNATURE OF THE TENDERER
44
7 . Technical bid – Check list-6 for 7x7 Frick or Vilter or Kirlosker
KCX-3 Compressor
7.1. For the Supply, erection and commissioning of 7x7 Frick
Compressor and its accessories for Vellore Dairy
7.2 TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 7x7 Frick or Vilter or Kirlosker KCX-3 Compressor and its accessories for Vellore Dairy
02 Nos Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 7x7 Frick or Vilter or Kirlosker KCX-3 Compressor and its accessories for Vellore Dairy
10000/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c. If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
45
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4.
Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 7x7 Frick or Vilter or Kirlosker KCX-3 Compressor and its accessories are enclosed.
Yes/No
5.
Whether satisfactory performance certificate from client(s) for the similar type of 7x7 Frick or Vilter or Kirlosker KCX-3 Compressor and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6.
If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I.
Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for Supply, erection and commissioning of 7x7 Frick or Vilter or Kirlosker KCX-3 Compressor and its accessories for Vellore Dairy “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format
Yes/ No
SIGNATURE OF THE TENDERER
46
7 . Technical bid – Check list-7-40 TR Atmospheric Condenser
7.1. For the Supply, erection and commissioning of 40 TR
Atmospheric Condenser and its accessories for Ambur and
Anakkavur CC
7.2. TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 40 TR Atmospheric Condenser and its accessories for Ambur and Anakkavur CC
02 Nos Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 40 TR Atmospheric Condenser and its accessories for Ambur and Anakkavur CC
40000/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4.
Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 40 TR Condenser and its accessories and its accessories are enclosed.
Yes/No
47
5.
Whether satisfactory performance certificate from client(s) for the similar type of 40 TR Condenser and its accessories and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6. If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I.
Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for Supply, erection and commissioning of 40 TR Atmospheric Condenser and its accessories for Ambur and Anakkavur CC “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13 Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format
Yes/ No
SIGNATURE OF THE TENDERER
48
7 . Technical bid – Check list-8 for 2000 ltrs./hr. Water Softener
7.1. For the Supply, erection and commissioning of 2000 ltrs./hr.
Water Softener . and its accessories for Ambur, Anakkavoor,
Kodakkal and T.V.Malai CC
7.2. TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 2000 ltrs./hr.Water Softener and its accessories for Ambur, Anakkavoor, Kodakkal and T.V.Malai CC
04 Nos Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 2000 lit./hr. Water Softener and its accessories for Ambur, Anakkavoor, Kodakkal and T.V.Malai CC
8000/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c. If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
49
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4.
Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 2000 lit./hr. Water Softener and its accessories are enclosed.
Yes/No
5.
Whether satisfactory performance certificate from client(s) for the similar type of 2000 lit./hr.Water Softener and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6.
If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I.
Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for Supply, erection and commissioning of 2000 lit./hr. Water Softener and its accessories for Ambur, Anakkavoor, Kodakkal and T.V.Malai CC “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format
Yes/ No
SIGNATURE OF THE TENDERER
50
7 . Technical bid – Check list-9 for 6000 ltrs./hr. Water Softner
7.1. For the Supply, erection and commissioning of 6000 ltrs./hr.
Water Softener and its accessories for Vellore Dairy including
civil work.
7.2. TENDERER TO FILL IN THE CHECK LIST GIVEN BELOW: (State Yes /
No for each item) Kindly ensure compliance of the under-mentioned
requirements, as per Tender Terms and Conditions.
7.3. The tender is offered for:
S.No Name of the work Qty. Remarks
1. Supply, erection and commissioning of 6000 lts/hr Water Softener plant and its accessories for Vellore Dairy
01 No Yes / No
2. Whether the EMD amount as detailed below is enclosed in the technical bid Yes / No
S.N Name of the work EMD amount in Rs.
Remarks
i. Supply, erection and commissioning of 6000 lts/hr Water Softener plant and its accessories for Vellore Dairy
7500/- Yes / No
a. If so, whether D.D. is attached with the Tender offer - Part I/Tech. Bid Yes / No
b.
If so, Details of D.D. No. date, Bank on which drawn etc. may be furnished
D.D. No(s)……………………..
dated……………….……..
for Rs……………………………….
drawn on (Bank)………………..
Branch………………in favour of
The General Manager, VTDCMPU Ltd., Vellore
Yes / No
c. If EMD exemption is sought for, whether necessary documentary proof/evidence such as EM Part – II as per MSMED Act 2006 Certificate enclosed in the technical bid.
EM Part-II
Yes / No
51
3. Whether details of infrastructural facilities such as equipment/man-power/financial statement details etc., are enclosed.
Yes/No
4.
Whether details of past experience (i.e) Purchase order copy(s) for Supply, erection and commissioning of 6000 lts/hr Water Softener plant and its accessories are enclosed.
Yes/No
5.
Whether satisfactory performance certificate from client(s) for the similar type of 6000 lts/hr Water Softener plant and its accessories with features mentioned in the technical specification tendered is enclosed in the technical bid.
Yes / No
6.
If so, whether necessary supportive documents such as copies of Supply, erection and commissioning Order / Work order delivery challans, Excise Gate passes etc., enclosed.
Yes / No
7. Whether copies of VAT / CST certificates attached Yes / No
8. Whether latest S.T. clearance Certificate attached Yes / No
9 Whether copy of attested PAN card enclosed Yes / No
10. Whether all the pages in the tender formats – Part I (Tech. Bid) and Part II (Commercial Bid) have been duly signed by authorized signatory
Yes / No
11 Whether the Minutes of Pre-Bid meeting duly signed and sealed has been enclosed along with Technical Bid Part-I.
Yes / No
12
Whether two covers have been wax sealed separately duly superscribed as “Tender for Supply, erection and commissioning of 6000 lts/hr Water Softener plant and its accessories for Vellore Dairy “Technical bid” or “Commercial bid” (whichever is applicable)
Yes / No
13
Whether these two sealed covers for Part - I “Technical Bid” and Part II – “Commercial Bid” – put in a larger cover duly superscribed, addressed and wax sealed at appropriate places.
Yes/No
14
Whether the Commercial bid is filled in detail in the prescribed format
Yes/ No
SIGNATURE OF THE TENDERER
52
8 – a - TECHNICAL SPECIFICATION FOR SUPPLY, ERECTION AND COMMISSIONING OF 20 KLPH MILK CHILLER – 1 NO FOR
VELLORE DAIRY
1.0 FUNCTIONAL REQUIREMENTS
The single section plate heat exchanger would be used for
chilling raw whole milk with chilled water.
2.0 DESIGN REQUIREMENTS
2.1 Capacity: 20000 LPH
2.2 Milk Consistency: - 7% fat and 9.5% SNF.
2.3 Design Parameters:
Milk feed temperature - 35 Deg. Celsius
Milk discharge temperature - 4 Deg. Celsius
Chilled water feed temperature - 1.5 to 2.0 Deg.
Celsius
2.4 Maximum permissible chilled water flow rate - 3 times the
milk flow rate
2.5 Maximum pressure drop on milk side - 1.0 Kg/sq.cm.
2.6 Finish: All weld joints are to be ground smooth and finished to
150 grit. All stainless steel surfaces are to be polished to 150
grits.
3.0 SCOPE OF SUPPLY
3.1 Plate Pack
3.1.1 Plates: The plates should be made from stainless steel
conforming to AISI 304 and should be of sanitary design. All
milk contact and exterior surfaces should be easily accessible or
readily removable for cleaning and inspection. – 1 set
3.1.2 Gaskets: The sealing gaskets must ensure complete sealing and
prevent any cross leakage between product and service liquids.
Gaskets shall be of sanitary type. It should be continuously
bonded to the heat transfer surface.
53
The gaskets material should be of food grade rubber and should
withstand a water sterilization temperature of 100 Deg. Celsius
and 2% caustic solution at 80 Deg. Celsius Gasket material
must be non-toxic, fat resistant, non absorbent and should
have smooth surface. - 1 lot.
3.2 Supporting Frame: The supporting frame for the plate pack
should be of a self supporting design made of MS gladding with
AISI 304 SS sheet. It should have manually operated tightening
device. The tightening device should be able to exert uniform
pressure on all the parts of heat transfer plates. The frame and
tightening device should prevent the plates from deflecting
under pressure differential of minimum 4 kg/cm. SQ. The frame
should be capable of accommodating the additional plates for
the expanded capacity. - 1 no.
3.3 Accessories
3.3.1 Inlets/outlets: The inlets and outlets for chilled water and
product should be provided with complete stainless steel (AISI
304) SMS unions.
3.3.2 Thermowell: 3/4" BSP Stainless steel (AISI 304) pockets for
thermometer on all the inlets and outlets. Each pocket should
be complete with stainless steel (AISI 304) guard of at least 200
mm length for mounting glass thermometers (thermometers are
not within the scope of supply).
3.3.3 Ball Feet : The frame should be provided with adjustable
stainless steel ball feet with provision for height adjustment of
50mm. - 4 nos.
3.4 Tools: Essential special tools should be supplied with the chiller
without charging any extra cost.
Make – APV / Tetra pack / GEA / IDMC / Zuzer / Repute
SIGNATURE OF THE TENDERER
54
8 – b - TECHNICAL SPECIFICATION FOR SUPPLY, ERECTION AND COMMISSIONING OF 3 KL SINGLE CIRUCUT FULLY AUTOMATIC
CIP SYSTEM – 1 NO FOR VELLORE DAIRY
1.0 FUNCTIOAL REQUIREMENTS 1.1 System The CIP unit will be required to clean all milk handling equipment
and interconnecting pipes and fittings to dairy standards. 1.2 SS Double Strainer This would be used for filtering CIP solutions at a temperature of
50-60 deg Celsius. 1.3 Plate / Tube Heat Exchanger The heat exchanger will be used for heating the cleaning liquids
continuously while pumping to the equipment to be cleaned. 1.4 Electrical Control Panel Execute the complete cleaning cycle as per the selected programme
for single circuit. 2.0 DESIGN REQUIREMENTS 2.1 System 2.1.1 Capacity: Single Circuit. 2.1.2 Description : The system should be `Automatic'. It should comprise programmed
cleaning cycles having preset controls for cleaning and flushing. The system should also maintain parameters like PH of cleaning solutions in tanks, levels in concentration as well as CIP tanks, air pressure, steam pressure etc It should be possible to repeat uniform
55
cleaning operations and to ensure efficient and constant performance with maximum operating economy.
2.1.3 Operation: Acid solution, lye solution and hot water are kept in acid, lye and
hot water tanks respectively. The concentrated acid and concentrated lye are kept in separate open tanks. The operations could be in program mode, test mode or run mode.
2.1.3.1 Program Mode: The system should be `user programmable' .A set of programmes
required for cleaning of various equipment and pipelines would be worked out and fed into the processor during this mode. Programmes should include different combinations of cleaning requirments. The typical names of the programmes would be :
(1) 'Equipment Full Programme' (2) 'Equipment Acid bypass' (3) 'Equipment sterilisation by pass' (4) 'Equipment Acid and sterilization by pass' (5) 'Pipe Full Programme' (6) 'Pipe Acid by pass' (7) 'Pipe sterilisation by pass' (8) 'Pipe Acid and sterilization by pass' The programmes are defined step wise with valve sequence, time
duration and temp. for each step. A programme sequence along with control logic is to provide as per requirement .
