125
1 | Page Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29 PARK ROAD, LUCKNOW-226 001 (Ph.No.# 0522- 2236469, 2239666) Email : [email protected] Tender for Supply, Installation, Testing and Commissioning of BMCU of different capacities NIT No: 002/UPICO/ PCDF/BMC/ 2017-18 Dt: 25.04.2017 Last Date for download of Tender Documents: 18.05.2017 Last Date/ Time for Submission : 19.05.2017, at 1:00 pm Date/Time of opening of Technical Bid : 19.05.2017, at 2:30 pm Financial Bid : shall be informed later. Price of tender document : Rs.15,000 including VAT This Tender Form includes:- Tender Notice. Instruction to Bidders. Bidding Documents. General Terms & Conditions. *READ THE TENDER TERMS & CONDITIONS CAREFULLY Tender Document contains 125 pages (including Specifications) Issued by Sd/- Managing Director, M/s UP Industrial Consultants Ltd. (UPICO) Procurement Consultant on behalf of PCDF Ltd. Tel: 0522-2728644, e-mail:[email protected]

Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

1 | P a g e

Notice Inviting Tender on behalf of

PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29 PARK ROAD, LUCKNOW-226 001 (Ph.No.# 0522- 2236469, 2239666)

Email : [email protected]

Tender for Supply, Installation, Testing and Commissioning of BMCU of different capacities NIT No: 002/UPICO/ PCDF/BMC/ 2017-18 Dt: 25.04.2017

Last Date for download of Tender Documents: 18.05.2017

Last Date/ Time for Submission : 19.05.2017, at 1:00 pm

Date/Time of opening of Technical Bid : 19.05.2017, at 2:30 pm

Financial Bid : shall be informed later.

Price of tender document : Rs.15,000 including VAT

This Tender Form includes:-

Tender Notice.

Instruction to Bidders.

Bidding Documents.

General Terms & Conditions.

*READ THE TENDER TERMS & CONDITIONS CAREFULLY

Tender Document contains 125 pages (including Specifications)

Issued by Sd/-

Managing Director, M/s UP Industrial Consultants Ltd. (UPICO)

Procurement Consultant on behalf of PCDF Ltd. Tel: 0522-2728644, e-mail:[email protected]

Page 2: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

2 | P a g e

Section – I

Page 3: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

3 | P a g e

Notice Inviting Tender on behalf of

Pradeshik Co-operative Dairy Federation Ltd.

29, Park Road, Lucknow (U.P.)-226001 Telephones: 0522-2236469, 2239666 E-mail: [email protected]

NIT No. 002/UPICO/PCDF/BMC/2017-18, Date 25.04.2017

Sealed tenders are invited for the Supply, Installation, Testing and Commissioning of BMCU of different capacities as per specification. The complete set of bidding documents can be downloaded from UPICO/ PCDF website. Time Line & other details are as under:-

Date of commencement of sale of bidding document

26.04.2017

Date of Pre-bid Meeting 08.05.2017 at 11.00 am

Last date for sale of bidding document 18.05.2017, up to 12:00 pm

Last date and time for receipt of bids 19.05.2017, up to 1:00 pm

Time and date of opening of technical bids 19.05.2017, at 2:30 pm

Place of opening of bid, submission and communication

M/s UP Industrial Consultants Ltd. 4

thFloor, Shree Ganesh Tower,

Vibhuti Khand, Gomtinagar, Lucknow – 226 010 Tel: 0522-2728644, e-mail:[email protected]

For details of NIT please visit tender page of website www.paragmilkup.in / www.upico.org. Corrigendum, if any, will be published on above websites only. The Management of PCDF Ltd. in consultation with UPICO, reserves the right to accept or reject tender in full or part of any or all tenders or to cancel the tender in total without assigning any reason thereof.

Issued by Sd/-

Managing Director, UPICO

Procurement Consultant on behalf of PCDF Ltd.

Consultant:

Page 4: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

4 | P a g e

For & On Behalf of Pradeshik Cooperative Dairy Federation Limited

29, Park Road, Lucknow- 226 001

Procurement Consultant M/s UP Industrial Consultants Ltd. 4

thFloor, Shree Ganesh Tower,

Vibhuti Khand, Gomtinagar, Lucknow – 226 010 Tel: 0522-2728644, e-mail:[email protected]

NOTICE INVITING TENDER (NIT) NIT No. 002/UPICO/PCDF/BMC/2017-18, Date 25.04.2017

Sealed tenders are invited under two bid systems from Eligible bidders in prescribed format for Supply, Installation, Testing and Commissioning of BMCU of different capacities:

Part Particulars

1 2 3 4

A

Supply, Installation, Commissioning and Testing of BMCU as per our specifications

Qty.* Estimated Cost

Bid Security (EMD) (Rs)

Completion period (Months)

i) BMCU of 1KL with accessories

325

Rs. 79 Crore

Rs. 79.0 Lakh (Rupees Seventy nine lakh) in form of DD/Bank Guarantee from Nationalized bank in favour of Pradeshik Cooperative Dairy Federation Limited payable at Lucknow.

4 month from the date of dispatch instruction letter

(DIL).

Completion period of entire job

should be completed in 9

month from the date of issuing purchase/work

order and

Dispatch schedule of BMC units shall be intimated along

with PO/WO

ii) BMCU of 2KL with accessories

350

iii) BMCU of 3KL with accessories

75

Total 750

It is Mandatory for Bidder to quote the rate for the supply of BMC and work mentioned in Part A required EMD as mentioned for part A.

Delivery schedule: Supply, installation & commissioning of BMC module within 4 (four) month from the date of dispatch instruction letter (DIL) issued by PCDF on the basis of dispatch schedule. However, Completion period of entire job should be completed in 9 month from the date of issuing purchase/work order.

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

mentioned above.

2. ADDITIONAL INFORMATION: Interested eligible bidders may obtain further information from and enquire about the bidding documents at the office of the UPICO Lucknow at the address given below.

Page 5: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

5 | P a g e

3. REQUEST FOR BIDDING DOCUMENT: Bid document may be downloaded from the tender website: www.upico.org/ www.paragmilkup.in and the processing fee of bid document should be deposited in the form of DD in the name of Pradeshik Cooperative Dairy Federation Limited payable at Lucknow and must be kept in same envelope which contains Earnest money.

4. Minimum Eligibility Criteria: For the purpose of this particular contract bidder shall have to meet the

following eligibility criteria as minimum.

A. The bidder should be in business as manufacturer of BMC for a period of Five years at the time of bid

opening in the same name and style, who may outsource for completion of other activities defined under Turn Key Project. In order to support these, the bidder has to submit:-

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

business for the required period. B. The bidder should be registered under office of competent authority or under statutory bodies at the

time of bid opening in the same name and style. In order to support this, the bidder has to submit:-

Copy of the Registration Certificate issued by the Registration of firms in case of firms of proprietary nature. OR

Copy of partnership deed in case of partnership firms. OR

Copy of article of association in case of Pvt./Public Ltd., companies. OR

Copy of registration certificate for firms registered with NSIC/Central or State Govt. department/Local bodies for similar work.

C. The eligible bidders may be those who have an annual turnover not less than Rupees 45 crore (Rs.

forty five crore) in each of preceding 3 financial years (2015-16, 2014-15, 2013-14) in same name & style. For this purpose, the parent company’s turnover can also be considered. In order to support this, copies of Balance Sheet, along with Profit & Loss statement for the last three years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted.

D. The eligible bidder should have supplied BMCU Modules (Inclusive of peripheral accessories) of aggregate purchase order value not less than Rupees 30 Crore in each of 3 preceding financial years (2015-16, 2014-15, 2013-14).

E. The eligible bidders have to submit copies of audited Balance Sheet along with Profit & Loss statement of the last three years (2015-16, 2014-15, 2013-14). The bidder should not have incurred any loss in the last three financial year ending March 31 duly certified by the chartered accountant

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

G. Bidder should have credentials for satisfactory performance for the last five financial years. To support this bidder has to submit PO copies of Milk Federation/Milk Unions/Reputed Milk Industries regarding execution of contract.

Bidder should have supplied more than an aggregate of 1000 nos. BMCs module of 1KL & above

capacities to other Milk Cooperative Union/Producer Companies/Federation/ Reputed Milk Industries in India and abroad in the same name during the last 3 financial years

Page 6: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

6 | P a g e

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

I. The bidder shall have to furnish the Bankers Certificate issued by Nationalized Bank on their

prescribed format for at least 10% of the estimated contract value.

IN THE ABSENCE OF ANY CERTIFICATE/ DOCUMENT OUT OF THE ABOVE MENTIONED AS REQUIRED FOR FULFILLING THE ELIGIBILITY CRITERIA THE CONCERNED PARTY SHALL BE CONSIDERED AS NON ELIGIBLE AND IN THE EVENT OF THIS THEIR BID EVEN IF LOWEST SHALL NOT BE CONSIDERED. Note: Above mentioned terms and conditions should be abided by bidder.

5. BID DETAILS: Detailed terms and conditions as well as the technical specifications for all the items of

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

(a) Bid reference NIT No::002/UPICO/ PCDF/BMC/2017-18 Dt.25.04.2017

(b) Price of bidding document per set Rs. 15000/- including VAT

(c) Incidental charges (in land) in case documents are to be sent by courier/post

NA

(d) Place of opening of bids M/s UP Industrial Consultants Ltd. 4

thFloor, Shree Ganesh Tower,

Vibhuti Khand, Gomtinagar, Lucknow – 226 010 Tel: 0522-2728644, e-mail: [email protected]

(e) Address for communication M/s UP Industrial Consultants Ltd. 4

thFloor, Shree Ganesh Tower,

Vibhuti Khand, Gomtinagar, Lucknow – 226 010 Tel: 0522-2728644, e-mail: [email protected]

(f) Amount of Bid Security (EMD) Rs. 79.00 Lakh (Rupees seventy nine lakh) in form of DD/Bank Guarantee from Nationalized bank in favour of Pradeshik Cooperative Dairy Federation Limited payable at Lucknow.

The BG should be valid for 180 days which can be extended as per requirement of the PCDF.

Key Events:

Time Line & other details are as under:-

Date of commencement of sale of bidding document

26.04.2017

Last date for receiving queries/clarifications

03.05.2017 on email: [email protected]

Date of Pre-bid Meeting 08.05.2017 at 11:00 am

Date of Response to bidder queries 12.05.2017 on UPICO website

Last date for sale of bidding document 18.05.2017, up to 12:00 pm

Last date and time for receipt of bids 19.05.2017, up to 01:00 pm

Page 7: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

7 | P a g e

Time and date of opening of technical bids

19.05.2017, at 2:30 pm

Place of Pre-bid meeting, opening of bid, submission and communication

M/s UP Industrial Consultants Ltd. 4

thFloor, Shree Ganesh Tower,

Vibhuti Khand, Gomtinagar, Lucknow – 226 010 Tel: 0522-2728644, e-mail:[email protected]

6. PURCHASE OF BIDDING DOCUMENT by DOWNLOADING: Bidders who desire to obtain bidding document by downloading from web site may do so by paying the processing fee of Rs. 15000 including VAT, through demand draft in favour of Pradeshik Cooperative Dairy Federation Limited. Payable at Lucknow, refer clause no.3.

7. BID SECURITY: All bids must be accompanied by a bid security in the acceptable form as specified in the bidding document and must be delivered to the address of communication as stated above in clause 5 (f) on or before the last date and time of receipt of bids as mentioned above. Earnest Money / Bid Security should be in the form of DD/BG in the name of Pradeshik Cooperative Dairy Federation Limited, Lucknow. Bids not supported by EMD in the form of DD/BG shall not be considered.

8. OPENING OF BIDS: Bids will be opened in the presence of those bidders or their authorized

representatives who choose to attend at the office of the UPICO, Lucknow. 9. BID VALIDITY: The Bid shall remain valid for a period of 120 days from the date of bid opening as

mentioned above. 10. BID SECURITY VALIDITY: The bid security accompanying the bid shall be valid for 60 days beyond the

bid validity period.

11. RIGHTS RESERVED: The Management of PCDF Ltd. in consultation with UPICO, reserves the right to accept or reject tender in full or part of any or all tenders or to cancel the tender in total without assigning any reason thereof.

Issued by

Managing Director, UPICO

Procurement Consultant on behalf of PCDF Ltd.

Page 8: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

8 | P a g e

For and on behalf of PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.

29 PARK ROAD, LUCKNOW-226 001

(Ph.No.# 0522- 2236469)

TECHNICAL BID

PART-I

TO BE SUBMITTED IN ORIGINAL BID DOCUMENT FOR

Supply, Tender for Supply, Installation, Testing and

Commissioning of BMCU at different Distt. of U.P

*READ THE TENDER TERMS & CONDITIONS CAREFULLY

Issued by

Managing Director, UPICO

Procurement Consultant on behalf of PCDF Ltd.

Page 9: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

9 | P a g e

SECTION-II:

INSTRUCTIONS TO BIDDER

Page 10: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

10 | P a g e

SECTION II: INSTRUCTIONS TO BIDDERS TABLE OF CLAUSES

Topic No.

Topic No.

A. Introduction

D. Submission of Bids

1 Source of Funds 18 Sealing and Marking of Bids

2 Eligible Bidders 19 Deadline for Submission of Bids

3 Eligible Goods and Services 20 Late Bids

4 Cost of Bidding 21 Modification and withdrawal of Bids

B. Bidding Documents

E. Opening and Evaluation of Bids

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

6 Clarification of Bidding Documents 23 Clarification of Bids

7 Amendment of Bidding Documents 24 Preliminary Examination

C. Preparation of Bids 25 Deleted

8 Language of Bid 27 Deleted

9 Documents Comprising the Bid 28 Contacting the Purchaser

10 Bid Form

F. Award of Contract

11 Bid Prices 29 Post qualification

12 Bid Currencies 30 Award Criteria

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

Eligibility and Qualifications

at Time of Award

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

Eligibility and Conformity to Bid

Bid and to Reject Any or All Bids

Documents 33 Notification of Award

15 Bid Security 34 Signing of Contract

16 Period of Validity of Bids 35 Performance Security

17 Format and Signing of Bid 36 Corrupt and Fraudulent Practices

Page 11: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

11 | P a g e

INSTRUCTIONS FOR SUBMITTING TENDER

1. Tender should be sent BY POST or submitted BY HAND at the office of UPICO, Lucknow so as to reach the office by 1.00 p.m. on or before due date.

2. Tender should be sent in a sealed cover super scribed by the Tenderer for the development of complete containing two sealed envelopes one for Technical Bid and another for Financial Bid, all should be duly super scribed - Type of bid, name of item and opening date.

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

4. FINANCIAL BID should comprise of offered rate in prescribed tender form, price breakup etc. Bidding firm(s) are requested to mention their rates both in words and figures, failing which their offer shall be rejected. In case of ambiguity the rates mentioned in words shall be considered as correct. Envelope containing documents related to Financial bid should be super scribed with Financial Bid for -------------------------------.

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

6. The Financial Bid will be opened only of successful eligible Tenderer of Technical Bid. 7. Technical & Financial Bid shall be opened in the presence of intending parties/ their

representatives, who may like to be present at that time. 8. In case tender opening date is declared HOLIDAY, Tenders shall be received and opened on next

working day at the same time specified above. 9. Tender Form should be clearly filled in ink duly typed giving full name and addressed of the Tenderer.