2.1.3.1 Test Mode: The programmes already fed into processor would be `test' run
without actually connecting input and output signals to check the correctness of the details and logic of programmes entered, prior to actual execution.
2.1.3.2 Run Mode: When system is in `run' mode the operator will select the desired
programme by selector switch and execute the same by pressing start button. Once `start' command is given the processor will execute the following :
56
Parameter Check: All parameters as given below will be checked and controlled automatically with audio visual fault alarm. Visual signal will be given using necessary windows annunciator.
Levels in CIP Tanks: These levels should be checked and
controlled automatically by operating pneumatic valves on mains water supply line.
pH: pH of acid and lye solutions in CIP tanks should be controlled
manually by pneumatic dosing of concentrated acid or lye respectively, using toggle switch. No pH or concentration measurement is required. The dosing should be by a timer switch of range 0 to 2 minutes provided on the control panel. The dosing should not be for more than 2 minutes at any time.
Steam and Air Pressure: Steam and air pressures will be checked
and if not at the set values then audio-visual fault signal should be given. The pressure should be corrected manually.
2.1.3.3.2 Heating of Solutions: The CIP solutions kept in respective tanks will be heated in THE /
PHE with help of steam. Once the solution has acquired set temp. the programme will execute all cleaning cycles and stop on the completion of selected programme.
The temp. control should be of PID type. When the temp. of CIP
solution going to equipment under cleaning after PHE temp. falls below 'set' temp., then the CIP solution is diverted back to respective tank with simultaneous stopping of CIP return pump and timer.
The hot water after rinse should go to recuperation tank for two
minutes each time at begining of hot water rinse which should be used as pre-rinse solution.
Acid and lye solutions shall be drained manually when the same
are not reusable, after neutralising them in the recuperation tank. 2.2 Tanks 2.2.1 open type with proper lid for chemical tanks should be designed to
handle pressure and temp .
57
2.2.2 Acid solution, lye solution and hot water tanks should be of insulated construction.
2.2.3 Recuperation tank should be of uninsulated design. 2.2.4 Bottom of all CIP tanks should be `conical' in shape. 2.2.5 Tank Dimensions: The acid, hot water, lye and recuperation tanks as well as
concentrated acid and concentrated lye tanks should have non corrosive of acid and required size .
2.2.6 Finish: All visible inner as well as outer SS surfaces should be finished to
150 grits. All weld joints are to be ground smooth and finished to 150 grit finish.
2.3 SS double Strainer 2.3.1 Constructional Features : The equipment should be of vertical cylindrical shape with welded
dished top and conical bottom. 2.3.2 Finish : All welding joints are to be ground smoothly. All stainless steel
surfaces are to be polished to 150 grits. 2.3.3 Joint Curvatures: The radius of all welded and permanent attachment joints should be
atleast 6 mm. Where the dished top and bottom join the shell of the filter container the radii should not be less than 25mm
2.4 Tube / Plate Heat Exchanger 2.4.1 Design parameters Acid concentration : 2 % , Lye concentration : 2 % CIP inlet temp. : 30 to 60 deg Celsius CIP outlet temp. : As per CIP programme Permissible pressure drop : 1.5 Kg./Cms.SQ on CIP side
58
2.5 Electrical Control Panel The control panel shall be designed in such a way that replacing faulty components/circuits can be accomplished with ease and with minimum down time.
3.0 SCOPE OF SUPPLY The following equipments are included in the scope of supply. 3.1 Acid, Lye and Hot Water tanks 3000 L - 1 no. each 3.2 Recuperation tank 3000 L - 1 no. 3.3 Double strainers 20000 LPH - 1 no. 3.4 CIP return pumps 20000 LPH - 1 no. 3.5 CIP supply pumps 20000 LPH - 1 no. 3.6 Concentrated Acid & Lye Tanks 250 L - 2 nos. 3.7 Tube/ Plate Heat Exchanger 20000 LPH - 1 no. 3.8 Electrical control panel including - 1 no. all instruments like 8 nos. level controllers, PID steam valves, temp. controllers, convertors, motor starters, transformers, solenoid valves, mimic, hooter, windows annunciator etc. 3.9 Air piping, air tubing, SS pipes and - lot fittings, electrical cables for controls as well as field wiring, cable trays, junction boxes, pipe supports etc. 3.10 SS pneumatic valves 51 dia LL type - 5 nos. 51 dia L type - 5 nos. 3.11 Stainless steel pipe Headers 51 mm dia supply and return header - 2 nos. 51 mm dia overflow header - 1 no. 63.5 mm dia drain header - 1 no. 3.12 Water line header 1 1/2" GI 'B' class - 1 set including 4 nos. GM water valves and 3 nos. pneumatic SS valves 3.1 Acid, lye and hot water tanks - 3 nos. 3.1.1 Capacity: 3000L for each CIP tank
59
3.1.2.a The inside shell, 3 piece covers and conical bottom should be manufactured from 2 mm AISI 304 SS sheet. The outer shell and outer conical bottom should be manufactured from 2 mm AISI 304 SS sheet for Lye and Hot water tanks.
3.1.2.b The inside shell, 3 piece covers and conical bottom should be
manufactured from 2 mm AISI 316 SS sheet. The outer shell and outer conical bottom should be manufactured from 2 mm AISI 316 SS sheet for Acid tank.
3.1.3 The tanks should be insulated with 100mm thick resin bonded
crown 150 fibre glass insulation in two layers of 50 mm each. First layer will be applied radialy in staggered joints by chicken wire netting and second layer should be applied longitudinally in staggered joints by chicken wire netting.
3.1.4 Accessories 3.1.4.1 2 nos. 51 mm dia CIP return no foam inlets of SS near the top of
the tank with SS flange and counter flange. 3.1.4.2 1 no. 51mm dia water inlet of SS near top of the tank with SS
flange and counter flange. 3.1.4.3 2 nos. 51mm dia outlets of SS near the bottom of the tank 1116
mm above the finished floor level with flanges and counter flanges. 3.1.4.4 1 no. 76 mm dia SS drain with SS 2 way plug valve at bottom of
the tank having one end SS flange and other end SMS union complete.
3.1.4.5 1 no. 63mm dia overflow pipe
. 3.1.4.6 2 nos. level sensing probes for sensing high, and low liquid levels
in the tanks. 3.1.4.7 1 no. Level sensing probe to be provided at end of each supply SS
header before supply pump. This probe will be connected to extra low level controller.
3.1.4.8 1 no. 15mm dia chemical dosing inlet.
60
3.1.4.9 Legs: 4 nos. of legs fabricated from 76 mm dia MS C class pipe with SS cladding and ball feet with 50 mm vertical adjustments.
3.2 Recuperation Tank - 1no. 3.2.1 Capacity - 4,000 L 3.2.2 All other specifications shall be as per the acid, lye, hot water tanks
except that the recuperation tank is un-insulated' and having float type SS water inlet valve as well as 3 nos. of SS stiffening rings on outside of tank. This tank has no heating arrangement. –1 no.
3.3 SS Double Strainer: - 1 no. 3.3.1 Capacity - 20,000 L/Hr. 3.3.2 Filter Containers: The unit should consist of two filter containers
made from stainless steel 2 mm thick conforming to AISI 304. The filter containers should be coupled to each other through three way plug type cocks. Any one of the filters should be clean able when other one is under operation in a running plant, i.e. cleaning of one filter should not disrupt the operation of the other. - 1 pair.
3.3.3 Filter Drum: The cylindrical filter drum should be made from
perforated stainless steel (AISI 304) sheet of 18 gauge having 3.5 mm square pitch and covered with nylon filter bag of 280 micro mesh size. The complete filter drum with filter cloth should be easily removable from the filter container. - 1 pair.
3.3.4 Accessories: 3.3.4.1 Inlets/outlets: 51 mm diameter inlet and outlet with same size three
way stainless steel (AISI 304) plug type valve with complete union. - 1 no. each.
3.3.4.2 Air Vent: 15 mm dia airvent with stainless steel cock on each filter
container - 2 nos. 3.3.4.3 Drain: 15 mm dia stainless steel (AISI 304) drain with blank for
each filter - 2 nos.
3.3.4.4 Non Return Valve: Stainless steel (AISI 304) non return valve at the inlet. - 2 nos.
61
3.3.4.5 Legs: The complete unit should be supported on stainless steel legs with ball feet provided at the bottom of the unit. The stainless steel ball feet should have provision for height adjustment of 50 mm. – 6 nos.
3.4 CIP Return Pumps: - 1 no. These should be self priming type centrifugal SS monoblock
pumps as per standard design having 35MWC discharge pressure and capacity 20,000LPH completely shrouded with SS covers.
3.5 CIP Supply Pumps: - 1 no. These pump should be centrifugal SS pumps having capacity
20000LPH at 35 MWC and completely shrouded with SS covers. 3.6 Concentrated Acid and Concentrated Lye Tanks -2 nos. 3.6.1 Capacity : 200 L each. 3.6.2 The tanks should be designed to withstand bulging or any other
damages when 6-kg/sqcm pressure is applied. 3.6.3 The tanks should be un-insulated single walled with both the ends
should be deep dished ends. The shell and ends should be manufactured from SS 3mm sheets with proper stiffening arrangement to withstand pressure.
3.6.4 Accessories 3.6.4.1 Inlet: 51 dia Concentrated acid/lye inlet with a funnel of 300 mm
dia and 51 dia flange type plug valve for manual filling of tank. 3.6.4.2 Air Inlet-cum-Release Valves: The concentrated tank should be
provided with 15 mm dia pressurised air inlet with 15 mm solenoid valve which should normally be closed type. The concentrated tank should also be provided with a 38 mm dia air release line immersed into a water container mounted on the side of the tank.The air release line should be provided with a 38mm dia solenoid valve which should normally be open type. Both the solenoid valves should be operated by a 0 to 2 minutes timer switch for dosing. The dosing should not be more than two minutes at a time. Both the
62
above valves should also be operated by the processor during CIP cleaning for 20 seconds each time.
3.6.4.3 Safety Valve: Pressure safety valve should be provided at the top of the tank.The safety valve exhaust should be connected to water tank.
3.6.4.4 Level sensing probe 2nos. level sensing probes for sensing high
and low liquid levels in the tank. 3.6.4.5 Legs: The tank should have SS legs made from 10 G pipe with SS
ball feet for 50mm vertical adjustment - 4 nos 3.6.4.6 All the fittings should be leak proof and should withstand 6 kg/sq
cm pressure. 3.6.4.7 Dosing outlet: 15 mm dia dosing outlet with SMS union complete
at the bottom of the tank should be provided. 3.7 Tube / Plate Heat Exchanger: 1 no. 3.7.1 Capacity: 20,000 lph. 3.7.2 The Tube / Plates: The plates should be made from stainless steel
AISI 304. The sealing gaskets should be heat and chemical resistant and shall ensure complete sealing. All the plates gaskets and exterior surfaces should be easily accessible or removable for cleaning and inspection.