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

10. Supply has to be made to concern milk union districts of PCDF Ltd., situated in the state of U.P. 11. Conditional/ Telegraphic/ Fax/E-Mail tenders are liable to be rejected. 12. Tender must be accompanied by requisite amount of earnest money as specified in the enclosed sheet

without which same shall liable to be rejected. 13. Manufacturer should submit their valid small scale industry certificate, if any, duly attested by

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

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

Authorities must be enclosed with the tender. 18. Tenderers are required to provide the breakup of offered rate with head wise details. 19. Normally rate contracts will be finalized on the basis of lowest possible offer strictly as per N.I.T.

instructions and our terms and conditions. 20. PARTIES THOSE HAVE BEEN SUPPLIERS IN PAST SHALL ALSO HAVE TO COMPLY WITH THESE

CONDITIONS .NO RELAXTATION WHAT SO EVER SHALL BE GIVEN TO THEM. Seen and accepted Signature of Tenderer/ authorized

representative (with office rubber stamp)

Page 12: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

12 | P a g e

A. Introduction

Concept of Project

Pradeshik Cooperative Dairy Federation has 18 milk unions across the state. The primary objective

of the PCDF is to develop facility for cold chain maintenance and complete solutions for quick,

transparent and integrated system in procurement, data transfer and payment to milk producers,

including control of the losses during transportation of milk, across the Milk Unions of U.P. to win

over confidence of milk producers. The project is to be performed on Turn Key basis. The basic

concept of project is as under:

Bidder shall supply, install and commission BMC module with accessories in the village with suitable single phase/ three phase unit. PCDF/Milk Unions shall arrange incoming power supply with required commercial energy meter at each BMC Center. Adequate space necessary construct/modification which includes civil and electrical works will have to be carried out by the purchaser.

The BMC shall be a complete unit with the refrigeration system, agitator, lockable inlet & outlet valve & union to chill milk at DCS level and then transport to chilled milk to Milk Plant.

On line Data of BMC for monitoring like volume of milk, temperature of milk etc. as given in technical specification will be transferred online real time to central server simultaneously using GSM/GPRS connectivity.

1. Source of Funds: 1.1 Govt. of UP under different schemes. 2. Eligible Bidders 2.1 This Invitation for Bids is open to all eligible suppliers. 2.2 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm

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

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

financially autonomous, if they operate under commercial law and if they are not a dependent agency of the Purchaser.

2.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the

Bank. 3. Eligible Goods and Services 3.1 All goods and ancillary services to be supplied under the Contract shall have their origin in eligible

source countries and all expenditures made under the Contract will be limited to such goods and services.

3.2 For purposes of this clause, "origin" means the place where the goods are mined, grown, or produced or

from which the ancillary services are supplied. Goods are produced when, through manufacturing,

Page 13: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

13 | P a g e

processing or substantial and major assembling of components, a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.

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

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

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

addition to the Invitation for Bids, the bidding documents include:

(a) Instruction to Bidders (ITB); (b) General Conditions of Contract (GCC); (c) Special Conditions of Contract (SCC); (d) Schedule of Requirements; (e) Technical Specifications; (f) Qualification Criteria; (g) Bid Form and Price Schedules; (h) Bid Security Form; (i) Contract Form; (j) Performance Security Form; (k) Performance Statement; (l) Manufacturer’s Authorization Form; (m) Capability Statement Form; and (n) Service Support Details Form

(0) Technical Deviation statement 5.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding

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

6. Clarification of Bidding Documents 6.1 UPICO shall organize a Pre-bid Conference on the scheduled date and time as mentioned in the web

NIT of this BID Document. UPICO in consultation with PCDF may incorporate any changes in the BID Document based on acceptable suggestions received during the interactive Pre-BID Conference. The decision of PCDF regarding acceptability of any suggestion shall be final in this regard and shall not be called upon to question under any circumstances. The prospective bidders shall submit their questions in writing not later than the date and time indicated under Key Events & Dates . It may not be possible at the Pre-bid Conference to answer questions which are received late. However, prospective bidders are free to raise their queries during the meeting and responses will be conveyed to all the prospective bidders by way of hosting amendments/clarifications on the website of UPICO i.e. (www.upico.org.) in accordance with the respective clauses of the BID Document and no participant would be intimated individually about the response of UPICO. The bidders are also requested to send their consolidated queries to the official e-mail of UPICO only once and further queries sent by the bidders shall not be entertained. The prospective participants have to inform UPICO on the mail id mentioned in this document for attending the Pre-bid Conference

Page 14: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

14 | P a g e

7. Amendment of Bidding Documents 7.1 At any time till 7 days before the deadline for submission of BIDs, UPICO in consultation with PCDF

may, for any reason, whether at own initiative or in response to a clarification requested by a prospective bidder, modify the BID Document by amendment. All the amendments made in the document would be informed through the website www.upico.org. All prospective participants who have paid the fee of BID document shall be intimated of the amendment in writing by e-mail or post, but UPICO shall not be responsible if the bidders do not get the individual intimates of such amendments. All such amendments shall be binding on all the bidders. UPICO in consultation with PCDF also reserves the rights to amend the dates mentioned in the Web-NIT in this BID Document for BID process

C. Preparation of Bids

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

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

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

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

services to be supplied by the Bidder are eligible goods and services and conform to the bidding documents; and

(d) Bid security furnished in accordance with ITB Clause 15. 9.2 A sealed envelope subscribed by the bid for the Supply, installation & commissioning of BMC modules

as per specification at different Distt. of U.P containing two sealed envelopes one for technical bid and another for financial bid, all should be duly super subscribed- as Type of Bid, Name of items and Opening date.

a. Technical Bid - should compromises of all eligibility criteria in reference to section VI & VI A of SBD and

required bid security (EARNEST MONEY). Bidders are required to provide all supporting documents along with earnest money in proper shape putting in a sealed envelope super scribed with "Technical

Bid for the ............................................................... at different Milk Unions.

b. Financial Bid - should comprise of offered rate in prescribed form, price breakup. Bidders are requested to mention their rates both in words and figures failing which their offer may be rejected. In case of ambiguity the rate mention in the word shall be considered as correct. Envelope containing documents related to financial bid should be super scribed with " Financial bid for the .........……………………………………"

10. Bid Form

Page 15: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

15 | P a g e

10.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule furnished in the bidding

documents, indicating the goods to be supplied, a brief description of the goods, and their country of origin, quantity and prices.

11. Bid Prices 11.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid prices under the Contract. 11.2 Prices indicated on the Price Schedule shall be entered separately in the following manner and shall

include all costs till successful installation, Commissioning of BMC units and Warranty/ maintenance for 01 years.

(i) The price of the goods, quoted (ex-works, ex-factory, ex-showroom, ex-warehouse, or off-the-

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

ex-works or ex-factory; or b. on the previously imported goods of foreign origin quoted ex-showroom, ex-warehouse or

off-the-shelf. (ii) Any Indian duties, sales and other taxes which will be payable on the goods if this Contract is

awarded; (iii) The price for inland transportation, insurance and other local costs incidental to delivery of the

goods to their final destination; (iv) The price of other incidental services listed in Clause 8 of the Special Conditions of Contract

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

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

11.4 Fixed Price. Prices quoted by the Bidder shall be fixed during the Bidder's performance of the Contract

and not subject to variation on any account. A bid submitted with an adjustable price quotation will be treated as non-responsive and rejected, pursuant to ITB Clause 24.

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

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

that the Bidder, at the time of submission of its bid, is from an eligible country as defined under ITB Clause 2.

13.3 The documentary evidence of the Bidder's qualifications to perform the Contract if its bid is accepted,

shall establish to the Purchaser's satisfaction:

Page 16: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

16 | P a g e

(a) that, in the case of a Bidder offering to supply goods under the contract which the Bidder did not manufacture or otherwise produce, the Bidder has been duly authorized (as per authorization form in Section XII) by the goods' Manufacturer or producer to supply the goods in India.

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

Contract and meets the criteria outlined in the Qualification requirements specified in Section VI-A. To this end, all bids submitted shall include the following information:

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

firm or partnership, etc; (ii) Details of experience and past performance of the bidder on equipment offered and on

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

14. Documents Establishing Goods' Eligibility and Conformity to Bidding Documents 14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its bid, documents establishing the

eligibility and conformity to the bidding documents of all goods and services which the Bidder proposes to supply under the contract.

14.2 The documentary evidence of the goods and services eligibility shall consist of a statement in the Price

Schedule on the country of origin of the goods and services offered which shall be confirmed by a certificate of origin at the time of shipment.

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

in the form of literature, drawings and data, and shall consist of:

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

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

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

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

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

another company, such software operates effectively on the system offered by the Bidder; and the Bidder is willing to accept responsibility for its successful operations; and

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

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

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

specified in Section-V - Schedule of Requirements.

Page 17: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

17 | P a g e

15.2 The bid security is required to protect the Purchaser against the risk of Bidder's conduct which would warrant the security's forfeiture, pursuant to ITB Clause 15.7.

15.3 The bid security shall be denominated in Indian Rupees and shall:

(a) at the bidder’s option, be in the form of demand draft/Bank guarantee, from a nationalized bank located in India;

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

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

(d) be submitted in its original form; copies will not be accepted; and

(e) remain valid for a period of 60 days beyond the original validity period of bids, or beyond any period of extension subsequently requested under ITB Clause 16.2.

15.4 Any bid not secured in accordance with ITB Clauses 15.1 and 15.3 above will be rejected by the

Purchaser as non-responsive, pursuant to ITB Clause 24. 15.5 Unsuccessful bidder's bid security will be discharged/returned as promptly as possible but not later

than 30 days after the expiration of the period of bid validity prescribed by the Purchaser, pursuant to ITB Clause 16.

15.6 The successful Bidder's bid security will be discharged upon the Bidder signing the Contract, pursuant

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

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

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

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

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

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

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

Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The latter authorization shall be indicated by written power-of-attorney accompanying the bid. All pages of the

Page 18: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

18 | P a g e

bid, except for un-amended printed literature, shall be initialed by the person or persons signing the bid.

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

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

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

D. Submission of Bids

18. Sealing and Marking of Bids: Please see INSTRUCTIONS FOR SUBMITTING TENDER

18.1 The Bidders shall seal the original and each copy of the bid in separate inner envelopes, duly marking

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

18.2 The inner and outer envelopes shall: (a) be addressed to the on behalf of Purchaser at the following address: : Managing Director (UPICO) 4

th floor, Shri Ganesh Tower,

Vibhuti Khand, Gomti Nagar, Lucknow- 226010.

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

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

returned unopened in case it is declared "late". 18.4 If the outer envelope is not sealed and marked as required by ITB Clause 18.2, the Purchaser will

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

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

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

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

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

Purchaser, pursuant to ITB Clause 19, will be rejected and/or returned unopened to the Bidder.

Page 19: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

19 | P a g e

21. Modification and Withdrawal of Bids 21.1 The Bidder may modify or withdraw its bid after the bid's submission, provided that written notice of

the modification or withdrawal is received by the Purchaser prior to the deadline prescribed for submission of bids.

21.2 The Bidder's modification or withdrawal notice shall be prepared, sealed, marked and dispatched in

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

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

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

E. Bid Opening and Evaluation of Bids 22. Opening of Bids by the Purchaser 22.1 The Procurement Consultant (UPICO) will open all bids (Technical & Financial), in the presence of

Bidders' representatives who choose to attend opening of bid as per NIT at the following location: Office of Managing Director (UPICO), 4

th floor, Shri Ganesh Tower, Vibhuti Khand, Gomti Nagar,

Lucknow-226010. 22.1.1- The Technical Bid will be opened first and will be checked in reference to the Technical specifications

required by the UPICO and other requirement mentioned in the document. 22.1.2-The Financial bid will be opened only of the successful bidders of the Technical bid.

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

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

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

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

opening shall not be considered further for evaluation, irrespective of the circumstances. 22.4 The Procurement Consultant (UPICO) will prepare minutes of the bid opening. 23. Clarification of Bids 23.1 During evaluation of bids, the Procurement Consultant may, at its discretion, ask the Bidder for a

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

24. Preliminary Examination

Page 20: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

20 | P a g e

24.1 The Procurement Consultant will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. Bids from Agents, without proper authorization from the manufacturer as per Section XII, shall be treated as non-responsive.

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

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

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

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

24.3 The Procurement Consultant may waive any minor informality or non-conformity or irregularity in a bid

which does not constitute a material deviation, provided such a waiver does not prejudice or affect the relative ranking of any Bidder.

24.4 Prior to the detailed evaluation, pursuant to ITB Clause 26, the Procurement Consultant will determine

the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from or objections or reservations to critical provisions such as those concerning Performance Security (GCC Clause 7), Warranty (GCC Clause 15), Force Majeure (GCC Clause 26), Limitation of liability (GCC Clause 30), Applicable law (GCC Clause 32), and Taxes & Duties (GCC Clause 34) will be deemed to be a material deviation. The Purchaser's determination of a bid's responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.

24.5 If a bid is not substantially responsive, it will be rejected by the Procurement Consultant and may not

subsequently be made responsive by the Bidder by correction of the non-conformity. 25. Deleted 26. Evaluation and Comparison of Bids 26.1 The Procurement Consultant will evaluate and compare the bids which have been determined to be

substantially responsive, pursuant to ITB Clause 24. 26.2 Evaluation criteria 26.2.1 The Procurement Consultant (UPICO) will examine the BIDs to determine whether they are

complete, whether they meet all the conditions of the Contract and Technical Specifications, whether required BID security has been furnished, whether the documents have been properly signed, and whether the BIDs are generally in order. Any BID or BIDs not fulfilling these requirements shall be rejected.

26.2.2 Qualification Criteria

For the purpose of this particular contract bidder shall have to meet the following eligibility criteria as minimum.

Page 21: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

21 | P a g e

(a) Minimum Eligibility Criteria: For the purpose of this particular contract bidder shall have to meet the

following eligibility criteria as minimum.

A. The bidder should be in business as manufacturer of BMC for a period of Five years at the time of bid

opening in the same name and style, who may outsource for completion of other activities defined under Turn Key Project. In order to support these, the bidder has to submit:-

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

business for the required period. B. The bidder should be registered under office of competent authority or under statutory bodies at the

time of bid opening in the same name and style. In order to support this, the bidder has to submit:-

Copy of the Registration Certificate issued by the Registration of firms in case of firms of proprietary nature. OR

Copy of partnership deed in case of partnership firms. OR

Copy of article of association in case of Pvt./Public Ltd., companies. OR

Copy of registration certificate for firms registered with NSIC/Central or State Govt. department/Local bodies for similar work.

C. The eligible bidders may be those who have an annual turnover not less than Rupees 45 crore (Rs.

forty five crore) in each of preceding 3 financial years (2015-16, 2014-15, 2013-14) in same name & style. For this purpose, the parent company’s turnover can also be considered. In order to support this, copies of Balance Sheet, along with Profit & Loss statement for the last three years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted.

D. The eligible bidder should have supplied BMCU Modules (Inclusive of peripheral accessories) of aggregate purchase order value not less than Rupees 30 Crore in each of 3 preceding financial years (2015-16, 2014-15, 2013-14).

E. The eligible bidders have to submit copies of audited Balance Sheet along with Profit & Loss statement of the last three years (2015-16, 2014-15, 2013-14). The bidder should not have incurred any loss in the last three financial year ending March 31 duly certified by the chartered accountant

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

G. Bidder should have credentials for satisfactory performance for the last five financial years. To support

this bidder has to submit PO copies of Milk Federation/Milk Unions/Reputed Milk Industries regarding execution of contract.

Bidder should have supplied more than an aggregate of 1000 nos. BMCs module of 1KL & above

capacities to other Milk Cooperative Union/Producer Companies/Federation/ Reputed Milk Industries in India and abroad in the same name during the last 3 financial years.

H. Bidder's firm should be registered with Sales / Commercial Tax Department. To support this bidder has

to submit photocopy of Sales / Commercial Tax registration certificate/ TIN duly renewed by the competent authority.