3.7.3 Gasket: The sealing gaskets must ensure complete sealing and
prevent any cross leakage between product and service liquids. Gaskets should be sanitary type. These should be continuously bonded to the heat transfer surfaces. The gasket material should be Acid/Lye resistance and should withstand temperature of 100 deg Celsius. It should be non toxic, fat resistant, non absorbent and should have smooth surface.
3.7.4 The Frame: The frame should be made from stainless steel AISI
304 cladded mild steel with a manually operated SS AISI 304 tightening device. The tightening device should be able to exert uniform pressure on all parts of heat exchanger plates and ensure uniform tightening. The frame and tightening device should prevent the plates from deflecting under pressure differential of maximum 4 kg/sq cm. It shall be sturdy and self supporting. The
63
frame shall be provided with 4 nos.of SS legs with SS ball feet having 50mm vertical adjustment.
3.7.5 Inlets and Outlets: The inlets and outlets for products as well as for
services complete with SMS unions of stainless steel should be provided for each section. Each section should have SS condensate outlet with steam trap and necessary steam valves.
3.7.6 Thermopockets 4 nos. thermopockets of stainless steel shall be
provided on inlets and outlets for fixing thermometers. The pockets should have 3/4" BSP thread and should be complete with SS AISI 304 guard of at least200mm length for mounting of glass thermometers. Two nos. pockets on each section of Heat exchanger (One pocket for thermometer and one pocket for PT 100 temperature controler for each section) should be provided.
3.7.7 Heating Device The heat exchanger shall be direct steam heating
type. Steam shall be made available at 3/3.5kg/sq.cm. pressure. The supply should also include automatic steam control device based on temperature of CIP liquid, and based on the set programme. Safety device for high steam pressure, pressure gauge with siphon tube and cock, a inverted bucket type steam trap etc. and a manual steam control valve also should be incorporated.
3.7.8 A safety device of sanitary design should be provided to avoid
damage to the heat exchanger caused by excessive pressure. 3.7.9 THE / PHE should be designed for heating CIP solution for a
temperature rise of 20 deg. centigrade per pass. 3.7.10 Control & Measuring Accessories
1 no. pressure gauge 0-7 kg/sq cm.(SS) Set of steam pipes and fittings comprising 1 no. main steam stop valve with SS working parts. 1 no. pressure gauge. 1 no. pressure relief valve 2 nos. steam controlling valve complete with a programmable temperature controller and by pass line with 3 nos. steam valves and a strainer for each PID valve.
64
Note 1. The temperature controller shall get signal from the CIP control
panel as to the required different temperatures of CIP solutions based on the set programme.
2. Required programmable temperature controller, steam controller
and accessories for the above duties should be included in the supply.
3. For steam out let side, inverted bucket type condensate trap with
standard accessories like stop valves, sight glass, by pass etc. should be provided.
4 Steam shall be provided at 3-3.5 kg/sq.cm. by the Purchaser. 3.8 Electrical Control Panel - 1 no. The control panel comprises mainly
a) Housing b) Processor unit c) Input-output signal unit d) Mimic diagram with window annunciator and hooter
3.8.1 Housing The panel housing shall be floor mounting type. The
complete panel should be dust, weather and vermin proof conforming to IP 55 standard. It should be fabricated from 2mm SS sheet conforming to AISI 304.All inside as well as outside surfaces should be finished to 150 grits. The size of control panel housing should be suitable to accommodate items like electronic processor, input-output unit, mimic diagram and power supply unit etc.
3.8.2 Processor Unit 3.8.2.1 Processor unit should be provided with single channel (circuit). 3.8.2.2 It should have facilities to feed ten different programmes with a
provision to select any one desired programme for execution.
65
3.8.2.3 Each programme would be defined in 30 different steps. Each step will have valve sequence, time duration, pumps sequence and temp. as the variables.
3.8.2.4 It should have programme - test - run modes, to facilitate feeding
of different programs, test run before execution and actual execution of same respectively.
3.8.2.5 The system should be suitable for auto and manual operations. In
case of `auto' processor will execute the programmes from first step to last step. In case of `manual' operation, all the output signals will be controlled manually (by-passing processor) with help of toggle switches. The level controls will be done independently by level controllers in both auto and manual modes.
3.8.2.6 It should have `on-line display' of step name, temp.and time
elapsed. 3.8.2.7 It should have key board to programme different variables for the
step. During running indications of valves operated should be provided with the help of LEDs provided on mimic.
3.8.2.8 If programme execution stops at a particular step due to power
failure or process fault then commencement of programme execution should be from the same step where programme was terminated after restoration of ower/ rectification of fault with the help of reset switch.
3.8.2.9 It should have facilities to clear memory and to start the
programme from step one. 3.8.3 Input-output Signal unit 3.8.3.1 This unit should convert input signals such as tank levels, steam
pressure, compressed air pressure, temp of CIP solutions etc. into electrical signals.
3.8.3.2 Input signals from various sources will be brought to input and
output signal unit. 3.8.3.3 Input output signal unit should feed input signals to processor.
66
3.8.3.4 Processor through input output signal unit gives output signals for valve operations, actuations of contactors of pumps etc.
3.8.3.5 It should house necessary relays, timers, solenoid valves and toggle
switches etc. 3.8.3.6 It should be possible to isolate both the incoming and outgoing
signals by toggle switches. 3.8.3.7 The complete control unit including solenoid valves, level
controllers, steam controllers, etc. should operate on 24 V DC/AC supply.
3.8.3.8 It should have power supply unit along with step down transformer
to convert 415 V to 24 V for power supply to input output signal unit and processor.
3.8.4 Mimic Diagram and annunciator 3.8.4.1 Mimic diagram should display operations of CIP systems
3.8.4.2 It should display programme sequence and control logic as being
executed with help of LEDs. 3.8.4.3 It should show input process signals as well as feed back of output
signals. 3.8.4.4 16 window annunciator with a hooter for audio visual signaling
should be provided. 3.8.5 Controls Apart from above the control panel should be capable of
performing following functions. 3.8.5.1 Level Controls Make up water valve will open and close automatically based on
the levels in the CIP tanks by level controllers.
The extra low level should stop the supply pump, return pump and the timers followed by audio vidual signal. The visual signal should be on announicator.
67
The extra high level should give audio vidual fault signal. The
visual should be on announciator. 3.8.5.2 It should ensure return of CIP liquids to their respective tanks. 3.8.5.3 Fault signals The system should give audio (for fixed time) and
visual fault signal incase of following : 3.8.5.4.1 Extra low level and extra high level in acid, lye, hot water and
recuperation tanks. Both the extra low level probes will be mounted before supply pump. The extra high level probes will be mounted on discharge end of overflow header.
3.8.5.4.2 Low level and high level in concentrated acid and concentrated lye
tanks. 3.8.5.4.3 Low air pressure. 3.8.5.4.4 Low steam pressure. The system should go in halt condition automatically in case of
extra low levels and/or low air presssure. Restart shall be possible on removal of the faults and pressing the reset push button. During halt condition the supply pump, return pump, PID steam valve and timer will stop.
Once the programme has been started the sequence should be fully
automatic with time, temperature, flow rate, dosing system and routing of the return liquids. During the operation it will continue checking the parameters and correct the same wherever needed.
For manual correction it will display the parameter/s to be
corrected with audio signal. Upon completion of the programme cycle, the unit should switch off automatically.
3.8.6 The control panel shall be complete in all respects for the above
system, duly prewired, including the following:
i) A main switch for the complete supply with lamps and fuses. ii) Relays, fuses, solenoid valves and controls for pneumatically
operated valves, pumps etc.
68
iii) An emergency stop button to stop the entire operation of the CIP system.
iv) Two sets of selector switches for different programmes in
two circuits. v) Air piping for solenoid valves and pneumatic valves. vi) Suitable steam temperature controller shall be supplied and
installed with the plate heat exchanger and shall be operated automatically in conjunction with the set programme.
3.9 Necessary air piping, air tubing from air line to control panel,
solenoid valves etc. - 1 set 3.9.1 Necessary SS pipes and fittings, 51 mm dia for the complete
system upto outlet of plate heat exchanger and return line from plate heat exchanger to tanks/drain including bypass lines of 51 dia SS. The complete system should be pre-assembled at Supplier's works during inspection. The pipe supports of SS are also included in the scope of supply.
3.9.2 Necessary power & control cables, for control wiring and field
wiring including cable trays, junction box etc. 3.10 SS pneumatic valves with limit switches for cleaning and rinsing
solution lines and dosing lines should be provided.
- SS 3 way pneumatic valves for return - 5 nos - SS two way pneumatic valves for supply - 5 nos - SS non return valve - 1 no.
3.11 SS Header and Connecting Pipes 2 nos. SS headers for supply and
return made from 51mm dia SS pipes of AISI 304 quality complete with nozzles for connecting CIP supply of all tanks and also return for all tanks for both the circuits. All interconnecting piping should be done from header to supply/return line and connecting the header with supply pumps complete. The supply pipe line from PV5 to equipment and return line from return pump to duplex filters are not included in scope of supply. One header each of size 51 dia mm and 63.5mm dia for overflow and drain respectively should be provided. The end of each supply header towards supply pump should be provided with a level probe for sensing extra low
69
level. The discharge end of the overflow header should be provided with a level probe to sense extra high level.
3.12 Water line header 1 1/2" GI B class including 4 nos. GM water
valves and 3 nos. pneumatic SS valves. - 1 set.
3.13 Incidental services 3.13.1 The performance of complete 'on site' assembly including field
wiring and start up of CIP unit shall be provided by the supplier. 3.13.2 3 sets of detailed installation, operation and maintenance manual
including wiring diagram shall also be provided by supplier. 4.0 Programme Sequence for the CIP A typical sequence is as follows : CIP pipe cleaning cycle
Serial Operation sequence Approximate Approximate No. time in temperature minutes in degree (Max) Celsius (max) 1. Pre-rinse 3 - 2. Hot lye 1/3(20 Sec.) 65 3. Hot lye 15 65 4. Hot water rinse 1/3 55 5. Hot water rinse 2 55 6. Hot acid 10 65 7. Hot lye rinse 1/3 65 8. Hot lye rinse 2 65 9. Hot water rinse 1/3 55 10. Hot water rinse 2 55 11. Sterilising 10 85 12. Hot water rinse 5 55 13. Main water cooling 1/3 - 14. Main water cooling 2 -
70
Note
a. In case of acid by pass step no. 6 to 10 and step no. 12 will be by pass.
b. In case of sterilising water by pass step no.11 will be by pass. c. In case of acid and sterilising water by pass step no. 6 to 11 will be
by pass. d. In case of lye by pass step no.2 to 5 and 12 to be by pass.
e. In case of lye and st. water by pass the step no. 2 to 5 and step no.