Page 22: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

22 | P a g e

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

IN THE ABSENCE OF ANY CERTIFICATE/ DOCUMENT OUT OF THE ABOVE MENTIONED AS REQUIRED FOR FULFILLING THE ELIGIBILITY CRITERIA THE CONCERNED PARTY SHALL BE CONSIDERED AS NON ELIGIBLE AND IN THE EVENT OF THIS THEIR BID EVEN IF LOWEST SHALL NOT BE CONSIDERED. Note: Above mentioned terms and conditions should be abided by bidder.

Any Bid failing to meet the above stated Qualification criteria shall be summarily rejected and will

not be considered for Financial Evaluation.

Submitted documents shall be numbered and attached serially indicating serial number. Total number of pages enclosed shall be shown in Index

Change in Qualification Criteria: If there is a change in the status of the Bidder with reference to any of the Qualification criteria specified above, during the Bid Process till the award of the Project, the Bidder should immediately bring the same to the notice of UPICO.

The Procurement Consultant's evaluation of a bid will exclude and not take into account: (a) in the case of goods manufactured in India or goods of foreign origin already located in India,

sales and other similar taxes, which will be payable on the goods if a contract is awarded to the Bidder;

(b) any allowance for price adjustment during the period of execution of the Contract, if provided in the bid.

26.3 Deleted. 26.4 The Procurement Consultant's evaluation of a bid will take into account, in addition to the bid price (Ex-

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

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

the goods to their final destination; (b) Delivery schedule offered in the bid; (c) Deviations in payment schedule from that specified in the Special Conditions of Contract; and (d) The availability in India of spare parts and after-sales services for the equipment offered in the

bid. 26.5 Pursuant to ITB Clause 26.4, one or more of the following evaluation methods will be applied: (a) Inland Transportation, Insurance and Incidentals: (i) Inland transportation, insurance and other incidentals for delivery of goods to the final

destination as stated in ITB Clause 11.2 (iii).

Page 23: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

23 | P a g e

The above costs will be added to the bid price. (b) Completion Schedule: The Purchaser requires that the goods under the Invitation for Bids shall be completed within

the time specified in the Schedule of Requirements. Delay in completion period shall attract liquidity damage at 0.5% of the contract value for each fortnight of delay maximum deduction is 10% of the contract price. No credit will be given to earlier completion with respect to the stipulated completion period. Purchaser may extend the completion period with mutual consent of supplier and purchaser.

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

BID deviates from the schedule and if such deviation is considered acceptable to the Purchaser, the BID will be evaluated by calculating interest earned for any earlier payments involved in the terms outlined in the BID as compared to those stipulated in this invitation, at a rate of 18 percent per annum

(d) Spare Parts and After Sales Service Facilities in India The cost to the Purchaser of establishing the minimum service facilities and parts inventories, as

outlined elsewhere in the bidding documents, if quoted separately, shall be added to the bid price.

(e) BMCU: The warrantee of the BMCU shall be 18 month from the date of supply and 12 month

from the date of commissioning whichever is earlier. The cost of the warranty period will be added to bid price.

27. Deleted. 28. Contacting the Purchaser 28.1 Subject to ITB Clause 23, no Bidder shall contact the Purchaser on any matter relating to its bid, from

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

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

contract award may result in rejection of the Bidder's bid.

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

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

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

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

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

determination will result in rejection of the Bidder's bid, in which event the Purchaser may proceed to

Page 24: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

24 | P a g e

the next lowest evaluated bid to make a similar determination of that Bidder's capabilities to perform the contract satisfactorily.

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

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

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

percent or depending upon availability of Govt. fund the quantity of goods and services originally specified in the Schedule of Requirements (rounded off to the next whole number) without any change in unit price or other terms and conditions, as felt necessary.

31.2 The Purchaser reserves the right to splitting of quantities, in such case the quantity order may be

distributed in such a manner that the purchase is done in a fair transparent and equitable manner. In such event, the bidders must extend all required technical data which needed by other vendors.

31.3 BID may be awarded to other than L1 in the following circumstances-

If past performance of L1 party is not good supported by documentary proof. If the reputation of the L1 party is not good

32. PCDF reserves the Right to Accept Any Bid and to reject any or All Bids. 32.1 PCDF reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids

at any time prior to contract award, without thereby incurring any liability to the affected Bidder or bidders.

33. Notification of Award 33.1 Prior to the expiration of the period of bid validity, the Purchaser will notify the successful bidder in

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

33.2 The notification of award will constitute the formation of the Contract. 33.3 Upon the successful Bidder's furnishing of performance security pursuant to ITB Clause 35, the

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

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

selected, it should address it’s request to the Procurement Consultant. The Procurement Consultant will promptly respond in writing to the unsuccessful Bidder.

34. Signing of Contract 34.1 At the same time as the Purchaser notifies the successful bidder that its bid has been accepted, the

Purchaser will send the bidder the Contract Form provided in the bidding documents, incorporating all agreements between the parties.

34.2 Within 21 days of receipt of the Contract Form, the successful bidder shall sign and date the Contract

and return it to the Purchaser.

Page 25: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

25 | P a g e

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

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

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

shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security. 36. Corrupt or Fraudulent Practices 36.1 The Bank requires that Borrowers (including beneficiaries of Bank loans), as well as Bidders,

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

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

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

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

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

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

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

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

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

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

Page 26: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

26 | P a g e

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

37. Small scale industry exemption: Manufacturer should submit their valid small scale industry certificate ,if any, duly attested by Public

Notary to get the benefit of the small scale industry as per U.P. Govt. existing G.O.’s, if any, to avail the following exemptions for this Tender:-

A. Exemption from depositing Earnest Money, if registered for participation under stores purchase

programme with the Director Of Industries, Department of Uttar Pradesh Or with the National Small Scale Industries Corporation (NSIC) for the Purchase of tendered items. Proper certificate/ authorization issued by the concerned authority, as desired, have to be submitted along with application to avail this exemption. Failing which exemption shall not be admissible.

B. Manufacturer will be exempted of the Eligibility condition pertaining to production Capacity

and/ or Turnover clause of the Tender.

38. Other Important Points:

I. The officers of our Union shall be allowed to inspect the works and/or any document referred to in the tender at any given time and if it is found that the declarations made by the Bidder in BID are false/ misleading/faulty, the Bidder shall be disqualified and the earnest money deposit (EMD) submitted shall be forfeited.

II. Items to be supplied should be strictly as per enclosed Specifications. Bidder has to provide detailed Technical data sheet clearly indicating the Make of all offered material and parts.

III. Non-compliance with even a minor technical Requirement should be stated by the Bidders in form of Deviation Statement; in case of failure to meet this condition the BID may be rejected.

IV. Copies of Purchase orders of reputed State Milk Federations / Milk Unions /Reputed Milk Industries executed during last 36 months may be enclosed and indicated in box.

V. Cost of tender form should be attached with BID in form of DD as stated above.

VI. BMC warrantee (Including Repair/Replacement)/Guarantee for all items/good supplied shall be of 12 Months from the date of commissioning or 18 month from the date of supply whichever is earlier.

VII. Supplier has to forward copy of inspection/quality certification report of machines with delivery.

VIII. Supplier’s warrantee certification should be provided as per warrantee/ guarantee mentioned herewith along with operational & Warranty/ maintenance manual in local languages i.e. Hindi & also English languages.

IX. On line Data of BMC for monitoring like volume of milk, temperature of milk etc. as given in technical specification will be transferred online real time to central server simultaneously using GSM/GPRS connectivity. Acceptance tests would be required to run for a specified period nonstop, at the discretion of our union. Supplier will be responsible for setting up and running the acceptance tests , in the presence of representative of our union.

X. Warranty/Guarantee.

a) The supplier warrants that the goods and equipment, supplied, installed and commissioned under the Contract are new, unused, of the most recent or current models and incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The supplier

Page 27: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

27 | P a g e

further warrants that the goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except insofar as the design or material is required by the Purchaser’s Specifications) or from any act or omission of the Supplier, that may develop under normal use of the supplied Goods in the conditions obtaining in the country of final destination.

b) The Supplier also guarantees that the Goods supplied shall perform satisfactorily as per the designed/rated/ installed capacity as provided for in the Contract.

c) For warranty of BMCU it shall be remain valid for 18 month from the date of supply and 12 month from the date of commissioning whichever is earlier.

d) Any complaint during this warrantee/guarantee shall be resolved within 08 hours from the time of receipt of complaint by the Bidder at no extra cost for which successful bidder shall ensure that they should have equipped service centre with required spares in each district /area.

e) In case materials are found substandard at our union/village societies, on receipt of the same we reserve to reject the material out rightly. We reserve the right to send your material for testing at any laboratory of our choice and in case the result is found unsatisfactory we reserve the right to take any action as deemed fit and acceptance of goods is not the final acceptance of quality.

XI. Risk Purchase

In case of delayed supplies/erection/commissioning purchase/execution of work may be completed at the risk, cost and responsibility of the supplier after expiry of scheduled date without any notice. Extra amount spent on Risk Purchase/ completion of work shall be adjusted against the earnest money/pending payments or same shall be recovered from your firm. We will reserve the right to effect risk purchase/execution of the work in case of non-fulfillment of various terms and conditions of the contract, by the supplier at his risk & cost.

XII. Import license and foreign exchange variation No import license shall be provided by the PCDF for goods offered against this BID. Necessary clearances/licenses from the concerned Authorities for any imported goods/items offered shall be obtained by the Bidder at his cost & responsibility. Non-availability of or delay in obtaining license/ clearance shall not, under any circumstances, entitle the Bidder to seek any compensation/relaxation under the contract and/or relieve the Bidder from any of his obligations under the contract. Foreign Exchange, Duties etc. variation, if any, shall also be to the account of the Bidder and no price escalation may be given.

XIII. Cleanliness and hygiene The material supplied by you will be used for food products for human consumption. It is therefore essential that the material should conform to BIS/IS standards, food grade and hygienic quality. Towards this, it is essential that supplier’s factory premises and its surroundings where the material is produced/ manufactured are maintained in utmost clean and hygienic conditions from dust, dirt, insects, flies etc. Bidders are therefore instructed to ensure absolute cleanliness and hygiene. The consequences of supplies not conforming to desired hygienic parameters will fall entirely on the suppliers.

XIV. Maintaining ethical standards in business Since supply of ordered material shall be directly to the BMC Center, it is highly necessary for the suppliers to ensure that business ethics are maintained at the highest degree with Our Union/ Village Societies. In no case we will be able to tolerate any unethical practice by the supplier by way of offering either cash or in kind or compensation in any form either to get the rejected material accepted or to get higher volume of the business than the approved quantity.

XV. By any chance if it comes to our notice that you or any of your employee/representative/ Agent has tried to initiate such unfair business practices with any of our employee or any of the employee/decision maker of Our Union/Village Societies even with/without any documentary

Page 28: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

28 | P a g e

evidences, the same shall be considered as a cancellation of P.O. and we reserve our right to terminate/suspend the P.O. during any time without assigning any reason thereof.

XVI. Insurance The goods supplied under the contract shall be fully insured against loss or damage incidental to manufacturer or acquisition, transportation, storage and delivery in the manner specified in the special conditions of contract. If any loss or damage occurs during supply of goods under contract, the supplier shall make arrangement for repair and replacement of any damaged, item/s in stipulated time.

XVII. Training

Supplier will provide free of cost extensive training to our union/DCS personnel for adequate period till their 100 % satisfaction. The training should cover the features of all the operations related to Operating System, Configuration Management, and Application Software, associated system utilities and related other products etc. with hands-on training and exercises. The training module should comprise of sufficient copies of comprehensive material, books and hand-outs, Copy of video/slide etc.

XVIII. Suppliers will have to supply all necessary documents related to all components, machines, hardware, software etc in English as well as in local language (Hindi).

XIX. Service Support

XX. In addition to warranty of 12 months for BMCU, supplier will have to provide regular service as and when required for normal functioning of supplied equipments. Any complaint during this warrantee/guarantee shall be resolved within 08 hours by the Bidder at no extra cost for which successful bidder shall ensure that they should have equipped service centre with required spares in each district /area.

XXI. Supplier will be responsible to provide & ensure service support for 12 month for BMCU. XXII. Suppliers are required to submit their action plan for the same so as to ensure that even after the

warranty period of 12 months normal functioning can be ensured for BMCU.

XXIII. Data on firm

Please send data on your firm and information in the enclosed Annexure. The quotations received without above information or with incorrect information may not be considered.

Page 29: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

29 | P a g e

SECTION III:

GENERAL CONDITIONS OF CONTRACT

Page 30: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

30 | P a g e

SECTION III: GENERAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

1 Definitions

2 Application

3 Country of Origin

4 Standards

5 Use of Contract Documents and Information

6 Patent Rights

7 Performance Bank Guarantee

8 Inspection and Tests

9 Packing

10 Delivery and Documents

11 Insurance

12 Transportation

13 Incidental Services

14 Spare Parts

15 Comprehensive Warranty

16 Maintenance Service

17 Payment

18 Prices

19 Change Orders

20 Contract Amendments

21 Assignment

22 Subcontracts

23 Delivery of Good &Delays in Supplier's Performance

24 Liquidated Damages

25 Termination for Default

26 Force Majeure

27 Termination for Insolvency

28 Termination for Convenience

29 Settlement of Disputes

30 Limitation of Liability

31 Governing Language

32 Applicable Law

33 Notices

34 Taxes and Duties

35 Right to use defective equipment

36 Supplier Integrity

37 Supplier’s Obligations

38 Patent Rights

39 Site preparation and Installation

40 Supply, Installation Maintenance of Equipment and Training

41 Technical Documentation:

42 Transfer of the Rights of the Purchaser:

43 Authority for issuing Purchase Order and payment

Page 31: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

31 | P a g e

General Conditions of Contract 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated: (a) "The Contract" means the agreement entered into between the Purchaser (PCDF/Concerned Milk

Union) and the Supplier (Successful Bidder), as recorded in the Contract Form signed by the parties, including all the attachments and appendices thereto and all documents incorporated by reference therein;

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

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

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

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

(e) “GCC” means the General Conditions of Contract contained in this section. (f) “SCC” means the Special Conditions of Contract. (g) “The Purchaser” means the organization purchasing the Goods, as named in SCC. (h) “The Purchaser’s country” is the country named in SCC. (i) “The Supplier” means the individual or firm completing the Project/ supplying the Goods and

Services under this Contract. (j) “The Project Site”, where applicable, means the place or places named in SCC. (l) “Day” means calendar day. 2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions in other

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

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

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

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

Page 32: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

32 | P a g e

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

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

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

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

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

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

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

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

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

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

Bid (EMD) will be released after submission of Performance security. 7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any

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

(a) A Bank guarantee in the name “Pradeshik Cooperative Dairy Federation Limited, Lucknow“ issued by a nationalized bank located in India in the form provided in the bidding document.

(b) A demand draft in favour of “Pradeshik Cooperative Dairy Federation Limited” payable at

Lucknow.

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

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

their conformity to the Contract specifications at no extra cost to the Purchaser. SCC and the Technical Specifications shall specify what inspections and tests the Purchaser requires and where they are to be

Page 33: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

33 | P a g e

conducted. The Purchaser shall notify the Supplier in writing in a timely manner of the identity of any representatives retained for these purposes.

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

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

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

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

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

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

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

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

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

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

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

9.3 Each package shall be marked to indicate:

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

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

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

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

incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in SCC.

Page 34: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

34 | P a g e

12. Transportation

12.1 The Supplier is required under the Contract to transport the Goods to the specified destinations within the State of Uttar Pradesh, defined as Project sites.

12.2 Deleted. 12.3 Where the Supplier is required under the Contract to transport the Goods to a specified place of

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

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

if any, specified in SCC: (a) Performance or supervision of the on-site assembly and/or start-up of the supplied Goods; (b) Furnishing of tools required for assembly and/or maintenance of the supplied Goods; (c) Furnishing of detailed operations and maintenance manual for each appropriate unit of supplied

Goods; (d) performance or supervision or maintenance and/or repair of the supplied Goods, for a period of

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

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

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

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

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

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

a) Such spare parts as the PCDF/ Milk union may elect to purchase from the contractor, provided

that this shall not relieve the contractor of any warranty obligations under the contract; and b) In the event of termination of production of the spare parts: (i) Advance notification to the PCDF of the pending termination, in sufficient time to permit the

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

specifications of the spare parts, if and when requested.

Page 35: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

35 | P a g e

14.2 Contractors shall carry sufficient inventories to assure ex-stock supply of consumable spares such as gaskets, plugs, washers, belts, etc. other spare parts and components shall be supplied as promptly as possible but in any case within six months of placement of order.

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

15. Warrantee/Comprehensive Warranty

15.1 The Supplier warrants that the Goods supplied under this Contract are new, unused, of the most recent

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

15.2 The warranty shall be comprehensive for BMCU, parts and components (excluding consumable items but

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

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

required, by the supplier or the service centre authorized by the supplier, to the satisfaction of the user departments free of cost.

15.5 Period for correction of defects in the warranty period is 08 hrs.

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

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

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

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

16.2 It is expected that the average downtime of the item (Equipment’s) will be less than half the maximum downtime (i.e. 48 hours for which an item or equipment is not useable because of inability of the supplier to repair it). In case an item is not usable beyond the stipulated maximum downtime the supplier will be required to arrange for immediate replacement of the same till it is repaired. Failure to arrange for the immediate repair/replacement will be liable for a penalty of Rs. 500 per day/ destination. The total amount of penalty recovered from supplier during full warranty period will be limited to the worth value of the performance security guarantee. The amount of penalty will be recovered forfeiting the Performance Security guarantee during warranty period.

16.3 Any complaint regarding malfunctioning or defect of the equipment’s /any other related item shall be communicated by the purchaser/ user/ any other source to the supplier or the service center authorized by the supplier. Upon receipt of such communication/ notice, the supplier or the service

Page 36: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

36 | P a g e

centre authorized by the supplier shall, with all reasonable speed, repair or replace the defective goods or parts thereof, without cost to the purchaser.

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

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

17. Terms of Payment:

A. Payment for supply, installation, testing and commissioning (BMCU) contract.

Following terms of payment would be applicable to this order subject to Supplier/Bidder having

furnished performance security within stipulated time period for 10% of the Contract value. The bank guarantee shall be issued by Nationalised bank and shall remain valid for the period covering contractual agreement i.e. three months after the expiry of the warranty / guarantee period.

Bid (EMD) will be released after submission of Performance security.

After submission of Performance Security, the Supplier/Bidder will be entitled for an advance of 40% of the FOR order value on supply component only against the submission of equivalent Bank Guarantee valid beyond three months after the supply period issued by Nationalized Bank in the enclosed proforma given in bid. The execution of agreement in the format given in bid is also a precondition for entitlement of advance

50% of the F.O.R. order value of Supply portion (90% in case of the Supplier/Bidder who has not taken advance) on safe receipt of complete goods at site within 30 days from the date of receipt of the goods at site & receipt of invoice/bill. Here again the execution of agreement and submission of Performance Security will be a precondition for release of payment. However, if the Supplier/Bidder fails to submit performance security in time, payment shall be released after retaining performance security amount from the bill submitted by the Supplier/Bidder.

The 10% balance amount of the FOR order value of Supply portion shall be released after completion of the installation, testing and commissioning of BMCU.

The Bank Guarantee deposited against 40% advance payment will be released by PCDF once the advance is fully recovered / adjusted after completion of supply.

For BMCU If sites are not ready for installation & commissioning of equipment, the final 10% payment of supply value shall be release against submission of additional bank guarantee of equal amount from nationalized bank which shall be valid for the period covering contractual agreement i.e. three months after the expiry of the warranty / guarantee period of BMCU.

B. Installation, testing and commissioning component only:-

75% payment on installation of the equipment.

25% balance payment on testing and commissioning of the plant. Bid Security (EMD) will be released after submission of Performance security.

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

shall be born by the party.

Page 37: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

37 | P a g e

b) The bidders shall note that full and final payment would be released only after completion of contractual obligation, as mentioned above, and after deducting all statutory taxes and duties, (VAT-TDS, Income tax-TDS, etc.) as applicable, at that time.

18. Prices 18.1 Prices charged by the Supplier for Goods delivered and Services performed under the Contract shall

not vary from the prices quoted by the Supplier in its bid, with the exception of any price adjustments authorized in SCC or in the Purchaser’s request for bid validity extension, as the case may be.

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

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

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

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

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

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

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

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

22.2 Subcontracts must comply with the provisions of GCC Clause 3. 23. Delivery of the Goods and Delays in the Supplier’s Performance

23.1 The inspection and test of the equipment may be carried out by the Purchaser prior to its dispatch by

the Supplier at final destination and for this purpose; the Supplier shall intimate to the Purchaser that the system is ready for inspection and test. After receipt of such intimation from the Supplier, the Purchaser may arrange the inspection and test of the equipment’s at the premise of Supplier. After the equipment’s passes the test, the items which are inspected and accepted during acceptance testing by

Page 38: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

38 | P a g e

the purchaser shall be packed by the supplier and the representative of purchaser will put a unique number, their seal and signature on each of the packet. The Supplier shall deliver the sealed unbroken packets to the project sites and install the equipments at the respective sites within the time schedule given in the Schedule of Requirements.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

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

Page 39: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

39 | P a g e

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

conditions and the cause thereof. Unless otherwise directed by the Purchaser in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

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

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

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

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

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

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

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

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

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

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

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

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

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

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

29.4 Arbitration:

In the event of any dispute or difference arising out or touching to this agreement / contract and/or in relation to the implementation or interpretation hereof, the same shall be resolved initially by mutual discussion and conciliation but in the event of failure thereof, the same shall be referred to sole arbitration and sole arbitrator shall be appointed by the both the parties after mutual consent in accordance with the arbitration and conciliation Act 1996 and as per amendment 2015. Read with cooperative society Act, the name of arbitrator will be finalized by both the parties at the time of dispute. The decision of the Arbitrator shall be final and binding upon the parties. The arbitration shall be in Lucknow and Arbitrator shall give his award in accordance with “The Arbitration and Conciliation Act, 1996”.

Page 40: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

40 | P a g e

In the event of arbitrator dying, neglected or refusing to act or resigning or being unable to act for any

reason or his award being set aside by the Court for any reason it shall be lawful to appoint another

arbitrator in place of outgoing arbitrator in the manner aforesaid.

30. Limitation of Liability 30.1 Except in cases of criminal negligence or willful misconduct, and in the case of infringement pursuant to

Clause 6, (a) the Supplier shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any

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

(b) the aggregate liability of the Supplier to the Purchaser, whether under the Contract, in tort or

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

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

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

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

writing to the other Party’s address specified in SCC. 33.2 A notice shall be effective when delivered or on the notice's effective date, whichever is later. 34. Taxes and Duties 34.1 Deleted. 34.2 Suppliers shall be entirely responsible for all taxes, duties incurred until delivery of the contracted Goods

to the Purchaser. Octroi, road permits, etc shall be in milk unions/PCDF scope. 35. Right to use defective equipment:

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

36. Supplier’s Integrity

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

Page 41: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

41 | P a g e

37. Supplier’s Obligations

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

38. Patent Right:

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

39. Site Preparation and Installation:

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

40. Supply, Installation Maintenance of Equipment and Training

40.1 Supplier of Dairy Equipments will supply, install, test & Commission and comprehensive

maintenance of Equipments for one year and also train the staff of the concerned Milk Unions. 40.2 Bidders will supply the equipment within time schedule of completion. 41. Technical Documentation:

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

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

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

44. Minimum Eligibility Criteria:

For the purpose of this particular contract bidder shall have to meet the following eligibility criteria as minimum. Minimum Eligibility Criteria: For the purpose of this particular contract bidder shall have to meet the following eligibility criteria as minimum.

Page 42: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

42 | P a g e

A. The bidder should be in business as manufacturer of BMC for a period of Five years at the time of bid opening in the same name and style, who may outsource for completion of other activities defined under Turn Key Project. In order to support these, the bidder has to submit:-

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

business for the required period. B. The bidder should be registered under office of competent authority or under statutory bodies at the

time of bid opening in the same name and style. In order to support this, the bidder has to submit:-

Copy of the Registration Certificate issued by the Registration of firms in case of firms of proprietary nature. OR

Copy of partnership deed in case of partnership firms. OR

Copy of article of association in case of Pvt./Public Ltd., companies. OR

Copy of registration certificate for firms registered with NSIC/Central or State Govt. department/Local bodies for similar work.

C. The eligible bidders may be those who have an annual turnover not less than Rupees 45 crore (Rs.

forty five crore) in each of preceding 3 financial years (2015-16, 2014-15, 2013-14) in same name & style. For this purpose, the parent company’s turnover can also be considered. In order to support this, copies of Balance Sheet, along with Profit & Loss statement for the last three years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted.

D. The eligible bidder should have supplied BMCU Modules (Inclusive of peripheral accessories) of aggregate purchase order value not less than Rupees 30 Crore in each of 3 preceding financial years (2015-16, 2014-15, 2013-14).

E. The eligible bidders have to submit copies of audited Balance Sheet along with Profit & Loss statement of the last three years (2015-16, 2014-15, 2013-14). The bidder should not have incurred any loss in the last three financial year ending March 31 duly certified by the chartered accountant

F. Bidder should have income tax clearance certificate for previous years in original but not older than

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

G. Bidder should have credentials for satisfactory performance for the last five financial years. To support

this bidder has to submit PO copies of Milk Federation/Milk Unions/Reputed Milk Industries regarding execution of contract.

Bidder should have supplied more than an aggregate of 1000 nos. BMCs module of 1KL & above

capacities to other Milk Cooperative Union/Producer Companies/Federation/ Reputed Milk Industries in India and abroad in the same name during the last 3 financial years

H. Bidder's firm should be registered with Sales / Commercial Tax Department. To support this bidder has

to submit photocopy of Sales / Commercial Tax registration certificate/ TIN duly renewed by the competent authority.

I. The bidder shall have to furnish the Bankers Certificate issued by Nationalized Bank on their

prescribed format for at least 10% of the estimated contract value. .

Page 43: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

43 | P a g e

IN THE ABSENCE OF ANY CERTIFICATE/ DOCUMENT OUT OF THE ABOVE MENTIONED AS REQUIRED FOR FULFILLING THE ELIGIBILITY CRITERIA THE CONCERNED PARTY SHALL BE CONSIDERED AS NON ELIGIBLE AND IN THE EVENT OF THIS THEIR BID EVEN IF LOWEST SHALL NOT BE CONSIDERED. Note: Above mentioned terms and conditions should be abided by bidder.

Page 44: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

44 | P a g e

SECTION IV:

SPECIAL CONDITIONS OF CONTRACT

Page 45: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

45 | P a g e

SECTION IV: SPECIAL CONDITIONS OF CONTRACT

TABLE OF CLAUSES

Item No. Topic

1 Definitions (GCC Clause 1)

2 Country of Origin (GCC Clause 3)

3 Performance Security (GCC Clause 7)

4 Inspection and Tests (GCC Clause 8)

5 Packing (GCC Clause 9)

6 Delivery and Documents (GCC Clause 10)

7 Insurance (GCC Clause 11)

8 Incidental Services (GCC Clause 13)

9 Spare Parts (GCC Clause 14)

10 Warranty (GCC Clause 15)

11 Prices (GCC Clause 18)

12 Sub-contracts (GCC Clause 22)

13 Liquidated Damages (GCC Clause 24)

14 Settlement of Disputes (GCC Clause 29)

15 Notices (GCC Clause 33)

16 Training

17 Technical Documentation

18 Supplier’s Obligations

19 Site preparation and installation

20 Supply, installation, maintenance of equipment

21 Technical documentation

22 Transfer of the rights of the purchaser

23 Authority for issuing purchase order and payment

24 Project completion on turnkey basis

25 Application software

26 Disclaimers

27 Extension

28 Make details

29 Jurisdiction

Page 46: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

46 | P a g e

Special Conditions of Contract

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

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

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

Pradeshik Cooperative Dairy Federation,

29 Park Road, Lucknow-226001.

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

Provisions of Goods, Works, and Services in Bank-Financed Procurement”. 3. Performance Security /Performance Bank Guarantee (GCC Clause 7) The Performance Security/ Security will be discharged by the Purchaser and returned to the

Supplier as per condition mentioned in GCC clause No-7. In the event of any correction of defects or replacement of defective material during the warranty period, the warranty for the corrected / replaced Equipments shall be extended to a further period of 12 months and the Performance Bank Guarantee/ Security for proportionate value shall be extended 60 days over and above the extended warranty period.

4. Inspection and Tests (GCC Clause 8) GCC 8.1 Inspection and tests prior to shipment of Goods and at final acceptance are as follows: (i) The inspection of the Goods shall be carried out to check whether the Goods are in

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

(ii) The acceptance test will be conducted by the purchaser / their consultant or any

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

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

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

Page 47: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

47 | P a g e

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

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

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

form and numbers as stated in the contract. 8.6.3 Unless and otherwise agreed, the goods and equipment shall not be considered

to be completed for the purpose of taking over until such manuals and drawings have been supplied to the Purchaser.

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

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

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

on the dates mutually agreed upon and within two months from the date of acceptance of supply.

5. Packing (GCC Clause 9)

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

package will be marked on three sides with proper paint/indelible ink, the following: i) Project ii) Contract No. iii) Country of Origin of Goods iv) Supplier’s Name, and v) Packing list

reference number. 6. Delivery and Documents (GCC Clause 10) Upon delivery of the Goods, the supplier shall notify the purchaser and the insurance company by

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

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

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

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

(iv) Insurance Certificate;

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

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

Page 48: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

48 | P a g e

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

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

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

110% of the value of the goods from "warehouse to warehouse (final destinations)” on "All Risks" basis including War Risks and Strikes.

8. Incidental Services (GCC Clause 13) 8.1 The following services shall be furnished and the cost shall be included in the contract price: a. Performance of the on-site assembly, installation, commissioning and start-up of the equipment. b. Furnishing the detailed operation and maintenance manuals for each items of supply at each

location. c. Maintenance and repair of the equipment at each location during the warranty period including

supply of all spares. This shall not relieve the supplier of any warranty obligations under this contract.

9. Spare Parts (As per GCC Clause No 14) 10. Warranty (GCC Clause 15) 10.1 GCC 15.2 In partial modification of the provisions, the warranty period shall be 12 months from

the date of acceptance of the goods and commissioning installation and testing of the goods or 18 months from the date of shipment, whichever is earlier. The supplier shall, in addition, comply with the performance guarantees specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance tests in accordance with SCC4.

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

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

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

period, the warranty for the corrected/replaced material shall be extended to a further period of 12 months.”

10.3 Maintenance service

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

in the Schedule of Requirements (i.e. time required for supplier’s maintenance engineer to report

Page 49: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

49 | P a g e

at the installation after a request call / telegram is made or letter is written) shall not exceed 08 hours.

11. Prices (GCC Clause 18) Substitute Clause 18.1 of the GCC with the following: 18.1 Prices payable to the Supplier as stated in the Contract shall be fixed during the performance of

the Contract. However any change from prevailing Duty & Taxes during contract period shall be admissible. Except changes in tax structure due to increase in turnover of bidder.