11 to be by pass. f. In case of lye & acid by pass the step no. 2 to 10 & 12 to be by
pass. CIP equipment cleaning cycle
Operation sequence Approximate Apprx. Temp. time in in deg. Minutes Celsius (Max) (Max.) 1. Pre-rinse 1/3 - 2. Pre-rinse 3 - 3. Pre-rinse 1 - 4. Hot lye & dosing 1/3 - 5. Hot lye 15 65 6. Hot lye 1 0 7. Hot water rinse 1/3 55 8. Hot water rinse 2 55 9. Hot acid 10 65 10. Hot acid 1 - 11. Hot lye 1/3 - 12. Hot lye 2 - 13. Hot lye 2 - 14. Hot water rinse 1/3 55 15. Hot water rinse 2 55 16. Sterilising 10 85 17. Hot water rinse 5 55 18. Hot water rinse 1 - 19. Main water rinse 1/3 - 20 . Main water rinse 2 - 21. Main water rinse 1 -
71
NOTE
a. In case of acid by pass step no. 9 to 15 and 17 will be by pass. b. In case of sterilising water by pass step no.16 will be by pass. c. In case of acid and sterilising water by pass step no. 9 to 16 will be
by pass. 5.0 TESTS The following tests should be conducted by the manufacturer at
their works. 5.1 Dye penetration test for welding joints of the tanks. 5.2 Water fill-up test of inner vessels of the tanks for water tightness. 5.3 The heating coils should be pressure-tested at a pressure of 6 kg/sq
cm 6.0 REMARKS 6.1 Plastic pipes for connecting the outlets of solenoid valves to the
corresponding special pneumatic valves shall be included in the scope of supply.
6.2 Purchaser will provide following services at one point only :
- Air at 6 kg/sq.cm pressure. - Steam at 3 kg/sq.cm pressure - 415 V, 3 phase, 50 Hz AC power supply
6.3 The solenoid valves should be of 24V DC with a provision
to mount air pipe connections on inlet and outlet sides.
SIGNATURE OF THE TENDERER
72
8 – c - TECHNICAL SPECIFICATION FOR SUPPLY OF 425 LTS CAN SCRUBBER – 6 NOS FOR VELLORE DAIRY AND ALL C.C’S
1.0 FUNCTIONAL REQUIREMENTS The machine is required to mechanically scrub the inside and
outside surfaces (including the inner and outer bottoms) of standard 40 L milk cans.
1.1.1 CAPACITY:425 L
2.0 DESIGN REQUIREMENTS 2.1 Dimension of Can: Dimensions of cans are as below : Diameter of body : 352 mm Diameter of neck : 200 mm Height : 595 mm 2.2 Loading/Unloading: Manual 2.3 General Design: Immersion bath with nylon brushes. 2.4 Finish: All welding joints are to be ground smooth. All the
surfaces are to be polished to 150 grits. 3.0 SCOPE OF SUPPLY 3.1 The Bath: It should be a robust construction fabricated from 2
mm thick stainless steel conforming to AISI 304 with rigidly formed top edge. Holding capacity of the bath should be around 425 L. - 1 no.
3.2 Drive: This should be securely mounted at one end of the bath
with water tight removable cover. The brush drive shaft should extend through end wall and be fitted with seal to prevent ingress of water from the bath to the drive unit. The bearings should be protected from moisture-ingress and have sufficient greasing points. DRIVING SYSTEM TO BE COMPLETE WITH ELECTRIC MOTOR 1 HP, 1440 RPM, 3 PHASE, TEFC, degree of protection IP 55, Gear Box & driving chain. - 1 set.
73
3.3 Accessories of Bath 3.3.1 Nylon Brushes: Brushes should be of high quality and capable
of cleaning all the inner and outer surfaces within a few rotations. - 1 set.
3.3.2 Overflow and Drain: Both the connections should be made from
stainless steel (AISI 304) and the drain pipe should be provided with a stainless steel cock. Both the pipes should be brought down near to the floor level. - 1 no. each
3.3.3 Rollers: Rollers with proper bearings should be provided on
either sides of the can and mounted firmly on the inside of trough body. These rollers would help in smooth rotational motion of the cans. - 2 set.
3.3.4 Frame : The frame should be rigid and made from stainless
steel conforming to AISI 304. 3.3.5 Legs: Mild steel legs with stainless steel sheet (AISI 304)
cladding and stainless steel ball feet. The stainless steel ball feet should have provision for height adjustment of 50 mm. - 4 nos.
4.0 TESTS The following tests should be conducted by the manufacturer at
their works. 4.1 Dye penetration test for welding joints. 4.2 Water fill-up test for water tightness of the bath. Make – IDMC / Zuzer / Repute / S & S /Swasthic
SIGNATURE OF THE TENDERER
74
8 – d - TECHNICAL SPECIFICATION FOR SUPPLY, ERECTION AND COMMISSIONING OF 500 KVA DIESEL GENERATING SET WITH ACCOUSTIC
ENCLOSURE AND STANDARD CONTROL PANEL. – 1 No FOR VELLORE DAIRY 1.0 CAPACITY: 500 KVA
The diesel generating set of capacity specified in the data sheet and
schedule of quantities would be used to generate three phase AC electricity
at 415 volts and 50 Hz. The generating set would be used in the plant to
operate certain essential motors and lighting load in case there is electric
shut down/failure from the main source.
2.0 Design Requirements:
2.1 The diesel generating set shall comprise of diesel engine, alternator,
acoustic enclosure, control panel and accessories complete.
2.2 Diesel Engine:
The diesel engine of the DG set shall be skid mounted multi
cylinders, coolant cooled, turbo charged with after cooler suitable for
Generating set application and capable of developing required BHP when
running at 1500 rpm under NTP conditions. The engine should be built to
ISO 3046 / BS: 5514 amended on date and rated for continuous running for
24 hours with an overload capacity of 10% for a period not exceeding 1 hour
in any 12 hours running. The engine instrument panel shall be supplied
with:
Ø Ignition key
Ø Starting push button
Ø Coolant water temperature
Ø Lubricating oil pressure gauge
Ø Lubricating oil temperature gauge
Ø Engine speed – RPM meter (Digital)
Ø Engine running hour meter
Ø Battery voltage
Ø Battery charging ammeter
The diesel engine should be four strokes, multi cylinder and complete
with the following:
Ø Flywheel & Flywheel housing to suit alternator
75
Ø Engine cooling system with radiator, Cooling blower & corrosion
inhibitor coolant
Ø First fill of CAC coolant with coolant recovery bottle.
Ø Dry type replaceable paper element air cleaner with vacuum indicator
Ø Paper element filters for fuel, lube oil & by – pass
Ø Fuel oil pump with mechanical and electronic governor fuel injectors
& hoses
Ø First fill of lubricating oil
Ø Lubricating oil cooler
Ø Closed coupling
Ø Exhaust silencer residential type (Exhaust silencer & exhaust pipe to
be insulated with mineral wool and gladded with 22g aluminum
sheets. Exhaust pipe must be taken out of the building up to 7 mtrs
height from the ground level as per statutory requirements of State
Pollution Control Board with stainless steel exhaust flexible
connection.
Ø 24 V Self-starting arrangement with suitable rating SMF battery,
suitable power supply battery charging arrangements and cables.
Ø Standard set of tools
Ø Engine protections (trip) – High water temperature, low lube oil
pressure, over speed.
Ø Low coolant / Oil level alarm
Ø Holding down bolts & MS combination base frame.
Ø Fuel tank of capacity suitable for 8 hours continuous operation
Ø Control panel for engine with engine safety against over speed, high
water / coolant temperature and low lube oil pressure.
2.3 Alternator: The engine shall be closed coupled to one suitable self excited & self
regulated (through an AVR) alternator developing required KVA at 0.8 power
factor, 3 phase, 415 volts 50 Hz. AC power supply under NTP conditions
when running at 1500 RPM. The alternator shall be brushes type, screen
protected and fitted with end shield and bass / roller bearing confirming to
BS: 5000 / IS: 4722 amended as on date. The winding insulation shall
confirm to Class “H”. The alternator shall be supplied with automatic voltage
regulator and band of voltage regulation shall be + 2.5 % of rated voltage
76
from no load to full load. Alternator of rating 500 KVA and above shall be
provided with thermister winding for protection against overheating. The
temperature sensor of thermister winding shall be connected to DG set
control panel. The alternator shall be capable of carrying an unbalanced
load of 25% without injurious heating of any part, provided the rated current
is not exceeded. The alternator shall withstand a short circuit at its
terminals for three seconds with excitation adjusted to develop rated voltage
at no load without any damage. The sub-transient current shall not exceed
15 times the full load current.
2.4 Control Panel: The diesel generating set shall be supplied with suitable floor
mounting type control panel duly prewired with the following instruments:
Ø One Digital power factor meter
Ø One Digital KWH meter
Ø One Digital KVA meter
Ø One Digital ammeter with selector switch
Ø One Digital voltmeter with selector switch for alternator
Ø One running hour meter (time totalize)
Ø One set of epoxy resin caster CTS of suitable ratings for metering and
protection.
Ø One MCCB or ACB (depending on rating of the DG set) to disconnect
power supply in case load of generating set increases beyond
permitted limits. The rupturing capacity of the MCCB should not be
less than 50 KA.
Ø One set of TPON Bus bar insulated with heat shrinkable PVC sleeves
(maximum permissible current density shall be 0.8 amps/mm2
Ø One set indicating lamps and control fuses.
The control panel should confirm to the Indian Electricity Rules.
The panel or DG set of capacity above 500 KVA shall also have
following protection component:
Ø Thermal time delay trip for overload protection
Ø Magnetic instantaneous trip for short circuit / earth fault relay
2.5 Base Frame: The above diesel engine and alternator shall be mounted on specially
designed combination base frame and MS structure of extremely rigid
77
fabrication. The base frame shall be suitable for mounting the set on AVM
pad over the RCC foundation. The DG set i.e., engine an alternator with
closely / closed coupling assembled completely on base frame shall be
supplied to the project site.
2.6 Fuel Tank: MS fuel tank of capacity suitable for 8 hours continuous operation.
However, the minimum capacity of the tank shall not be less than 990 liters.
The tank shall be complete with suitable mounting brackets, complete with
level indicator, Fuel inlet and out, fuel pipes, air vent and drain plug.
2.7 Acoustic Enclosure: The acoustic enclosure shall be designed for reducing the noise level
and providing ventilation of the DG set to remove the heat fumes dissipated
by engine, alternator & its accessories and to provide combustion air. The
enclosure shall have access for serviceability.
The acoustic enclosure of DG set shall be of outdoor type,
prefabricated, MS modular, free standing, floor mounted sound proof
enclosure to meet the most stringent by the Ministry of Environment and
Forest (MOEF), Government of India (GOI), as per notification no. GSR 371
(E) dated May 17, 2002 and shall be certified for noise control levels of 75
dBA @ 1 meter distance (at 75% load under free field conditions) by the
MOEF, GOI appointed nodal agencies.