12. Sub-contracts (GCC Clause 22) Add at the end of GCC sub-clause 22.1 the following: Sub-contract shall be only for bought-out items and sub-assemblies 13. Liquidated Damages (GCC Clause 24) 14.1 For delays: GCC Clause 24.1 -- The applicable rate is 0.5% per week and the maximum deduction is 10% of the

contract price. 15. Settlement of Disputes (Clause 29)

Arbitration:

In the event of any dispute or difference arising out or touching to this agreement / contract and/or in relation to the implementation or interpretation hereof, the same shall be resolved initially by mutual discussion and conciliation but in the event of failure thereof, the same shall be referred to sole arbitration and sole arbitrator shall be appointed by the both the parties after mutual consent in accordance with the arbitration and conciliation Act 1996 and as per amendment 2015. Read with cooperative society Act, the name of arbitrator will be finalized by both the parties at the time of dispute.

The decision of the Arbitrator shall be final and binding upon the parties. The arbitration shall be in Lucknow and Arbitrator shall give his award in accordance with “The Arbitration and Conciliation Act, 1996”.

In the event of arbitrator dying, neglected or refusing to act or resigning or being unable to act for

any reason or his award being set aside by the Court for any reason it shall be lawful to appoint

another arbitrator in place of outgoing arbitrator in the manner aforesaid.

16. Notices (Clause 33) For the purpose of all notices, the following shall be the address of the Purchaser and Supplier. Purchaser: : Managing Director PCDF Ltd 29, Park Road Lucknow-226001. Supplier: (To be filled in at the time of Contract signature) ............................................. ............................................. ............................................. .............................................

17. Training:

For each hardware and software component installed, the Supplier is required to train the

designated Purchaser’s technical and end-user personnel to enable them to effectively operate the

Page 50: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

50 | P a g e

total system. The training schedule will be agreed to both parties during the performance of the

Contract.

18 Supplier’s Obligations

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

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

20 Supply, Installation Warranty/maintenance of Equipment and Training

20.1 Supplier of BMCU will supply, install, test & Commission and also train the staff of the concerned Milk Unions/ Society.

20.2 Deleted

21 Technical Documentation:

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

22 Transfer of the Rights of the Purchaser:

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

23 Authority for issuing Purchase Order and payment: PCDF, reserves the right to place the purchase order from its own level on behalf of UNITs/Unions to place order directly on successful Bidder as per BIDs terms and conditions. PCDF/Milk Unions will make payment against the purchase order issued by them from their level, based on Letter of Intent and BIDs terms & Conditions mentioned under documents.

24. Project completion: Turnkey tender is a contract in which the purchaser invite tender from interested bidder for the total completion of a project from start to finish. Successful bidder will complete the project on turnkey basis. PCDF will be dealing only with the successful bidder under turnkey arrangement. Bidder shall be solely responsible for any arrangements made by him with third party to complete the project. Bidder shall be responsible for completion, operationalization and implementation of the project for entire project period.

Page 51: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

51 | P a g e

25. Application Software: The software should be user friendly, menu driven, and preferably provide help facility in local language. The data input forms, reports, menus etc. should be in English and at least in one local language. The application software, if felt essential by the user milk unions may be modified/upgraded to meet the need of the milk collection centers having Single or Cluster Bulk Milk Cooler installations. The software should have provision of connectivity of such milk collection center with milk Procurement UNIONs / Office/Dairy plant in the future. The software should have provisions of compatibility with bank/other agency in order to make direct payment to producers account. This software should also be used for maintaining the complete record of the collection centre together with the details of all transactions of the village co-operative society and should include Customized Pen drive & web enabled connectivity. The software should have provision of mobile connectivity and alert system.

26. Disclaimer:

By mere inviting tender is no way binding on PCDF to purchase goods. The purchases will be made as per Govt. release of fund. No contractual obligation whatsoever shall arise from the bidding document /bidding process unless and until a formal contract is signed and executed between the PCDF/Milk Unions and the successful bidder. PCDF disclaims any factual or other errors in the biding document (the onus is purely on the individual bidders to verify such information) and the information provided therein are intended only to help the bidders to prepare a logical bid proposal.

27. Extension: In exceptional circumstances, the union may solicit the Bidders’ consent to an extension of the

period of contract. The request and the responses thereto shall be made in writing. The BID security/EMD provided shall also be suitably extended. A Bidder granting the request will not be required nor permitted to modify his BID.

28. Make Details: Full details of materials including the manufacturer’s name and brand of items must be mentioned

wherever applicable. 29. Jurisdiction: For all legal matters and disputes, Lucknow court shall be the Jurisdiction

Page 52: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

52 | P a g e

SECTION-III

ERECTION & COMMISSIONING OF EQUIPMENT

1.0 Sufficiency of Tender

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

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

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

3.0 Preparations of drawings for approval

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

The contractor shall submit to the PCDF for approval:

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

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

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

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

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

Brief list of drawings: i) Equipment drawings for fabricated items.

Page 53: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

53 | P a g e

Drawings showing dimensions, layouts submitted for approval shall be signed by responsible representative of contractor and shall be any one of the following sizes in accordance with Indian standards: AO, A1, A2, A3, and A4. All drawings shall show the following particulars in the lower right hand corner in addition to contractor’s name: i) Name of the PCDF

ii) Project title

iii) Title of drawing

iv) Scale

v) Date of drawing

vi) Drawing number

vii) Space for PCDF’S drawing number.

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

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

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

4.0 Operation and maintenance manual:

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

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

Page 54: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

54 | P a g e

The contractor shall deploy a competent representatives, whose name or names shall have previously been communicated in writing to the PCDF by the contractor, to supervise t of the works on the site. The said representative or if more than one shall be employed, then one of such representatives shall be present on the site during all times, and any orders or instructions which the PCDF may give to the said representative of the contractor shall be deemed to have given to the contractor. The said representative shall have full technical capacities and complete administrative and financial powers to expeditiously and efficiently execute the work under the contract. The contractor shall, execute the works with due care and diligence within the time for completion and employ contractor’s team comprising qualified and experienced engineers together with adequate skilled, semi-skilled and Unskilled workmen in the site for carrying out the works. The contractor shall ensure adequate work force to keep the required pace at all times as per the schedule of completion. The contractor shall also ensure availability of competent technical persone during commissioning / start up, trial runs, operation of the plant / equipment till handing over of the plant.

When the contractor or his representative is not present on any part of the work where it may be desired to give directions in the event of emergencies, orders may be given by the PCDF and shall be received and observed by the supervisors or foremen who may have charge of the particular part of the work in reference to which orders are given. Any Such instructions, directions or notices given by the PCDF shall be deemed to have been given to the contractor. The contractor should also display necessary information as may be required by statutory regulations, and shall comply with all statutory obligations as required under the prevailing rules of the state & country. The PCDF shall be at liberty to object to any representative or person, skilled, semi-skilled or unskilled worker employed by the contractor in the execution of or otherwise about the works who shall in the opinion of the PCDF, misconduct himself or be incompetent, or negligent or unsuitable, and the contractor shall remove the person so objected to upon receipt of notice in writing from the PCDF and shall provided in that place a competent representative at contractor’s own expense within a reasonable time. In the execution of the works no persons other than the contractor, sub-contractor and their employees shall be allowed on the site except by written permission of PCDF.

6.0 PCDF’S Instructions

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

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

7.0 Rights of the PCDF

Page 55: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

55 | P a g e

7.1 Rights to direct works:

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

7.2 Right to order modifications of methods and equipment

If at any time the Contractor’s methods, materials or equipment appear to the PCDF to be unsafe, inefficient or inadequate for securing the safety of workmen or the public, the quality or work or the rate of progress required, the PCDF may direct the Contractor to ensure safety, and increase their efficiency and adequacy and the Contractor shall promptly comply with such directives. If at any time the Contractor’s working force and equipment are inadequate in the opinion of the PCDF, for securing the necessary progress as stipulated, the Contractor shall if so directed, increase the working force and equipment to such an extent as to give reasonable assurance of compliance with the schedule of completion. The absence of such demands from the PCDF shall not relieve the Contractor of Contractor’s obligations to secure the quality, the safe conducting of the work and the rate of progress required by the contract. The Contractor alone shall be and remain liable and responsible for the safety, efficiency and adequacy of Contractor’s methods, materials, working force and equipment, irrespective of whether or not the Contractor makes any changes as a result of any order or orders received from the PCDF.

7.3 Right to inspect the work

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

8.0 Contractor’s functions

The Contractor shall provide everything necessary for proper execution of the works, according to the drawings, schedule of quantities and specifications taken together whether the same may or may not be particularly shown or described therein, provided that the same can reasonably be

Page 56: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

56 | P a g e

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

8.1 Third Party Insurance

Before commencing the execution of the works the Contractor, but without limiting his obligations and responsibilities, shall insure against his liability for any material or physical damage, loss or injury which may occur to any property, including that of the PCDF, or to any person, including any employee of the PCDF, or by arising out of the execution of works or in the carrying out of the Contract. The Contractor shall, produce to the Engineer/PCDF the policy or policies of insurance and the receipts for payment of the current premiums, as and when required. The terms shall include a provision whereby, in the event of any claim in respect of which the Contractor would be entitled to receive indemnity under the policy being brought or made against the PCDF, the insurer will indemnify the PCDF against such claims and any costs, charges and expenses in respect thereof. Such insurance shall be for an amount not less than Rs.1, 00,000/- per occurrence, with the number of occurrences unlimited.

8.2 Compensation for accidents or injury

The PCDF shall not be liable for or in respect of any damages or compensation payable at law in respect or in consequence of any accident or injury to any workman or other person in the employment of the Contractor or any sub-Contractor, save and except an accident or injury resulting from any act or default of the PCDF, his agents, or servants. The Contractor shall indemnify and keep indemnified the PCDF against all such damages and compensation, save and except as aforesaid and against all claims, proceedings, costs, charges and expenses whatsoever in respect thereof or in relation thereto. The Contractor shall insure against such liability with an insurer approved by the PCDF, which approval shall not be unreasonably withheld, and shall continue such insurance during the whole of the time that any persons are employed by him on the works shall, on demand, produce to the PCDF or PCDF’S representative such policy of insurance and the receipt for payment of the current premium. Provided always that, in respect of any persons employed by any sub-Contractor, the

Page 57: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

57 | P a g e

Contractor’s obligations to insure as aforesaid under this sub-clause shall be satisfied if the sub-Contractor shall have insured against the liability in respect of such persons in such manner that the PCDF is indemnified under the policy, but the Contractor shall require such sub-Contractor to produce the PCDF or PCDF’S representative, on demand, such policy of insurance and the receipt for the payment of the current premium.

8.3 Duties of contractor Vis-à-vis other contractors:

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

8.4 VARIATIONS 8.4.1 The PCDF shall make any variation of the form, quality or quantity of the Works or any part thereof

that may, in his opinion, be necessary and for that purpose and operation of the system, he shall have power to order the Contractor to do and the Contractor shall do any of the following:

(a) Increase or decrease the quantity included in the contract. (b) Omit any such work. (c) Change the character or quality or kind of any such work. (d) Change the levels, lines, position and dimensions of any part of the works, and (e) Execute additional work of any kind necessary for the completion of the works.

And no such variation shall in any way vitiate or invalidate the contract, but the value, if any, of all such variations shall be taken into account in ascertaining the amount of the Contract price.

8.4.2 No such variations shall be made by the Contractor without an order in writing of the PCDF. Provided that no order in writing shall be required for increase or decrease in the quantity where such increase or decrease is not the result of an order given under this clause, but is the result of the quantities exceeding or being less than those stated in the Contract / Bill of Quantities. Provided also that if for any reason the PCDF shall consider it desirable to given any such order verbally, the Contractor shall comply with such order and any confirmation in writing of such verbal order given by the PCDF, whether before or after the carrying out of the order, shall be deemed to be an order in writing within the meaning of this clause. Provided further that if the Contractor shall within seven days confirm in writing to the PCDF and such confirmation shall not be contradicted in writing by the PCDF within 14 days, it shall be deemed to be an order in writing by the PCDF.

8.4.3 All extra or additional work done or work omitted by order of the PCDF shall be valued at the rates and prices set out in the contract if in the opinion of the PCDF, the same shall be applicable. If the contract does not contain any rates or prices applicable to the extra or additional work, then suitable rates or prices shall be agreed upon between the PCDF shall fix such rates or prices as shall, in his opinion, be reasonable and proper.

8.4.4 Provided that if the nature or amount of any omission or addition relative to the nature or amount of the whole of the works or to any part thereof shall be such that, in the opinion of the PCDF, the rate or price contained in the contract for any item of the works is, by reason of such omission or addition, rendered unreasonable or inapplicable, then a suitable rate or price shall be agreed upon between the PCDF and the Contractor. In the event of disagreement of the PCDF shall fix such other rate or price as shall, in his opinion, be reasonable and proper having regard to the circumstances.

Page 58: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

58 | P a g e

Provided also that no increase or decrease under sub-clause 8.4.1 of this clause or variation of rate or price under sub-clause 8.4.2 of this clause shall be made unless, as soon after the date of the order as is practicable and, in the case of extra or additional work, before the commencement of the work or as soon thereafter as is practicable, notice shall have been given in writing:

a) By the Contractor to the PCDF of his intention to claim extra payment or a varied rate or price .Or b) By the PCDF to the Contractor of his intention to vary a rate or price. 8.4.5 If on certified completion of the whole of the works, it shall be found that a reduction or increase

greater than 15 percent of the sum named in the Letter of Acceptance results from the aggregate effect of all Variation Orders but not from any other cause, the amount of the contract price shall be adjusted by such sum as may be agreed between the Contractor and the PCDF or failing agreement, fixed by the PCDF having regard to all material and relevant factors, including the Contractor’s site and general overhead costs of the contract.

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

No final or interim claim for payment for any such work or expense will be considered which has not been included in such particulars. Provided always that the PCDF shall be entitled to authorize payment to be made for any such work or expense, notwithstanding the Contractor’s failure to comply with this condition, if the Contractor has, at the earliest practicable opportunity, notified the PCDF in writing that he intends to make a claim for such work.

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

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

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

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

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

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

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

Page 59: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

59 | P a g e

10.0 Protection of plant

The PCDF shall not be responsible or held liable for any damage to person or property consequent upon the use, misuse or failure of any erection tools and equipment used by the Contractor or any his sub-Contractor’s even though such tools and equipment may be furnished, rented or loaned to the Contractor or any of his sub-Contractors. The acceptance and / or use of any such tools and equipment by the Contractor or his sub-Contractor shall be construed to mean that the Contractor accepts all responsibility for and agrees to indemnify and save the PCDF from any and all claims for said damages resulting from the said use, misuse or failure of such tools and equipments.

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

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

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

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

11. Unloading, transportation and inspection

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

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

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

Page 60: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

60 | P a g e

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

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

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

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

12.0 Storage of equipment.

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

The Inspector shall check for any signs of moisture or rusting in any equipment. If the commissioning of equipment is delayed after installation of the equipment, the Contractor shall carry out all protective measures suggested by the PCDF during such period.

Page 61: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

61 | P a g e

Adequate security measures shall be taken by the Contractor to prevent theft and loss of materials under the Contractors custody. The Contractor shall carry out periodical inventory checks of the materials stored and installed by the Contractor and any loss noticed shall be immediately reported to the PCDF. A proper record of these inventories shall be maintained by the Contractor. The Contractor should not sell, assign, and mortgages, hypothecate or remove equipment or materials, which has been installed or stored at the site under Contractor’s custody without the written consent of the PCDF.

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

13.0 Approvals

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

Any modifications or changes required or advised by the appropriate authorities during the course of inspection and/or the contractor at his own cost shall carry out approval.