Enclosure panels shall be filled with suitable insulation material to
meet IS 8183 specifications for better sound attenuation and covered with
22 SWG GI perforated sheet. Acoustic canopy shall be 16 SWG CRCA
powder coated sheet panels and louvers. The enclosures shall be provided
with inlet and outlet specifically designed louvers for ventilation and air
movement across the enclosure. Doors on either sides of the DG set shall be
provided for easy access and maintenance of battery, radiator, engine and
alternator. All doors shall be provided with stainless steel hinges and
suitable locking arrangement.
2.8 Bidders are requested to quote separate price for set of spares
required for 2 years normal operation specifying the quantity, name of spare
part and its unit price.
2.9 The bidders shall quote only for assemble sets. The assembled sets, if
required, shall be inspected at the works of supplier at the discretion of the
78
TCMPF Ltd., In case of over dimensions assemblies, the same may be
permitted for transportation in knocked down conditions, otherwise the set
should be despatched in assembled conditions only.
2.10 The foundation details with relevant drawings should also be
submitted.
3.0 RUBBER MATS: Neoprene rubber mats of thickness 12mm minimum suitable for the
applicable HT / LT voltage grade and confirming to the IS: 5424
specifications shall be supplied for HT Panels, Battery charger Panel, LT
Power Control Centre, DG set Control Panel, RTCC panels etc.,
4.0 Cable: Supply and Interlinking of generator with control panel with three
runs of 3 ½ Core x 400 Sq. mm size aluminum armored cable with
necessary glands, sockets etc., ISO certified cable for this purpose shall be
supplied by the tenderers – Total 100 mtrs for 3 runs
5.0 Earthing:
Supply and fixing of earth pits of 4 Nos. for the generator for neutral –
2 Nos. and body – 2 Nos. of Ashlok safe earthing type of the earth pipes shall
be of 80 mm GI – B Class pipe, 3 mtrs length back fill compound earth work,
brick work and RCC slab cover are in the scope of supply. All the earth pits
are interlinked. Supply and fixing of copper earth flats of 40mm x 6 mm
from earth pit to generator neutral and body of the generator and
interlinking both the earth pits.
PART – B – ERECTION & COMMISSIONING
SCOPE OF WORK:
1. Unpacking, shifting, positioning of diesel genset with integral enclosure on
foundation with AVMs, erection of control panel and fixing of diesel tank
with angle iron frame work with cross stiffness.
2. Erection and commissioning of generator with full load.
3. First fill of Diesel (tank full) and oil for commissioning is in the scope of the
equipment supplier.
79
4. Preparation of drawing for the submission of approval from CEIG and getting
approval of drawing and safety certificate from the CEIG is in the scope of
the supplier (including the control panel to MV Panel cable).
5. Any other works including materials for supply, erection and commissioning
of 500 KVA Genset will be borne by the tenderer.
6. The tenderer is advised to inspect the site to obtain information regarding all
site conditions before tendering.
Price Breakup details for 500 KVA Genset of Vellore Dairy
Sl No Dilscription Qty required (Approx)
Rate / met / No/ Unit
Total Amount
1 Cable size – 3 run 3.5 core X 400 Sq mm Aluminium
100 mts
2 Aluminium Socket flat type – 400 Sq mm
36 Nos
3 Aluminium Socket flat type – 185 Sq mm
12 Nos
4 Cable gland - 400 Sq mm 12 Nos 5 Copper flat for neutral earth
40 X 6 mm 30 Mts
6 Chemical earth electrode for 4 Nos Earth bit length 2.5 mts
4 Nos
7 Copper flat for Earth bit inter link Size 25 x 3 mm
20 Mts
8 Copper flat for body earth Size 40 x 6 mm
20 Mts
9 500 KVA D.G set incomer for M.V panel
9 - a MCCB 800 Ams 4 Pole 1 No
9 - b Switch fuse unit 630 Ams 1 No
9 - c Bus chamber and Busbar inter connection with interlocking, and arrangements for electrical inspection, Drawing approval and safety certificate etc., are to be obtained from TANGED CO., for operating the Genset
1
SIGNATURE OF THE TENDERER
80
8 – e - TECHNICAL SPECIFICATION FOR SUPPLY, ERECTION, AND COMMISSIONING OF 100 KVA DIESEL GENERATING SET WITH ACCOUSTIC
ENCLOSURE AND STANDARD CONTROL PANEL. – 1 NO FOR KODAIKKAL C.C 1.0 CAPACITY: 100 KVA
The diesel generating set of capacity specified in the data sheet and
schedule of quantities would be used to generate three phase AC electricity
at 415 volts and 50 Hz. The generating set would be used in the plant to
operate certain essential motors and lighting load in case there is electric
shut down/failure from the main source.
2.0 Design Requirements:
2.1 The diesel generating set shall comprise of diesel engine, alternator,
acoustic enclosure, control panel and accessories complete.
2.2 Diesel Engine:
The diesel engine of the DG set shall be skid mounted multi
cylinders, coolant cooled, turbo charged with after cooler suitable for
Generating set application and capable of developing required BHP when
running at 1500 rpm under NTP conditions. The engine should be built to
ISO 3046 / BS: 5514 amended on date and rated for continuous running for
24 hours with an overload capacity of 10% for a period not exceeding 1 hour
in any 12 hours running. The engine instrument panel shall be supplied
with:
Ø Ignition key
Ø Starting push button
Ø Coolant water temperature
Ø Lubricating oil pressure gauge
Ø Lubricating oil temperature gauge
Ø Engine speed – RPM meter (Digital)
Ø Engine running hour meter
Ø Battery voltage
Ø Battery charging ammeter
The diesel engine should be four strokes, multi cylinder and complete
with the following:
Ø Flywheel & Flywheel housing to suit alternator
81
Ø Engine cooling system with radiator, Cooling blower & corrosion
inhibitor coolant
Ø First fill of CAC coolant with coolant recovery bottle.
Ø Dry type replaceable paper element air cleaner with vacuum indicator
Ø Paper element filters for fuel, lube oil & by – pass
Ø Fuel oil pump with mechanical and electronic governor fuel injectors
& hoses
Ø First fill of lubricating oil
Ø Lubricating oil cooler
Ø Closed coupling
Ø Exhaust silencer residential type (Exhaust silencer & exhaust pipe to
be insulated with mineral wool and gladded with 22g aluminum
sheets. Exhaust pipe must be taken out of the building up to 7 mtrs
height from the ground level as per statutory requirements of State
Pollution Control Board with stainless steel exhaust flexible
connection.
Ø 24 V Self-starting arrangement with suitable rating SMF battery,
suitable power supply battery charging arrangements and cables.
Ø Standard set of tools
Ø Engine protections (trip) – High water temperature, low lube oil
pressure, over speed.
Ø Low coolant / Oil level alarm
Ø Holding down bolts & MS combination base frame.
Ø Fuel tank of capacity suitable for 8 hours continuous operation
Ø Control panel for engine with engine safety against over speed, high
water / coolant temperature and low lube oil pressure.
2.3 Alternator: The engine shall be closed coupled to one suitable self excited & self
regulated (through an AVR) alternator developing required KVA at 0.8 power
factor, 3 phase, 415 volts 50 Hz. AC power supply under NTP conditions
when running at 1500 RPM. The alternator shall be brushes type, screen
protected and fitted with end shield and bass / roller bearing confirming to
BS: 5000 / IS: 4722 amended as on date. The winding insulation shall
confirm to Class “H”. The alternator shall be supplied with automatic voltage
82
regulator and band of voltage regulation shall be + 2.5 % of rated voltage
from no load to full load. Alternator of rating 100 KVA and above shall be
provided with thermister winding for protection against overheating. The
temperature sensor of thermister winding shall be connected to DG set
control panel. The alternator shall be capable of carrying an unbalanced
load of 25% without injurious heating of any part, provided the rated current
is not exceeded. The alternator shall withstand a short circuit at its
terminals for three seconds with excitation adjusted to develop rated voltage
at no load without any damage. The sub-transient current shall not exceed
15 times the full load current.
2.4 Control Panel: The diesel generating set shall be supplied with suitable floor
mounting type control panel duly prewired with the following instruments:
Ø One Digital power factor meter
Ø One Digital KWH meter
Ø One Digital KVA meter
Ø One Digital ammeter with selector switch
Ø One Digital voltmeter with selector switch for alternator
Ø One running hour meter (time totalize)
Ø One set of epoxy resin caster CTS of suitable ratings for metering and
protection.
Ø One MCCB or ACB (depending on rating of the DG set) to disconnect
power supply in case load of generating set increases beyond
permitted limits. The rupturing capacity of the MCCB should not be
less than 50 KA.
Ø One set of TPON Bus bar insulated with heat shrinkable PVC sleeves
(maximum permissible current density shall be 0.8 amps/mm2
Ø One set indicating lamps and control fuses.
The control panel should confirm to the Indian Electricity Rules.
The panel or DG set of capacity above 100 KVA shall also have
following protection component:
Ø Thermal time delay trip for overload protection
Ø Magnetic instantaneous trip for short circuit / earth fault relay
83
2.5 Base Frame: The above diesel engine and alternator shall be mounted on specially
designed combination base frame and MS structure of extremely rigid
fabrication. The base frame shall be suitable for mounting the set on AVM
pad over the RCC foundation. The DG set i.e., engine an alternator with
closely / closed coupling assembled completely on base frame shall be
supplied to the project site.
2.6 Fuel Tank: MS fuel tank of capacity suitable for 8 hours continuous operation.
However, the minimum capacity of the tank shall not be less than 990 liters.
The tank shall be complete with suitable mounting brackets, complete with
level indicator, Fuel inlet and out, fuel pipes, air vent and drain plug.
2.7 Acoustic Enclosure: The acoustic enclosure shall be designed for reducing the noise level
and providing ventilation of the DG set to remove the heat fumes dissipated
by engine, alternator & its accessories and to provide combustion air. The
enclosure shall have access for serviceability.
The acoustic enclosure of DG set shall be of outdoor type,
prefabricated, MS modular, free standing, floor mounted sound proof
enclosure to meet the most stringent by the Ministry of Environment and
Forest (MOEF), Government of India (GOI), as per notification no. GSR 371
(E) dated May 17, 2002 and shall be certified for noise control levels of 75
dBA @ 1 meter distance (at 75% load under free field conditions) by the
MOEF, GOI appointed nodal agencies.
Enclosure panels shall be filled with suitable insulation material to
meet IS 8183 specifications for better sound attenuation and covered with
22 SWG GI perforated sheet. Acoustic canopy shall be 16 SWG CRCA
powder coated sheet panels and louvers. The enclosures shall be provided
with inlet and outlet specifically designed louvers for ventilation and air
movement across the enclosure. Doors on either sides of the DG set shall be
provided for easy access and maintenance of battery, radiator, engine and
alternator. All doors shall be provided with stainless steel hinges and
suitable locking arrangement.
84
2.8 Bidders are requested to quote separate price for set of spares
required for 2 years normal operation specifying the quantity, name of spare
part and its unit price.