14.0 Review and co-ordination of erection work

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

Page 62: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

62 | P a g e

SECTION -III(A)

(FOR MECHANICAL INSTALLATION)

MECHANICAL INSTALLATION

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

drawings and as per the contract. b) Supply and installation of structural platforms and tables. c) Supply and installation of all service piping including ancillary items. d) Insulation and cladding of piping equipment and electrical auto tracing of LSHS, including supply of

materials. e) Interconnections of services and electrical with equipment. f) Guide line for expansion work. g) Clean up of work site. h) Supply of all cleaning chemicals and lubricants, i) Testing, commissioning and start-up. j) Painting including supply of paints as approved by the PCDF. k) Training of personnel.

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

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

Tolerances shall be as specified in equipment manufacturers drawings or as stipulated by the PCDF’S Engineer. No equipment shall be permanently bolted down to foundations or structure until the alignment has been checked by the Contractor and witnessed by the PCDF. The Contractor shall carry out minor alterations in the anchor bolts, pockets etc., at no extra cost and set the equipment properly as per approved layout, drawings and manufacturer’s instructions. The Contractor shall supply all the necessary foundation / anchor bolts and bedplates without extra cost.

Page 63: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

63 | P a g e

The Contractor shall supply, fix and maintain, at his own cost, during the erection work, all the necessary centering, scaffolding, staging required not only for proper execution and protection of the said work but also for protection of the surrounding plant and equipment. The Contractor shall take out and remove any or all such centering, scaffolding, staging planking etc., as occasion shall require or when ordered to do so and shall fully reinstate and make good all things disturbed during execution of the work, to the satisfaction of the PCDF. The Contractor shall be paid no additional amount for the above.

2.2. Structural Platforms and Tables

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

3.0 SERVICE PIPING INSTALLATION. 3.1 General Guidelines.

All piping systems shall comply with the latest editions of the following regulations wherever applicable.

3.1.1 Indian Boiler Regulations. 3.1.2 Regulations of explosives inspectorate. 3.1.3 All applicable Indian Standards. 3.1.4 All applicable State Government / Central Government laws / act 3.2 Scope of Supply

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

3.3. Scope of Piping Erection

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

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

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

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

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

3.3.6 The contractor shall install all pipes, valves and specialties being procured from other sources.

Page 64: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

64 | P a g e

3.4 Testing of Piping 3.4.1. The Contractor shall test all piping systems mentioned below including valves and specialties and

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

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

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

Sl.No: Name Test pressure Test-medium

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

ii. Water pipe lines

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

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

iv. SS Pipes 6 Kg / Sq-cm Water

v. Air 12 Kg / Sq-cm Air

vi. Ammonia pipelines

a) Suction

b) Discharge

16 Kg / Sq-cm

24 Kg / Sq-cm

Air

Air

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

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

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

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

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

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

3.5.4 All piping shall be suspended, guided and anchored with due regard to general requirements and to avoid interference with other pipes, hangers, electrical conduits and their supports, structural members and equipment and to accommodate insulation and conform to buildings structural limitations. It is the responsibility to the piping Contractor to avoid all interference while locating hangers and supports.

Page 65: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

65 | P a g e

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

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

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

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

a) High-pressure steam piping when the working pressure of steam is more than 3.1 kg / sq-cm (50 psi).

b) Low-pressure steam piping when the working pressure of steam is below 3.1 kg / sq-cm (50 psi).

All the pipes and fittings used for high pressure steam piping work should conform to IBR and they should be IBR certified and also to be identified with number and mark showing that they are tested by the Boiler Inspector and supported with duly authenticate certificates to this effect. The high pressure steam piping after installation should be hydraulically tested in presence of the Boiler Inspector for his approval. The high-pressure steam piping work should also include fabrication and installation of pressure reducing stations strictly conforming to IBR.

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

5.0 INSTALLATION OF PIPING AND EQUIPMENT

5.1 Insulation of Chilled Water and Ammonia Pipeline

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

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

on the surface of the pipes. 5.1.4 A similar layer of bitumen should be applied on the inner surface and on the edges of the insulation

sections. 5.1.5 The sections should then be stuck to the coated pipes with the joints staggered. Adjacent sections

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

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

entire insulation in such region shall be redone with fresh material, entirely at the Contractor’s cost.

5.1.9 The thickness of insulation may be as per Annexure II. 5.2 Insulation of Chilled Water Tank 5.2.1 The surfaces shall be cleaned with the help of brushes to remove any loose particles. 5.2.2 A coat of bitumen of 85/40 m or 85/25 conforming to IS 702 at 1.0 Kg/Sqm shall be applied over the

flooring and alkathene sheets shall be press-laid to act as a vapour barrier.

Page 66: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

66 | P a g e

5.2.3 Bitumen shall then be applied on the alkathene sheets and one side and edges of the insulation slabs to ensure total rate of 2.00 Kg / Sqm between contacting surfaces. The slabs shall then be fixed in position, making sure that there shall be no joints between slabs.

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

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

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

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

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

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

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

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

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

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

over chicken wire mesh. 5.5 LSHS System – Electrical Auto Tracing and Insulation

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

The characteristics of the LSHS are as under:

Total sulphur % by wt. max. : 1.2

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

Flash point minimum : 90 ºC

Water content % by vol. max : 1.0

Sediment % by wt. max. : 0.25

Pour point max. : 60 ºC

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

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

Page 67: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

67 | P a g e

Max .14CST

Ash content % by wt. max : 0.1

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

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

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

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

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

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

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

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

7.0 GUIDELINES FOR INTERCONECTION / TAPPING WORK 7.1 Shutdowns

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

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

precautions to ensure absolute cleanliness and minimum hindrance for the plant. 7.3 Change-over/hooking

The programs for change over/hooking up plant system should be prepared by the contractor in

consultation with local officers of PCDF & submitted for approval of project authority, at least 30 days in advance.

7.4 Modification and rectifications of plant and equipment

Page 68: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

68 | P a g e

During work, the contractor shall be required to carry out modifications, repairs / replacements, to

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

8.0 CLEAN UP OF WORKS SITE 8.1 All Soils, filth other materials of an offensive nature taken out of any trench, drain or any other places

shall not be deposited on surfaces, but shall at once be carted away by the contractor from the site of work for proper disposal.

8.2 The contractor shall not store or place the equipment materials or erection tools on the drive ways and passages and shall take care that his work in no way restricts or impedes traffic or passage of men and materials during erection. The contractor shall without any additional payment, at all time keep the working and storage area used by him free from accumulation of dust or combustible materials, waste materials rubbish packing, wooden materials to avoid fire hazards and hindrance to other works.

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

9.0 CLEANING CONDITION AND LUBRICANTS

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

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

continuous 3 days at the rated output, after satisfactory commissioning and start-up of the plant. All rectification of damages / defects and routine troubleshooting should be carried out by the contractor. The contractor shall incorporate / execute necessary minor modifications during the trial period for maximizing operational efficiency. The contractor should also execute minor modifications as may be suggested by the manufacturer / PCDF. The contractor shall suggest recommended log sheet proformas for recording necessary operating data and pass it on to the PCDF in proof of satisfactory rated output and performance of the equipments / plant.

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

Page 69: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

69 | P a g e

10.2.5 Check out and commissioning of instruments, equipment and plants, filtering of transformer and other oils so that if deteriorated, they shall attain the required properties/standards, specified tests in this regard must be carried out by approved authorities and their satisfactory reports submitted to the PCDF before start-up.

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

10.2.7 Operation in empty condition to check general operation details wherever required and wherever possible.

10.2.8 Closed loop dynamic testing with water wherever required. 10.2.9 Operation under load and gradual load increase to attain maximum rated output. 10.2.10 Trouble shooting during the trial period. 10.3 The Contractor shall demonstrate proper working of all mechanical and electrical controls; safety

and protective device, in presence of the PCDF’S engineer and the same should be duly recorded. 10.4 After conducting testing, in case a particular equipment is not working properly or not giving rated

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

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

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

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

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

a) The Contractor has no previous experience of commissioning and start-up of the similar

equipment. b) The PCDF is of the opinion that the Contractor is not capable to commission and start-up of

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

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

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

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

Page 70: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

70 | P a g e

11.0 PAINTING

All the equipment/machineries like motors, pumps, HT / LT panel, transformer, switch boards, starters, junction boxes, isolators, storage tanks, supporting structures, pipe supports and MS / GI pipes and all exposed and visible iron parts included in the scope off erection / commissioning shall be given double coat of paint of approved shade over a double coat of anti-corrosive primer wherever necessary.

Irrespective of the condition of original paint of equipment / machineries / structures / supports, all surfaces wherever required must be properly cleaned from scale, dirt and grease prior to painting. Spray painting must preferably be used on all the equipment / machineries and wherever practicable. Suitable and necessary cleaning / wiping of sight / dial glasses, other non-metallic parts, flooring, walls and other surfaces which have been spoiled by paint during painting must also be carried out by the Contractor.

Lettering and other markings, including capacity and flow direction markings, shall also be carried out by the Contractor on the tanks, pipe lines, starter’s, motors, isolators and wherever else necessary, as directed and as per the standard practice of installation. ISI colour codes and colour charts as mentioned in Annexure-III must be adhered to. Supply of all paints and all other materials required it included in the scope of supply of the Contractor under this contract/order.

12.0 TRAINING OF PERSONNEL

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

Page 71: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

71 | P a g e

GENERAL GUIDELINES OF SPECIFICATIONS FOR PIPES AND FITTINGS

Sl. No.

Type of piping Pipe and fittings Valves Erection

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

Seamless, MS heavy duty schedule 40 ASTM A 53

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

Piping to be welded type with flanged wherever required

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

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

Piping to be welded type with flanged wherever required

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

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

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

Piping to be welded type with flanged wherever required.

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

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

Piping to be welded type with flanged wherever required.

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

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

Piping to be welded type with flanged wherever required

Page 72: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

72 | P a g e

Sl. No.

Type of piping Pipe and fittings Valves Erection

6 Refrigerant system Piping (30 Deg Cent & below)

Hot furnished seamless steel pipes ASTM A 333 Grade-1

Globe valve suitable for refrigerant piping

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

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

Globe Valve Suitable For Refrigerant Piping

Piping to be welded type with flanged wherever required

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

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

Piping to be welded type with flanged wherever required

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

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

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

Page 73: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

73 | P a g e

Annexure I MAKES OF BOUGHT OUT ITEMS:

Sl. No. Name Of Item Makes selected by Contractor

1. Steam piping

a) MS ‘C’ class pipes (seamless)

b) Cast steel globe valves

c) Bronze globe valves

d) Non-return valves

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

f) Pressure and temperature gauges

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

b) Cast steel globes/bronze globe/

Gunmetal gate valve

c) Pressure gauges

3. Water piping a) GI ‘B’ class pipe

b) CI globe valve

c) Gun metal gate valve

d) Gun metal globe valves/strainers/

Non-return valves

e) Water pump

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

Page 74: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

74 | P a g e

MOTOR CONTROL CENTRE

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

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

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

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

arranged to form a continuous line-up of uniform height. Cold rolled sheets shall be used for doors and front covers. Front doors shall be hinged type and bus bars and cable alleys covers shall be bolted type.

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

materials shall be provided for doors and other openings. Suitable hooks shall be provided for lifting the boards. These hooks when removed shall not leave any opening in the board.

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

passivated or cadmium plated high tensile strength steel bolts, nuts and washers secured against loosening.

2.2.4 The Switchboard shall be cubical design (each feeder components are housed in individual cubical).

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

2.2.5 Painting:

All metal surface shall be thoroughly cleaned and degreased to remove all scales, rust, grease and dirt.

Fabricated structures shall be pickled and treated to remove any trace of acid. The under-surface shall

be prepared by applying a coat of phosphate paint and a coat of yellow zinc chromate primer. The

under-surface shall be made free from all imperfections before undertaking the final coat.

After preparation of the under surface, the panel shall be spray painted with final two coats of approved shade of automobile paint Supplier shall obtain details of approved paint from the purchaser before final painting.

The finished panels shall be dried in storing ovens in dust free atmosphere. Panel finish shall be free

from imperfections hike pinholes, orange peels, run-off paint etc.

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

2.2.6 Name Plates:

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

Page 75: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

75 | P a g e

2.3 Busbar sizing connection and supports:

The bus bars shall be made from high conductivity electrolytic aluminum confining to grade E 91 E of IS 5082. The bus bars and supports shall be capable of withstanding the rated and short circuit current. Minimum size of main power bus bars shall be 200 Amps rating maximum current density permissible for aluminum bus bars shall be 0.8 Amps sq mm. An earthing bus bar of minimum 150 sq mm section aluminum shall be provided outside panel at bottom throughout the length of the panel.

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

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

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

shall be 20 mm.

2.4 Power connection:

2.4.1 For power interconnection within the panel board:

Copper conductor PVC insulated cables of adequate cross section shall be used. For current rating

above 63 Amps aluminum bus bar strips of adequate rating shall be used. Minimum size of copper

conductor to be used shall be 2.5 sq. mm cable lugs/sockets of suitable size and type shall be used for

all interconnections.

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

will be properly cleaned and supplied with oxide inhabiting grease.

2.4.3 For each outgoing motor (up to 60 HP) feeder, suitable size terminal blocks (Min.3 ways) shall be provided

in its cubical and wiring up to these from contactors shall be done by panel suppliers.

2.4.4 To prevent accidental contacts all interconnecting cables/bus bars and all terminals also shall be shrouded.

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

bars/conductors.

2.5 Auxiliary wiring and terminals:

2.5.1 Wiring for all controls, protection, metering, signaling etc. inside the switchboard shall be done with 650 V

gray colour PVC insulated copper conductors. Minimum size of these conductors shall be 1.5 sq.mm control

wiring to components fixed on doors shall be flexible type.

2.5.2 The complete panel would be sub-divided into different sections by purchaser & each section shall have its

own control circuit with fuse and indication. Terminal block (Minimum 3-ways) for control wiring shall be

provided for each outgoing Motor feeder in its cubical. 10% spare terminals shall always be available in

each terminal block. Supplier shall do control wiring up to these terminal block.

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

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

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

Page 76: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

76 | P a g e

2.5.5 Control wiring for motor feeders should be such that the "green" light of motor feeder is "ON " only when

control as well as power circuit of feeders is "ON" and it shall have its own fuse.

2.6 Switch gears:

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

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

2.6.2 Fuses:

These shall be HRC cartridge link type with operation indicator, which will be visible without removing

fuses for the service. These shall be completed with moulded phenolic fuse base and cover.

2.6.3 Contactors:

The rating of the power contactors shall be as required depending upon the feeder rating indicated in

the specifications and as per the table given at 2.7.4 below. Contactor coils shall be suitable for 240

Volts, 50 Hz. unless otherwise specified. All contactors shall be supplied with minimum 2 NO + 2 NC

auxiliary contacts. Additional contacts if required, for interlocking etc, shall also be provided.

3.6.1 Protective Devices:

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

type.

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

3.6.3 Timer:

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

2.6.6 Push Buttons (PBs):

Push buttons shall be with contact elements shall be generally mounted on open able covers. Colours

shall be as follow:

Stop/Open/Emergency - Red

Start Close - Green

It should have minimum 1 NO + 1 NC contacts. Push buttons with built-indication lamps shall also

be accepted in which case separate indication lamps are not required.

2.6.7 Indication Lamps:

Colours shall be as under :

Phases : Red, Yellow & Blue.

Open Stop/Emergency : Red

Close/Start : Green

Page 77: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

77 | P a g e

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

2.7 Special Requirements:

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

DOL starters unless specified otherwise.

2.7.2 All motor feeders up to 60 HP shall be provided with switch fuse unit and above 60 HP MCCB's with

a minimum breaking capacity of 40 KA shall be provided.