2.9 The bidders shall quote only for assemble sets. The assembled sets, if
required, shall be inspected at the works of supplier at the discretion of the
TCMPF Ltd., In case of over dimensions assemblies, the same may be
permitted for transportation in knocked down conditions, otherwise the set
should be despatched in assembled conditions only.
2.10 The foundation details with relevant drawings should also be
submitted.
3.0 RUBBER MATS: Neoprene rubber mats of thickness 12mm minimum suitable for the
applicable HT / LT voltage grade and confirming to the IS: 5424
specifications shall be supplied for HT Panels, Battery charger Panel, LT
Power Control Centre, DG set Control Panel, RTCC panels etc.,
4.0 Cable: Supply and Interlinking of generator with control panel with three
runs of 3 ½ Core x 300 Sq. mm size aluminum armored cable with
necessary glands, sockets etc., ISO certified cable for this purpose shall be
supplied by the tenderers – Total 300 mtrs for 3 runs
5.0 Earthing:
Supply and fixing of earth pits of 4 Nos. for the generator for neutral –
2 Nos. and body – 2 Nos. of Ashlok safe earthing type of the earth pipes shall
be of 80 mm GI – B Class pipe, 3 mtrs length back fill compound earth work,
brick work and RCC slab cover are in the scope of supply. All the earth pits
are interlinked. Supply and fixing of copper earth flats of 40mm x 6 mm
from earth pit to generator neutral and body of the generator and
interlinking both the earth pits.
85
PART – B – ERECTION & COMMISSIONING
SCOPE OF WORK:
7. Unpacking, shifting, positioning of diesel genset with integral enclosure on
foundation with AVMs, erection of control panel and fixing of diesel tank
with angle iron frame work with cross stiffness.
8. Erection and commissioning of generator with full load.
9. First fill of Diesel (tank full) and oil for commissioning is in the scope of the
equipment supplier.
10. Preparation of drawing for the submission of approval from CEIG and getting
approval of drawing and safety certificate from the CEIG is in the scope of
the supplier (including the control panel to MV Panel cable).
11. Any other works including materials for supply, erection and commissioning
of 500 KVA Genset will be borne by the tenderer.
12. The tenderer is advised to inspect the site to obtain information regarding all
site conditions before tendering.
SIGNATURE OF THE TENDERER
86
8 – f - TECHNICAL SPECIFICATION FOR SUPPLY,
ERECTION AND COMMISSIONING OF 7 X 7 FRICK OR VILTER OR
KIRLOSKER KCX-3 COMPRESSOR – 2 NOS FOR VELLORE DAIRY
1.0 Refrigeration Compressor:
1.1 Replace the existing Frick 7 x 7 compressor by Supply, erection
and commissioning of new Frick 7 X 7 or Vilter or Kirlosker KCX-3
Compressor heavy duty industrial type double cylinder
reciprocating ammonia compressor of capacity not less than
1,08,000 Kcal/hr (36 TR) at minus 10°C suction temperature
and plus 40°C condensing temperature.
1.2. One set of standard accessories for the above compressor shall
include
a) Automatic un loader and manual capacity controller
b) Suction & discharge manifold with isolating valves
c) High & Low pressure cutouts
d) Gauge board with 4” high and low pressure gauges (to be
installed wall mounted independent of compressor)
e) Oil pressure gauge & cutouts may be provided.
f) Tools and wrenches
g) Fly wheel
2.0 Erection and Commissioning of Frick 7 X 7 or Vilter or Kirlosker
KCX-3Compressor. 2.1 Removing of existing 7x7 Frick compressor and erection
commissioning of new Frick 7 x 7 or Vilter or Kirlosker KCX-3
compressor at same place
2.2 The tenderers are advised to inspect Vellore dairy for the above
work before quoting their rates.
2.3 Any other work including materials for supply, erection and
commissioning of the above refrigeration work will be borne by
the tenderer.
SIGNATURE OF THE TENDERER
87
8 – g - TECHNICAL SPECIFICATION SUPPLY, ERECTION AND COMMISSIONING OF 40 – TR NEW AMMONIA ATMOSPHERIC
CONDENSER AND ITS ACCESSORIES FOR ANAKKAVUR CC AND AMBUR CC
1.0 Job description:
1.1 Supply, erection and commissioning of New Ammonia Atmospheric
condenser 600 RMT ( 40 TR) and its accessories for Anakkavoor CC and
Ambur CC of VTDCMPU Ltd., Vellore. The Condenser shall be designed
for reliable and continuous, round the clock operation for all 365 days of
the year, in accordance with following requirements :-
Ø Comply with relevant codes and standards indicated
Ø Energy efficient, cost economical and simple to operate and
maintain
Ø Comply with highest level of safety standards.
Ø Comply with statutory requirements.
Ø Useful working life of over 20 years.
1.2 The successful tenderer shall be fully responsible to undertake all the
work involved in implementing the project, confirming to high
standards of engineering design & workmanship and be capable of
performing in continuous commercial operation to meet agreed
performance standards in a manner acceptable to the purchaser.
1.3 Tenderer shall accept to undertake the complete work and there shall
not be any exclusion whatsoever of any PART. It shall be understood
that any minor work, which may not be explicitly detailed but is
necessary for the proper functioning of the individual equipment or
automated plant as a whole, is included in the scope of work without
any additional cost.
1.4 The tenderer shall be responsible for arranging approval from various
applicable Indian Statutory authorities on behalf of the Purchaser.
The Purchaser on production of documentary evidence shall
reimburse the statutory fees, if any applicable.
88
1.5 The quantity of pipes, fittings, valves, cables, cable trays, earthing,
instruments, insulation, etc are to be offered based on the actual
requirement at site. Tenderer has to work out the exact details based
on the system offered.
2.0 SCOPE OF SUPPLY:
2.1.1. Supply, erection and commissioning of Ammonia Atmospheric
condenser coils out of 50mm NB, 5.54mm Thick (with tolerance limit
of ± 2%) MS ‘C’ class pipe of reputed make (TATA/JINDAL) with ISI
quality. Each coils with 12 pipe height, (gap between coil – 450mm)
pipe length of 6 mtrs, and a set having 8 coils of 600 RMT including
bends. The each coil should be provided with necessary supporting
MS structure for coils, header pipes, fittings etc.
2.1.2 Each coil shall be provided with 1 ¼” flange type ammonia valve for
inlet of ammonia gas and ¾” flange type ammonia valve for liquid
outlet of reputed make (SUPER/DONFOSS/FRICK) with ISI quality.
2.1.3 Each set of coils shall be provided with gas common header of size 4”
MS ‘C’ class heavy duty pipe and liquid common header of size 2 ½”
MS ‘C’ class heavy duty pipe (TATA/JINDAL)
2.1.4 Each set of coils, one common flange type inlet ammonia valve of size 2”
and outlet ammonia valve of size 1 ¼” with necessary pipes, bolt, nut
etc. shall be provided.
2.1.5 Water Sprinkling header GI pipe of 50mm size ‘B’ class pipes of reputed
make (TATA/JINDAL) with ISI quality with isolating valve and
supporting structural members shall be provided.
2.1.6 All condenser coils, liquid and gas headers, supporting structures etc.
shall be properly and uniformly sand plastered and spray galvanized to
100 micron thick (with tolerance limit of ± 10%) before erection.
2.1.7 Air purging line with valves size of ¾” and drain line with valve size of
¾” for each set of coils shall be provided.
89
2.1.8 Suitable ladder arrangement and MS platform shall be provided to
do easy maintenance work on the Condenser pipes.
2.1.9 The existing Atmospheric Coil from its position at Annakavur CC shall
be removed by the tenderer.
SIGNATURE OF THE TENDERER
90
8 – h – TECHNICAL SPECIFICATION FOR SUPPLY, ERECTION AND
COMMISSIONIG OF 2000 LPH WATER SOFTENING PLANT FOR
THIRUVANNAMALAI, ANAKKAVOOR, KODAIKKAL AND AMBUR
CHILLING CENTERS 1.1Functional Requirement: Supply, erection and commissioning of water softening plant 2KLPH Capacity for providing softened water for cleaning of S.S Vessels, S.S Pipes, Chiller, Condenser makeup water, and compressor head water cooling etc.,
2.1 The Softening system consisting of following:
a) Feed water pump b) Soften water storage tank c) Dosing system d) Feed water hardness of Thiruvannamali, Anakkavoor, Kodaikkal 700 – 750 PPM and
water hardness of Ambur C.C 1400 – 1500 PPM to be reduced as Soften water hardness 20 – 30 PPM
e) Reburied quantity of water (20 – 30 PPM) per day 15,000 Lts f) Inter connection of raw water, feed water tank, feed pump, regeneration tank, Soften
water storage tank and including P.V.C pipes, valves, fittings etc., 3.1 Available water parameters of Thiruvannamali, Anakkavoor, Kodaikkal and Ambur Chilling Centers
Thiruvannamalai Kodakkal Anakkavoor Ambur
Water source : BW Well Well BW
Appearance : C &C C &C C &C C &C Odor : None None None None
Turbidity : Nil Nil Nil 2
Total Dissolved Solids : 1075 mg/l 521 1075 mg/l 3010 mg/l
Electrical Conductivity : 1535 744 1535 mg/l 4300 mg/l
(Micromho/Cm)
pH Value : 7.45 7.52 7.50 mg/l 6.94 mg/l
p- Alkalinity as CaCO3 : Nil Nil Nil Nil
Total Alkalinity as CaCO3 : 232 mg/l 184 mg/l 232 mg/l 488 mg/l
Total Hardness as CaCO3 : 540 mg/l 190 mg/l 540 mg/l 1380 mg/l
Calcium as Ca : 179 mg/l 90 mg/l 179 mg/l 226 mg/l
Magnesium as Mg : 22 mg/l 15 mg/l 22 mg/l 170 mg/l
Iron as Fe : Nil Nil Nil 0.04
91
Manganese as Mn : Nil Nil Nil Nil
Free Ammonia as NH3 : Nil Nil Nil Nil
Nitrite as NO2 : Nil Nil Nil Nil
Nitrite as NO3 : 36 mg/l 20 mg/l 37 mg/l 55 mg/l
Chloride as Cl : 248 mg/l 96 mg/l 260 mg/l 970 mg/l
Fluoride as F : 0.2 mg/l 0.4 mg/ l 0.4 mg/ l 1.2 mg/l
Sulphate as SO4 : 213 mg/l 60 mg/l 185 mg/l 391 mg/l
Phosphate as PO4 : Nil Nil Nil Nil
Tidy’s test 0.1 0.1 0.1 0.3
The available water quality as above may be softened to bring down the PPM to blow
30 PPM 4.0 Job description:
4.1 Supply, erection and commissioning of 2 KLPH Water softening plant–
each 1 No. for. Thiruvannamali, Anakkavoor, Kodaikkal and Ambur Chilling
Centers. The softening plant shall be designed for reliable and
continuous, round the clock operation for all 365 days of the year, in
accordance with following requirements :-
Ø Comply with relevant codes and standards indicated
Ø Energy efficient, cost economical and simple to operate and
maintain
Ø Comply with highest level of safety standards.
Ø Comply with statutory requirements.
Ø Useful working life of over 20 years.
4.2 The successful tenderer shall be fully responsible to undertake all the
work involved in implementing the project, confirming to high
standards of engineering design & workmanship and be capable of
performing in continuous commercial operation to meet agreed
performance standards in a manner acceptable to the purchaser.
4.3 Tenderer shall accept to undertake the complete work and there shall
not be any exclusion whatsoever of any PART. It shall be understood
that any minor work, which may not be explicitly detailed but is
necessary for the proper functioning of the individual equipment or
92
automated plant as a whole, is included in the scope of work without
any additional cost.
4.4 The tenderer shall be responsible for arranging approval from various
applicable Indian Statutory authorities on behalf of the Purchaser.
The Purchaser on production of documentary evidence shall
reimburse the statutory fees, if any applicable.
4.5 Tenderer has to work out the exact details based on the system
offered.
5.0 The technical specification of major components as follows
01. FILTER FEED PUMP Type : Horizontal, Monobloc
Nos. Offered : One No.
Make : Kirloskar/CRI/Equal ant
Flow Rate : 2,000 Liters/Hr
Head : 30 MWC
Material of Construction : CI Motor : 1.0 HP
02. MULTIGRADE SAND FILTER
Nos. Offered : One
Material of Construction : FRP
Design Operating Flow Rate : 2,000 Litres /Hr.
Frontal Pipe Work : One No
Minimum Operating Pressure : 2.0 Kg/cm2
Maximum Operating Pressure : 3.5 Kg/cm2
Filtering Media : Graded Sand & Gravels
Pressure Gauge : One No
Valve Type : Multiport
03. ACTIVATED CARBON FILTER Nos. Offered : One
Material of Construction : FRP
Design Operating Flow Rate : 2,000 Litres /Hr.
Frontal Pipe Work : One No
Minimum Operating Pressure : 2.0 Kg/cm2
Maximum Operating Pressure : 3.5 Kg/cm2
93
Filtering Media : Granular Activated Carbon
Pressure Gauge : One No
Valve Type : Multiport
04. WATER SOFTENING PLANT Treated water quality from softening
plant : Below 30 PPM
Nos. offered : One
Material of Construction : FRP
Minimum Operating Pressure : 2.0 Kg/cm2
Maximum Operating Pressure : 3.5 Kg/cm2
Design Operating Flow Rate : 2,000 Litres/Hr
Type of Valve : Multiport
Brine Measuring Tank with accessories : One No.
SIGNATURE OF THE TENDERER
94
8 – i - TECHNICAL SPECIFICATION FOR SUPPLY, ERECTION AND COMMISSIONING OF 6000 LPH WATER SOFTENING PLANT – 1 NO
FOR VELLORE DAIRY
1.1Functional Requirement: Supply, erection and commissioning of water softening plant 6KLPH Capacity for providing softened water for cleaning of S.S Vessels, S.S Pipes, Chiller, Processing plant, Feed water to Boiler, Condenser makeup water, and compressor head water cooling etc., 2.1 The Softening system consisting of following:
a) Feed water pump b) Soften water storage tank c) Dosing system d) Feed water hardness 700 – 750 ppm to be reduced as
Soften water hardness 20 – 30 ppm e) Reburied quantity of water (20 – 30 ppm) per day 50,000 Lts f) Inter connection of raw water, feed water tank, feed pump, regeneration tank and
including P.V.C pipes, valves, fittings etc., 3.1 Available water parameters of Vellore Dairy
Raw Water Quality: Source : Well-I BW-1 BW-2 Well -II (Purchase Water) (Mun. Water) Appearance : C &C C &C C &C C &C Odor : None None None None
Turbidity : 1 NTU 1 NTU Nil Nil
Total Dissolved Solids : 1217 mg/l 1582 1098 mg/l 1107 mg/l
Electrical Conductivity : 1738 2260 1568 mg/l 1581 mg/l
(Micromho/Cm)
pH Value : 7.38 7.40 7.42 mg/l 7.10 mg/l
p- Alkalinity as CaCO3 : Nil Nil Nil Nil
Total Alkalinity as CaCO3 : 396 mg/l 252 mg/l 236 mg/l 244 mg/l
Total Hardness as CaCO3 : 516 mg/l 590 mg/l 488 mg/l 396 mg/l
Calcium as Ca : 154 mg/l 164 mg/l 165 mg/l 110 mg/l
Magnesium as Mg : 32 mg/l 43 mg/l 18 mg/l 29 mg/l
Iron as Fe : Nil Nil Nil Nil
Manganese as Mn : Nil Nil Nil Nil
Free Ammonia as NH3 : Nil Nil Nil Nil
Nitrite as NO2 : Nil Nil Nil Nil
Nitrite as NO3 : 34 mg/l 39 mg/l 36 mg/l 29 mg/l
95
Chloride as Cl : 238 mg/l 480 mg/l 294 mg/l 290 mg/l
Fluoride as F : 0.6 mg/l 0.6 mg/ l 0.6 mg/ l 0.6 mg/l
Sulphate as SO4 : 189 mg/l 264 mg/l 176 mg/l 148 mg/l
Phosphate as PO4 : Nil Nil Nil Nil
The available water quality as above may be softened to bring down the PPM to blow
30 PPM 4.0 Job description:
4.1 Supply, erection and commissioning of 6 KLPH Water softening plant–
1 No. for Vellore Dairy. The softening plant shall be designed for
reliable and continuous, round the clock operation for all 365 days of
the year, in accordance with following requirements :-
Ø Comply with relevant codes and standards indicated
Ø Energy efficient, cost economical and simple to operate and
maintain
Ø Comply with highest level of safety standards.
Ø Comply with statutory requirements.
Ø Useful working life of over 20 years.
4.2 The successful tenderer shall be fully responsible to undertake all the
work involved in implementing the project, confirming to high
standards of engineering design & workmanship and be capable of
performing in continuous commercial operation to meet agreed
performance standards in a manner acceptable to the purchaser.
4.3 Tenderer shall accept to undertake the complete work and there shall
not be any exclusion whatsoever of any PART. It shall be understood
that any minor work, which may not be explicitly detailed but is
necessary for the proper functioning of the individual equipment or
automated plant as a whole, is included in the scope of work without
any additional cost.
4.4 The tenderer shall be responsible for arranging approval from various
applicable Indian Statutory authorities on behalf of the Purchaser.
The Purchaser on production of documentary evidence shall
reimburse the statutory fees, if any applicable.
96
4.5 Tenderer has to work out the exact details based on the system
offered.
5.0 The technical specification of major components as follows
MATERIAL OF CONSTRUCTION - FRP 01. FILTER FEED PUMP Type : Horizontal, Monobloc Nos. Offered : Two (1W + 1S) Make : Kirloskar / CRI / Equalant Flow Rate : 6,000 Liters/Hr Head : 30 to 35 MWC
Material of Construction : CI Motor : 415 V, 3.0 HP 02. MULTIGRADE SAND FILTER Nos. Offered : One No. Type : Vertical Floor mounted Design Pressure : 3.5 Kg/cm2 Material of construction : FRP Valve Type : Multiport Frontal Pipe work : One Set Design Operating Flow Rate : 6,000 Litres/Hr Min. Operating Pressure : 2.0 Kg/cm2 Max. Operating Pressure : 3.5 Kg/cm2 Filtering media : Graded Sand & Gravels 03.ACTIVATED CARBON FILTER No. Offered : One No. Type : Vertical Floor mounted Design Pressure : 3.5 Kg/cm2 Material of construction : FRP Design Operating Flow Rate : 6,000 Litres/Hr Min. Operating Pressure : 2.0 Kg/cm2 Max. Operating Pressure : 3.5 Kg/cm2 Frontal Pipe work : One Set Valve Type : Multiport Filtering media : Granular Activated Carbon Pressure Gauge : 1 Nos.
97
04. WATER SOFTENING PLANT Treated water quality from softening plant : Below 30 PPM Nos. offered : One Type : Vertical Floor Mounted Design Pressure : 3.5 Kg/cm2 Material of Construction : FRP Minimum Operating Pressure : 2.0 Kg/cm2 Maximum Operating Pressure : 3.5 Kg/cm2 Design Operating Flow Rate : 6,000 Litres/Hr. Type of Valve : Butterfly Brine Measuring Tank with accessories : One No..
SCOPE OF SUPPLY
Filter Feed Pump : Two Nos. (1 W + 1S). MULTIGRADE SAND FILTER • One FRP pressure vessel fitted with internal fittings • One set of frontal piping, linking manual operated multi-port valve to FRP vessel
• One complete charge of suitable filter media with supporting underbed media • One pressure gauge. ACTIVATED CARBON FILTER • One FRP pressure vessel fitted with internal fittings
• One set of frontal piping, linking manual operated multi-port valve to FRP vessel • One complete charge of suitable filter media with supporting underbed media • One pressure gauge. WATER SOFTENING PLANT • One FRP pressure vessel fitted with internal fittings. • One manual lever-operated individual valve with brine ejector and piping
• One complete charge of exchange resin • One complete salt tank of HDPE with fittings and brine filtering media • One Hardness Test kit. Civil Work
Necessary Civil works should be made for installation of the above softening plant
SIGNATURE OF THE TENDERER
98
SUPPLY, ERECTION AND COMMISSIONING OF DAIRY
EQUIPMENTS/ REFRIGERATION / GENSET / WATER
SOFTENER WITH ITS ACCESSORIES FOR VELLORE
DAIRY AND ITS CHILLING CENTRES.
REF. NO: 5808/B1/13
PART - II
COMMERCIAL BID
99
THE VELLORE –T.V.MALAI DIST. COOP. MILK PRODS. ‘ UNION LTD.,
VELLORE -9
TENDER DOCUMENT
COMMERCIAL BID
PART – II
SUPPLY, ERECTION AND COMMISSIONING OF DAIRY EQUIPMENTS/
REFRIGERATION / GENSET / WATER SOFTENER WITH ITS
ACCESSORIES TO VELLORE DAIRY AND ITS CHILLING CENTRES.
Sale of tender documents : From 28.11.2013 to 27.12.2013 11.00 a.m. to 3.00 p.m. Sale of tender documents by post : From 28.11.13 to 26.12.13 Pre-bid meeting : 18.12.2013 at 11.00 a.m. Due date of receipt of tender document : 30.12.2013 Up to 3.00 p.m. Date and time of tender opening : 30.12.2013 at 3.30 p.m.
The venue of Pre-bid & tender opening : O/O General Manager VTDCMPU Ltd., Vellore
100 QUALIFICATION
The commercial offers of such of those tenderer who qualify
themselves for being considered for Supply, erection and commissioning
of the following dairy equipments / Refrigeration/Genset / Water
softener and its accessories by fulfilling the entire terms and conditions
as laid in Part I “Technical Bid” of this tender, will be considered for the
finalisation of the tender.