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

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

specified:

----------------------------------------------------------------------------------------------------------------------------

Sl 415v Contractors Switch/MCCB

NO Motor HP Rating Amps. Rating Amps.

-------------------------------------------------------------------------------------------------------------------------- 1. 0 to 10.0 HP 16 25 2. 15HP 16 63 3. 20 to 25 HP 25 63 4. 30HP 32 100 5. 40 to 50HP 40 100 6. 60HP 63 100 7. 75HP 63 200 8. 100 to 125 HP 125 200 9. 150 to 175 HP 125 200 ---------------------------------------------------------------------------------------------------------------------------- For capacitors, rating of contactors/switch shall be double of rated current of capacitor.

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

stated in the feeder details.

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

otherwise and preferably they shall be located at the lower portion of the panel. These feeders

shall also have isolating link for neutral.

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

be provided on the MCC.

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

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

Page 78: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

78 | P a g e

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

1. Contactors 2. Starter relay 3. Timers 4 Switch fuse units 5. MCBs 6. Push Buttons 7. Indicating lamps 8. Control and power wires 9 Terminal blocks 10. Instruments 11. Instrument Transformers

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

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

with a selector switch. The Supplier should prepare and get the purchaser's approval of the

following drawings in respect of each of the panels prior to taking up fabrication

2.7.12

a) General arrangement drawing.

b) Power circuit drawing.

c) Control wiring drawing.

d) MCC for product (Wall mounting type):- One No.

All Cable Entry from Top

Page 79: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

79 | P a g e

SECTION V:

SCHEDULE OF REQUIREMENTS

Page 80: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

80 | P a g e

SCHEDULE OF REQUIREMENTS

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

Part Particulars

A

Supply, Installation, Commissioning and Testing of BMCU as per our specifications

Qty.* Destination (As per List enclosed)

Estimated cost

Bid Security (EMD) (Rs)

Completion period (Months)

i) BMCU of 1KL with accessories

325 Option A and B

Rs. 79.00 Crore

Rs. 79.00 Lakh (Rupees Seventy nine Lakh) in form of DD/Bank Guarantee from Nationalized bank in favour of Pradeshik Cooperative Dairy Federation Limited payable at Lucknow.

4 month from the date of

dispatch instruction letter

(DIL).

Completion period of entire

job should be completed in 9

month from the date of issuing purchase/work

order and

Dispatch schedule of BMC

units shall be intimated along

with PO/WO

ii) BMCU of 2KL with accessories

350 Option B

iii) BMCU of 3KL with accessories

75 Option B

Total 750

It is Mandatory for Bidder to quote the rate for the supply of BMC and work mentioned in Part A required EMD as mentioned for part A.

Delivery schedule: Supply, installation & commissioning of BMC module within 4 (four) month from the date of dispatch instruction letter (DIL) issued by PCDF on the basis of dispatch schedule. However, Completion period of entire job should be completed in 9 month from the date of issuing purchase/work order.

Page 81: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

81 | P a g e

Annexure of Requirement - Option A

List of BMC Center

Milk Union Wise And District Wise Allotment Of Bulk Milk Cooler Capacity - 1000 L

S.NO. Milk Union S.No. District Name No. Of BMC

Required Capacity - 1000 L

1 Firozabad

1 Mathura 15

2 Agra 15

3 Firozabad 15

4 Mainpuri 15

2 Aligarh

1 Aligarh 10

2 Hathras 10

3 Etah 10

3 Meerut

1 Bulandsahar 15

2 Ghaziabad 15

3 Noida 15

4 Kanpur 1 Kannauj 15

TOTAL 150

Page 82: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

82 | P a g e

Annexure of Requirement - Option B

List of BMC Center

BMC Capacity / Qty wise requirement

S.No. Cluster S.No. Name Of Milk Union

1000 L 2000 L 3000 L

1 Varanasi

1 Varanasi 2 10 3

2 Chandauli 0 5 3

3 Gazipur 4 1 0

4 Jaunpur 4 1 0

Total 10 17 6

2 Vindhyachal

1 Mirzapur 7 2 0

2 Sonbhadra 5 0 0

3 Sant Ravidasnagar 2 1 0

Total 14 3 0

3

Allahabad

1 Allahabad 0 12 3

2 Kaushambi 0 8 1

3 Fatehpur 1 2 0

4 Pratapgarh 0 10 0

Total 1 32 4

4

Chitrakoot

1 Karvi 9 2 0

2 Banda 8 1 0

3 Hamirpur 8 3 0

4 Mahoba 6 1 0

Total 31 7 0

5

Gorakhpur

1 Gorakhpur 6 5 0

2 Maharajganj 0 1 0

3 Devariya 0 3 0

4 Kushinagar 0 2 0

Total 6 11 0

6

Basti

1 Basti 0 5 0

2 Sant Kabirnagar 0 3 0

3 Siddharth nagar 0 1 0

Total 0 9 0

7

Azamgarh

1 Azamgarh 2 5 1

2 Mau 0 2 0

3 Balia 3 6 2

Total 5 13 3

8 Faizabad

1 Faizabad 19 8 2

2 Barabanki 15 3 0

3 Ambedkarnagar 5 8 1

4 Sultanpur 8 8 2

Page 83: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

83 | P a g e

5 Amethi 6 8 1

Total 53 35 6

9 Devipatan

1 Behraich 0 2 0

2 Shravasti 0 1 0

3 Gonda 1 1 1

4 Balrampur 0 0 0

Total 1 4 1

10 Kanpur

1 Kanpur Nagar 3 7 4

2 Kanpur Dehat 3 7 4

3 Itawa 2 8 4

4 Auraiyya 2 8 3

Farrukhabad 2 4 3

Kannauj 2 5 2

Total 14 39 20

11 Jhansi

1 Jhansi 3 1 0

2 Lalitpur 3 2 0

3 Jalaun 3 2 0

Total 9 5 0

12 Lucknow

1 Lucknow 0 0 0

2 Raebareli 0 5 0

3 Unnao 0 2 0

4 Hardoi 0 0 0

5 Sitapur 0 1 0

6 Lakhimpur 0 0 0

Total 0 8 0

13 Barailly

1 Barailly 3 10 0

2 Badaun 0 12 5

3 Pilibhit 0 4 0

4 Shahjahanpur 7 14 3

Total 10 40 8

14 Aligarh

1 Aligarh 0 11 0

2 Hathras 0 12 0

3 Etah 0 7 0

4 Kasganj 0 4 0

Total 0 34 0

15 Moradabad

1 Moradabad 0 7 3

2 Sambhal 0 6 2

3 Rampur 0 5 0

4 Bijnaur 0 7 3

5 J.P. Nagar 0 5 3

Total 0 30 11

16 Meerut 1 Meerut 0 10 3

2 Bagpat 0 6 3

Page 84: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

84 | P a g e

3 Bulandsheher 0 2 0

4 Gaziabad 0 0 0

5 Hapur 0 0 0

6 Gauttam Buddha Nagar (Noida)

0 0 0

Total 0 18 6

17 Muzzarfar

Nagar

1 Saharanpur 9 10 4

2 Shamli 5 12 2

3 Muzzarfarnagar 7 12 4

Total 21 34 10

18 Firozabad

1 Agra 0 4 0

2 Firozabad 0 3 0

3 Mainpuri 0 0 0

4 Mathura 0 4 0

Total 0 11 0

Grand Total 175 350 75

Page 85: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

85 | P a g e

SECTION VI:

TECHNICAL SPECIFICATIONS AND SCOPE OF SUPPLY

Page 86: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

86 | P a g e

Technical Specification for Bulk Milk Cooler Module (1KL, 2KL and 3 KL)

A. Bulk Milk Cooler Unit:

1.0 General Description and Scope of Work:

Bidder shall supply, install and commission BMC module with accessories in the village with suitable single phase/ three phase units. PCDF/Milk Unions shall arrange incoming power supply with required commercial energy meter at each BMC Center. Adequate space necessary construct/modification which includes civil and electrical works will have to be carried out by the purchaser.

The scope also includes design, supply, installation and commissioning of bulk milk cooler (BMC) including all accessories to be executed on turnkey basis as indicated in the technical specification. The operating conditions in the villages are hot, humid, dusty and with fluctuating voltages from 160 V to 290 V for single phase and from 350 V to 490 V for 3 phase.

The BMC shall be a complete unit with the refrigeration system, agitator, lockable inlet & outlet valve & union. Also included are supply of SS piping & milk hose 10 M long of food grade quality , unions and milk transfer pump, erection materials, pipe supports, floor plates, pipe clamps. The scope includes electrical & control panels and interconnecting cables, cable conduits, earth pit pipes with remove-able cover & earthing chambers as required by local electrical regulation.

The indicative distances between BMC outlet to milk pump inlet is 3 Mtr, BMC to Mains power point & DG set – 20 Mtr can be considered for calculating cable & SS piping requirement, supports etc. However, the exact distances shall be as per site conditions. Complete piping & cabling actually necessary for installation shall be supplied.

The bidder’s scope includes can tipping bar/balance tank/milk pump & SS piping to inlet of the BMC for receiving the milk (as the case may be for a specific site). From BMC, the milk shall be transferred to Road Milk Tanker (RMT) through SS Piping & food grade quality flexible hose of adequate length and milk pump installed at milk collection centre near BMC. For some installation of 1 kL milk is fed directly to inlet of BMC through a SS Funnel.

The supplier shall quote reputed make of all bought out components included in the bid, which shall be approved by the Purchaser before finalization of the contract.

The price for the optional items wherever specified in the enquiry shall be quoted.

2.0 Bulk Milk Cooler Tank:

S. No Particulars Technical Specifications

2.1 Standard applicable and cooling time required at 40 Deg. C ambient conditions

ISO 5708 Type 2 II (latest version) for 2 milk collections :

a) Cooling 50% of first milk collection of its rated capacity in 3 hrs from 35°C to 4°C

b) Cooling of 100 % of milk volume after 50% of milk is added from second milk collection (average temp 10°C to 4 °C in 1 hr 30 minutes

2.2 Rated Capacity – Litres 1000L/2000L/3000L for 2 milk collection

2.3 Gross Capacity - Litres +10% of Rated Capacity- Litres (must be 10% more than rated capacity)

2.4 Material of Construction AISI 304 (refer 2.8 & 2.9 below)

2.5 Type Open type for BMC capacity 1 KL & 2 KL.

Page 87: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

87 | P a g e

Closed type for BMC capacity 3 KL and above

2.6 Tank evaporator The tank evaporator plate should have adequate surface area ensuring that the milk is cooled in the local ambient conditions of 48°C and in the time periods as specified above.

Laser welded with Operating pressure of 30 bars and crash test pressure of 60 bars. In case of rectangular/circular type bulk milk cooler, the evaporator shall be fixed at the bottom plate of the inner tank.

For 2000 litre and above tanks the total evaporative area shall be divided and separated into two sections. Each section shall have separate suction & discharge ports connecting to each compressor.

2.7 Tank orientation The preferred shape of the tank shall be circular/horizontal rectangular with an open-able & lockable top cover up to 2000 litre capacity.

For 3000 litre BMC, tanks shall be completely closed type in cylindrical/ elliptical orientation with circular/elliptical dish ends and manhole of size 450 mm minimum on top with lockable cover.

The shape of the BMC tank shall conform to international sanitary design.

2.8 Evaporator plate thicknesses

For 1KL & 2KL BMCUs - 2 mm Bottom and 0.8 mm Top

For 3 KL BMCUs - 2 mm Bottom and 0.8mm Top

2.9 Thickness of Inner and Outer shell of tank

Open Type (1KL and 2KL) both inner & outer : 1.6 mm

Close Type ( 3KL) inner 2.0 mm; outer : 1.6 mm

2.10 Agitators 1 OR 2 / Standard/ ISO 5708 Type 2 II (latest version) compliance ensuring even distribution of the milk fat when milk is agitated.

2.11 Ball Feet AISI 304 adjustable ball feet tamper proof and lockable with 50mm height adjustment. (Preferred 4 nos. for BMC up to 2 KL and 6 nos. for capacities 3KL and above).

Page 88: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

88 | P a g e

2.12

Tank Fittings & Accessories

OPEN TYPE BMC (up to 2 KL)

Milk inlet opening with SS 304 lockable cover.

Open type tank with gravity feeding system shall be provided with one AISI 304 funnel with SS fine wire mesh.

All SS fittings shall be of SMS standard.

Top cover lifting handle, outlet valve and blank union.

Locking arrangement to be provided for top cover & Outlet valve

Suitable size of Sprit level (Both side) shall be provide with tank for levelling of the BMC tank.

CLOSED TYPE BMC (3 KL)

"No- foam" type inlet

Outlet valve with locking arrangement and blank union.

All SS fittings shall be of SMS standard.

Air vent in SS construction with vermin proof design

Top Manhole with locking arrangement.

SS Ladder to be provided for approaching top manhole.

Suitable size of Sprit level (Both side) shall be provide with tank for levelling of the BMC tank.

2.13 Type of Insulation Injected, CFC Free PUF 40 kg / Cu. m.

2.14 Thickness of insulation 40 kg/Cu. m density, 50 mm (min.) in the walls & 90 mm below the evaporator to allow 1 Deg. C temperature rise at given ambient conditions in 4 hours after milk is brought to 4 Deg. C. and when the BMC is not operating

2.15 Efficiency of Insulation 0.019 W-m/k

2.16 Facility to measure milk volume

1 no. Dip Stick of AISI 304 3mm thick on wall of tank. Calibration accuracy- 0.5%. Laminated & Framed calibration chart. Hooks to be provided on both the sides of the open type tank.

2.17 Product contact surface 2 B Finish

2.18 Weld surface finish min. 150 Grit, all joints minimum 25mm radius curvature

2.19 Tank cleaning Brushes 1 tank cleaning brush and one 1500 mm long pipe cleaning brush.

4 No. SS pipe hooks to be provided for 1KL/2KL BMC

6 No. SS pipe hooks for 3kl BMC

2.20 CIP Facility Manual CIP Cleaning by brush for open type tanks

Spray balls for closed type tanks.

For open tank all piping circuit including hose and tank will be cleaned by circulation of cleaning solution from balance tank & back to balance tank.

For closed type tanks, facilities for cleaning in place shall be provided which include CIP spray balls & SS Piping from balance tank through milk pump to BMC and back to balance tank.

2.21 Top cover opening limit Required for open type 1KL & 2 KL BMC

Page 89: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

89 | P a g e

switch

2.22 Milk Tank Controls Panel Required

.1 Wall or Tank mounted To be specified by bidder

.2 MOC of Panel & thickness AISI 304 / 1.6mm

.3 Temperature Display LCD- 0 to 100 Deg. C with one decimal accuracy

.4 Cooling & agitation controls

Required – controls for management of cooling control and agitation, provision for cut-off/ restart, intermittent operation of agitator, auto & manual facility

.5 Battery back-up Required

.6 RS 232 port for

Temperature sensor

RS 232 connectivity for temperature data transfer shall be provided.

2.23 Refrigeration Controls Panel

Required

.1 Wall mounted Wall mounted

.2 MOC of Panel & Thickness AISI 304 / 1.6mm

.3 Rating of Contactors Standard to meet functional requirements of the Refrigeration

Control Panel

.4 UV/OV trip facility Required

.5 Neutral Protection unit Required

.6 Timer On-Delay Required

.7 Auto/manual Mode

(Selector Switch)

Required

2.24 Servo Voltage Stabilizer Required for stabilizing the power supply to BMC from grid or DG set

.1 Voltage range 160 V to 290 V for single phase and

350 V to 490 V for 3 phase BMC

.2 Rating 10kVA-1 Phase for 1KL BMC,

15kVA-1 Phase for 2KL BMC and

20kVA-3 Phase for 3KL BMC

.3 MOC, thickness & type of structure

MS Powder coated, 1.6 mm. & pipe structure

.4 Accessories for 1 phase stabilizer

63A MCCB for incoming, 63A phase selector, change-over and bypass switch, LED lamps, Servo controlled correction transformer, Digital V,I,F indicator for input & output, 63A terminal blocks, OV/UV trip with delay time, single phase preventer, static type energy meter with 10-60Acapacity. Brass metal glands, MCB's (DP 63A - 2 nos., DP 32A -1 no, DP 16A-1 no), Metallic pump socket, Servo Motor.