Other commercial offers not qualifying as above will be rejected
outright
Sl.No Name of equipment Qty requried
EMD (Rs)
DAIRY EQUIPMENTS.
1 20 KLPH Milk Chiller 1 4000
2 3 KL Single circuit Fully automatic CIP system
1 34500
3 425 ltrs. Can scrubber 6 12000
GENSET
4 500 KVA Generator 1 50000
5 100 KVA – Generator 1 7000
REFRIGERATION
6 7x7 Frick or Vilter or Kirlosker KCX-3
compressor
2 10000
7 40 TR Atmospheric Condenser 2 40000
WATER SOFTENER
8 2000 lit./hr. Water Softener 4 8000
9 6000 ltrs./hr. Water Softener Plant including
civil work
1 7500
SIGNATURE OF THE TENDERER
101
10 – a - PRICE QUOTE SCHEDULE for
Supply, erection and commissioning of 20 KLPH Milk Chiller and its accessories for Vellore Dairy -- 01 No.
In Rupees
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D)
Note: Separate price quote schedule for 20 KLPH Milk Chiller and its
accessories should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
102
10 – b - PRICE QUOTE SCHEDULE for
Supply, erection and commissioning of 3 KL Fully automatic CIP System and its accessories for Vellore Dairy -- 01 No.
In Rupees
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D)
Note: Separate price quote schedule for 3 KL Fully automatic CIP System and its accessories should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
103
10 – b - PRICE QUOTE SCHEDULE for
Supply, of 425 lts capacity Can Scrubber and its accessories for Vellore Dairy and all Chilling Centres. – 06 Nos.
In Rupees
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
Note: Separate price quote schedule for Can Scrubber and its accessories
should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
104
10 – d - PRICE QUOTE SCHEDULE for
Supply, erection and commissioning of 500 KVA Genset and its accessories for Vellore Dairy -- 01 No.
In Rupees
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D)
-cont --
SIGNATURE OF THE TENDERER WITH SEAL
105
Price Breakup details for 500 KVA Genset of Vellore Dairy Sl No
Dilscription Qty required (Approx)
Rate / met / No/ Unit
Total Amount
1 Cable size – 3 run 3.5 core X 400 Sq mm Aluminium
100 mts
2 Aluminium Socket flat type – 400 Sq mm
36 Nos
3 Aluminium Socket flat type – 185 Sq mm
12 Nos
4 Cable gland - 400 Sq mm 12 Nos
5 Copper flat for neutral earth 40 X 6 mm
30 Mts
6 Chemical earth electrode for 4 Nos Earth bit length 2.5 mts
4 Nos
7 Copper flat for Earth bit inter link Size 25 x 3 mm
20 Mts
8 Copper flat for body earth Size 40 x 6 mm
20 Mts
9 500 KVA D.G set incomer for M.V panel
9 - a MCCB 800 Ams 4 Pole 1 No
9 - b Switch fuse unit 630 Ams 1 No
9 - c Bus chamber and Busbar inter connection with interlocking, and arrangements for electrical inspection, Drawing approval and safety certificate etc., are to be obtained from TANGED CO., for operating the Genset
1
Note: Separate price sheet for 500 KVA Genset and its accessories and
breakup details should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
106
10 – e - PRICE QUOTE SCHEDULE for Supply, erection and commissioning of 100 KVA Geneset and its
accessories for Kodakkal CC -- 01 No. In Rupees
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D)
Note: Separate price quote schedule for 100 KVA Geneset and its
accessories should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
107
10 – f - PRICE QUOTE SCHEDULE for
Supply, erection, and commissioning of 7 x 7 Frick Compressor and its accessories for Vellore Dairy -- 02 Nos.
In Rupees
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D)
Note: Separate price quote schedule for 7 x 7 Frick Compressor and its
accessories should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
108
10 – g - PRICE QUOTE SCHEDULE for Supply, erection and commissioning of 40 TR Atmospheric Condenser
and its accessories for Ambur and Anakkavur CC -- 02 Nos
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D) Note: Separate price quote schedule for 40 TR Atmospheric type
Condenser and its accessories should be enclosed. It should be filled without
omission
SIGNATURE OF THE TENDERER WITH SEAL
109
10 – h - PRICE QUOTE SCHEDULE for Supply, erection and commissioning of 2000 LPH Water Softener and its accessories for Ambur, Kodakkal, T.V.Malai and Anakkavur CC – 04 Nos
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D)
Note: Separate price quote schedule for 2000 LPH Water Softener and
its accessories should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
110
10 – i - PRICE QUOTE SCHEDULE for
Supply, erection and commissioning of 6000 lts/ hr Water Softner Plant and its accessories for Vellore Dairy – 01 No.
S.N. Details Unit rate
A SUPPLY: 1 Basic cost (Break up details – Price,
customs tariff, duty & cess etc., to be furnished in a separate sheet)
2 Packing & Forwarding if any
3 Excise Duty
4 Education cess
5 Sales Tax - CST 6 Sales Tax - VAT
7 Transportation charges to site including loading and unloading charges
8 Transit insurance
Sub-Total (A)
B Discount if any
C END Price (A-B)
D ERECTION & COMMISSIONING :
Material cost if
any
Labour cost Total
1 Unpacking, shifting and positioning charges
2 Erection & commissioning charges
3 Taxes if any (percentage to be indicated)
4 Education cess (percentage to be
indicated)
Sub Total (D)
TOTAL END PRICE (C+D)
Note: Separate price quote schedule for 6000 lts/ hr Water Softner and
its accessories should be enclosed. It should be filled without omission
SIGNATURE OF THE TENDERER WITH SEAL
111
TENDER NOTICE
Ref. No. 5808/B1/13 THE VELLORE / TIRUVANNAMALAI DISTRICT COOPERATIVE MILK PRODS.’
UNION LTD., SATHUVACHARI, VELLORE -9
The Vellore – T.V.Malai District Co-Op Milk Producers Union , invite TWO
PART TENDERS from the reputed Manufacturers / suppliers for the Supply,
erection and commissioning of the following dairy equipments/
refrigeration/genset/water softener and its accessories for Vellore Dairy and its
Chilling centers
Sl.No Name of equipment Qty requried
EMD (Rs)
DAIRY EQUIPMENTS.
1 20 KLPH Milk Chiller 1 4000
2 3 KL Single circuit Fully automatic CIP system 1 34500
3 425 ltrs. Can scrubber 6 12000
GENSET
4 500 KVA Generator 1 50000
5 100 KVA – Generator 1 7000
REFRIGERATION
6 7x7 Frick or Vilter or Kirlosker KCX-3
compressor
2 10000
7 40 TR Atmospheric Condenser 2 40000
WATER SOFTENER
8 2000 lit./hr. Water Softener 4 8000
9 6000 ltrs./hr. Water Softener Plant including
civil work.
1 7500
Sale of document from 28.11.2013 to 27.12.2013 against payment of
Rs. 1575/- Direct and Rs.100/- extra by post. Last date for submission up to 3.00
PM on 30.12.2013 and opening at 3.30 PM on same day. (30.12.2013) Pre-bid
meeting will be held on 18.12.2013 at 11.00 AM at the above address. Document
can be downloaded at free of cost in web site www.tenders.tn.gov.in for further
details.
General Manager.
112
for General
Manager
FORM – I
1 Tender inviting Officer Authority Designation, Address.
General Manager, The Vellore – T.V.Malai District Cooperative Milk Producers’ Union Ltd., No.42, Arcot Road, Sathuvachari, Vellore-9
2 a) Name of the work
Supply, erection and commissioning of following items. DAIRY EQUIPMENTS
1) 20 KLPH Milk Chiller 2) 3 KL Single circuit Fully automatic CIP
system 3) 425 ltrs. Can scrubber
GENSET 4) 500 KVA Generator 5) 100 KVA – Generator
REFRIGERATION 6) 7x7 Frick or Vilter or Kirlosker KCX-3
compressor 7) 40 TR Atmospheric Condenser
WATER SOFTENER 8) 2000 Lit/hr Water Softener 9) 6000 Lit/hr Water Softener including civil
work Ref. No. 5808/B1/13
b) Place of Supply Sathuvachari, Vellore-9
c) Tender Estimate amount
DAIRY EQUIPMENTS 1) 20 KLPH Milk Chiller --Rs. 4.0 lakhs 2) 3 KL Single circuit Fully
automatic CIP system --Rs.34.5lakhs 3) 425 ltrs. Can scrubber - Rs. 12.0 lakhs
GENSET 4) 500 KVA Generator --Rs.50.0 lakhs 5) 100 KVA – Generator - - Rs.7.0 lakhs
REFRIGERATION 6) 7x7 Frick or Vilter or Kirlosker KCX-3
compressor –Rs.10.0 lakhs 7) 40 TR Atmospheric Condenser
- Rs. 40.0 lakhs WATER SOFTENER
8) 2000 Lit/hr Water Softener—Rs.8.0lakhs 9) 6000 Lit/hr Water Softener including civil
work - Rs.7.5lakhs
3 Tender documents available place, cost and
The Vellore – T.V.Malai District Cooperative Milk Producers’ Union Ltd., Sathuvachari, Vellore-9
113
due date for obtaining tender
Rs. 1575/- including VAT and Rs.100/- extra by post. From 28.11.2013 to 27.12.2013 Time: 11.00 AM to 3.00 PM Document can be downloaded at free of cost at web site www.tenders.tn.gov.in
4 Earnest Money Deposit
Demand Draft in favour the General Manager, Vellore – T.V.Malai District Cooperative Milk Producers’ Union Ltd., Vellore, payable at Vellore, drawn from any Indian Nationalized Bank/Scheduled Bank as detailed below.
Sl.No Name of equipment Qty requried
EMD (Rs)
DAIRY EQUIPMENTS
1 20 KLPH Milk Chiller 1 4000
2 3 KL Single circuit Fully automatic CIP system.
1 34500
3 425 ltrs. Can scrubber 6 12000
GENSET
4 500 KVA Generator 1 50000
5 100 KVA – Generator 1 7000
REFRIGERATION
6 7x7 Frick or Vilter or Kirlosker KCX-3 compressor
2 10000
7 40 TR Atmospheric Condenser 2 40000
WATER SOFTENER
8 2000 ltrs./hr.Water Softener 4 8000
9 6000 ltrs./hr.Water Softener including civil work
1 7500
5 Pre-bid meeting to be held At 11.00 AM on 18 .12.2013 at General Manager’s Office, Vellore – T.V.Malai Dist. Coop. Milk Prods.’ Union Ltd., Sathuvachari, Vellore-9
6 Due date, Time & Place for submission of tender
30.12.2013 up to 3.00 PM Vellore – T.V.Malai Dist. Coop. Milk Prods.’ Union Ltd., Sathuvachari, Vellore-9
7 Place, Date & Time of Tender opening
Vellore – T.V.Malai Dist. Coop. Milk Prods.’ Union Ltd., Sathuvachari, Vellore-9. 30.12.2013 at 3.30 PM
8 Any other important criteria prescribed by the Tender inviting authority.
114
General Manager for General Manager
Recommended