.5 Accessories for 3 phase stabilizer

40A MCCB for incoming, 40A phase selector, change-over and bypass switch, LED lamps, Servo controlled correction transformer, Digital V,I,F indicator for input & output, 63A terminal blocks, OV/UV trip with delay time, single phase preventer, static type energy meter with 10-60Acapacity. Brass metal glands, MCB's (TPN 40A - 2 nos., TPN 32A -1 no, TPN 16A-1 no), Metallic pump socket, Servo Motor.

.6 Operating features Cable entry from top, response time-5 milliseconds, should withstand 150% load on surge duty, capacity of terminals should be 150% of rated current, Dimmer with CRGO core, separate Auto/manual facility, plug in type control card for each phase, correction speed-105v/s, Efficiency-99.5%

Page 90: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

90 | P a g e

2.25 Domestic Power Distribution Board

Required

.1 Operating features It would get single phase power from grid supply directly as well as stabilized power from main control panel and feed power for lighting, electric geyser/solar water heating system, testing equipment ,computer and printer.

.2 Accessories for 1/2/3 BMC domestic power distribution board

MS Powder coated 1.6mm enclosure, 32 DP Change over switch, 32 A DP MCB as incoming, 3 nos. 10 A MCB SP for lighting, 3 nos. 20 A MCB SP for geyser/Solar water heater, AMCU etc.

2.26 Earthing As per IS: 3043 - 1987 (reaffirmed 2001) - "Code of practice for earthing". Pipe type earthing with funnel at top - 4 nos. to be provided with distance between each pit as per local statutory requirement. Suitable G I Strip (minimum 25x3 mm) to be used for connecting earth pit with nearest equipment earthing point. From this point earthing to other points can be looped by suitable GI Strip or PVC insulated copper conductor cable of green color (size minimum 1x 4 Sq. mm).

The scope of work includes excavation for the earth pit, construction of suitable chamber, filling with necessary materials (e.g. charcoal & salt) and complete with cover.

Supplier will test and demonstrate the resistance as per local EB requirement and furnish record as required.

3.0 Refrigeration Unit

Sl. No. Description Specification Requirement

3.1 Standard adopted for conditions of 40 Deg. C ambient conditions

ARI Standard 520-2004 applicable for refrigeration units operating at higher ambient temperature conditions. To facilitate for milk collection of BMCs operating as per ISO 5708 Type 2 II standard.

3.2 Design Parameters 0 Dec. C evaporation and applicable discharge temperature at minimum 60 Deg. C condensing temperature

3.3 Type Direct Expansion

3.4 Type of Refrigerant Freon 22 or CFC Free refrigerant.

3.5 Cooling Capacity of each Compressor

Adequate capacity to ensure milk cooling time

periods specified and ambient conditions of 40 Deg.

C mentioned above.

Compressor selected should be compatible for multiple refrigerants including future refrigerant R 407 C

3.6 Number of Compressor for 1KL BMC - One and

for 2KL and above – Two

3.7 Type of Compressor Hermetically sealed Reciprocating/Scroll energy efficient. Compressor shall be Danfoss /Emersion make.

Page 91: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

91 | P a g e

3.8 Type of Condenser Air Cooled.

Condensing temperature should not be less than 60 Deg C.

3.9 Condenser surface area Design and provide substantially adequate condensing area to meet functional requirements of the refrigeration unit in very hot conditions specified above.

3.10 Receiver volume 6 Ltrs minimum

3.11 Condenser Fan With internal thermal protection device, Enclosure shall be of metal

(plastic body is not permitted)

3.12 Pump down system

Required

3.13 Protective Grill To provide removable wire mesh screen in front of condenser fins

3.14 Expansion Valve Thermostatic expansion valve with MOP (minimum operating pressure)

3.15 Drier, solenoid valve, Sight

Glass, Fan and receiver

Required for safe and efficient operation of the unit

3.16 Accessories Isolation valves at suction & discharge sides of the

compressors, All pipes, valves, fittings & controls shall

comply with the latest relevant National or International

code applicable, Copper piping between BMC and

condensing unit shall be supported/routed by cable tray

and cable tray supports.

Condensing unit should be placed on platform

4.0 Milk Pump Feeding System for accessories

S. No Description Specification Requirement

4.1 Balance Tank with SS strainer The tank and strainer to be fabricated out of 1.6 mm SS304 sheet

General arrangement Drawings shall be approved by PCDF

4.2 Balance Tank Capacity Minimum 200 L + 10% of rated capacity

4.3 Tank accessories Outlet with 38 mm butterfly valve with expandable union

and

adjustable ball feet (Min. 50mm vertical),

SS removable cover with handles,

SS strainer made from 1.6 mm thick SS plate with

perforated plate

having 2 mm dia. holes ( removable type),

Outlet to end in cup type for easy draining of milk and CIP

solution.

Page 92: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

92 | P a g e

4.4 SS 304 Milk Pump Centrifugal in SS construction

4.5 Flow Rate 5000 LPH for 1KL & 2KL BMC and

10000 LPH for 3KL BMC

4.6 Head in mwc 10 m

4.7 Pump inlet/outlet 38/38mm with SMS unions for 1KL & 2KL,

38/38MM with SMS Union for 3KL & above

4.8 Pump Accessories Adjustable ball feet (min. 50mm),

One spare mechanical seal to be provided.

Motor having ‘E’/’F class insulation and having IP 55

protection.

Pump shall have SS shroud.

DOL starter for operation

4.9 Food grade tanker loading/unloading hose pipe

10 meters length and Size 38 mm

with SS cap , and union

5.0 DG Set

S.No Description Specification Requirement

5.1 General operating and design conditions

The DG set shall be of capacity:

10 kVA single phase, air cooled for 1 KL BMC.

15 kVA single phase, air cooled for 2 KL BMC.&

20 kVA three phase, air cooled for 3 KL BMC

The make of DG set shall be Eicher / Kirloskar

The DG set should be heavy duty design, industrial type, rated for continuous operation for the refrigeration system, milk tank agitator & milk dispatch pump, HRU, DPMCU, Lightings, Ceiling fan, tube well.

The diesel engine and alternator should be mounted on specially designed combination base plate and MS structure of extremely rigid fabrication. The base frame should be suitable for mounting the set on AVM pads over the foundation.

5.2 Confirmation to regulatory norms for environment and Approval from Local authorities

DG set should carry a valid approval certificate issued as per CPCB norms complying with the provision of the Environment (Protection) second Amendment Rules 2002, vide notification no G. S. R. 371 (E), dated 17th May 2002 & amended by GSR 448 (E) dt.12/07/2004.

Also compliant with new CPCB II norms applicable from April 1, 2014.

The exhaust pipe with exhaust muffler with insertion loss of minimum 25 dB (A) is connected to the exhaust manifold preferably with flexible bellows.

In case the DG Set is located within the BMC building, the exhaust pipe with insulation & cladding

Page 93: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

93 | P a g e

of adequate length be provided extending the original pipe over the roof of the building to avoid pollution in and around the location.

Supplier to obtain the approval of Local authorities in case it is required by the rules.

5.3 Diesel Engine The diesel engine should be suitable for Power Generation application type air cooled and capable of developing required BHP when running at 1500 rpm under NTP conditions.

The engine should be built to IS 10000/ISO 3046/BS 5514/649 and rated for continuous running of 24 hours with an overload capacity of 10 % for a period not exceeding 1 hour in any 12 hours running. Diesel engine up to 20 kW should have valid BIS license and certificate clearly mentioning use for 'General purpose application as per IS 10001 norms.

Engine ratings should be for operation at full load condition and should be suitable to take 100% block load.

Self-starting arrangement with 12V suitable rated heavy-duty Lead Acid accumulator type battery with Solid-state battery charging arrangement and cables.

Standard set of tools. First fill of Lubricating oil, Lubricating oil pressure & temp. gauge,

Control panel for engine with engine safety temperature, V-belt failure, low lub oil pressure, auxiliary failure, air cleaner choke indicator.

Used MS Diesel Storage barrel of 200 lit capacity with manual pump

5.4 Engine Instrument Panel (Mechanical and/or electronic gauges)

Consist of Ignition key, Starting push button, Lubricating oil pressure gauge, engine high temperature safety to be provided, Temperature gauge for lubricating oil, RPM meter (it must be electronic),Battery charging ammeter

5.5 Alternator The engine should be closely / flexible coupled to suitable self-excited, self-regulated (through an AVR) alternator developing required kVA at 0.8 power factor,1 phase/3 phase, 50 cycle/sec, 230 volts AC power supply under NTP conditions when running at 1500 RPM. The alternator should be brushless type, screen protected and fitted with end shield and ball roller bearings. The alternator shall have ‘H’ class of insulation. It shall conform to IS 13364 (Part 1) 1992 up to 20 kVA, IS 13364 (part II) 1992 or IS 4722 of 1992 above 20 kVA.

Page 94: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

94 | P a g e

5.6 Control Panel The diesel generating set to have suitable control panel duly pre-wired with the following instruments:

One ammeter with selector switch, display for ammeter and energy meter to be provided, Hour meter, One suitable capacity MCCB with overload and short circuit protection 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 25 kA. One set of indicating lamps and control fuses.

6.0 Installation, commissioning, trial runs and putting the BMCU in operation on milk

S No Particulars Works required to be carried out

6.1 Installation of BMCU and supporting accessories.

The installation work should be carried in the best

workman like manner in conformity to the relevant

codes of practices of BIS standards applicable for

mechanical & electrical installation.

Installation of all equipment & interconnecting piping,

including minor civil works such as earthing pit &

chamber, providing stainless steel pipe supports, SS

base plates, clamps, valves, unions etc. required to

secure the equipment & piping to walls and floors is to

be provided.

Supply, laying, connecting, terminating all necessary

electrical and control cables through the cable trays, GI

pipes/conduits, cable gland sockets at ends, isolators,

junction boxes etc are included in the scope of the

work.

Cable trays and supporting steel members such as

Galvanized angles /channel / flats shall be used and

fixed/installed at appropriate places to ensure safe

installation.

The laying of cables on the floor or under the floor is

not permitted except for milk pump.

Copper piping between BMC tank and condensing unit

shall be supported /routed by cable tray and cable tray

supports.

6.2 Interconnecting piping for the entire plant

SS 304 piping 38 mm dia., 1.6 mm thick

Provide and install extended pipe for connecting milk

hose for milk tanker loading – unloading

Page 95: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

95 | P a g e

6.3 Cables & Electrical Cable between D G Set and main panel shall be steel

armored. For all electrical cables, suitable water tight

cable glands and lugs should be used at ends.

Specification for PVC insulated cables (for voltage up to

1100V): Part 1 with copper conductor (revised).

Flexible electrical connections shall be made only to

items normally movable in service. Such flexible shall be

PVC insulated copper conductor cable not less than

24/0.20 mm in size (see IS 694 (Part1-1964*) and earth

continuity conductors of PVC insulated copper conductor

shall be provided.

6.4 Tool box with required tools A standard tool box of GI sheet with necessary tools for normal maintenance. It should include one set of each tools as given below:

Electric Tester,

Screw Driver Set,

Allen Key 3mm & 6mm,

Pipe Wrench 12" Long,

Screw Spanner 6",

Fix spanner Set 6-27,

Gasket for SS Unions/valves- 3 sets

Extra mechanical seal for Milk Pump.

6.5 Operation manuals 2 sets in Hindi

6.6 P&I Drawing for the complete system offered

Drawing to be provided

6.7

Commissioning Supplier shall arrange commissioning & performance trial runs of the bulk milk cooling system ensuring that BMC meets all performance parameters. The supplier shall supply all the consumables except diesel for D G Set required during commissioning of the plant. Diesel for commissioning of D G Set shall be provided by purchaser. In case of unavailability of Milk, Supplier has to take trial on Water.

6.8 Training Supplier shall arrange for training of the operating team of DCS for efficient operation and maintenance of the complete system for 3 days.

6.9 Warranty All equipment (including bought out items) supplied & installed by the contractor shall have a comprehensive warranty of 12 Month from date of commissioning or 18 months from the date of supply, whichever is earlier.

Consumable items like Oil, Gas, Mechanical seal or any other wear and tear items are not to be included.

Page 96: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

96 | P a g e

6.10 Annual Maintenance Services Bidder has to provide optional price for two years of annual maintenance service for the complete BMC modules along with DG Set and other accessories.

PCDF/Milk Unions shall purchase necessary spares as required. Consumable items like Oil, Gas, Mechanical seal or any other wear and tear items shall be arranged by purchaser.

6.11

Placement of service Engineer One resident service engineer to be posted for 50-70 BMC is to be posted by the supplier for effective and timely after sales service.

6.12 Inspection Client reserves right to inspect all the components of the

bulk milk cooling system during fabrication/ manufacturing stage, finished stage before dispatch of the equipment. The milk cooling tank shall be checked with dye penetration test for welding defect, surface roughness check, water tightness test / hydraulic test.

6.13 Fire Extinguisher

Supply and install one no, A B C Stored Pressure type (CO2) fire extinguisher of capacity 1 kg with each:

1KL BMC – 2 Nos,

2KL BMC - 2 Nos.

3KL BMC - 2 Nos.

7 Additional Item

S No. Particulars Item specification

7.1 Hot water Generation unit-

Heat recovery Unit with necessary piping.

This system shall be for heating water using heat of

the discharge gas of condensing unit of BMC. It shall

consist of evaporator type heat recovery unit. Tank

shall be of 200 litre capacity in SS 304, 1.6 mm

constructions with suitable insulation and outlet

with 25 mm ball valve,

Estimated length of the piping is10 meter, however

to be supplied as per actual requirement

All controls shall be manual.

The hot water should be available at around 60 Deg.

C

General Arrangement Drawing- Shall be approved by Purchaser.

Page 97: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

97 | P a g e

7.2 Can Tipping Bar Should be a horizontal wooden bar supported on two legs of MS `B 'class pipe and flange on bottom of the pipe for grouting. Top bar should be made of teak wood. All MS surfaces are to be painted with a coat of epoxy primer followed by two coats of epoxy paint of ivory color after thorough de-rusting.

General Arrangement Drawing- Shall be approved by Purchaser

7.3 BMC on-line monitoring system

DATA logging facility with GSM/GPRS for the following:

1. Volume of milk received against time

2. Temperature of Milk against Time

3. Start up and shutting off of compressors

4. Agitator start / stop

5. CIP start and stop time for closed tanks

6. Starting up and stopping of Generator

7. Voltage prevailing during operation

8. Date and time

7.4 Can Scrubber

The capacity of can scrubber shall be 425 litres & it shall be having S 304 bath made from 2 mm thick sheet. Cleaning nylon brushes shall be driven by 1 HP 1440 rpm three phase electric motor and gear box. For motor and gear box, SS 304 cover to be provided for avoiding splash of water. Supply of DOL electric starter for can scrubber is included in scope.

General Arrangement Drawing- Shall be approved by Purchaser.

Page 98: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

98 | P a g e

Section VI A

Qualification Requirement

Minimum Eligibility Criteria: For the purpose of this particular contract bidder shall have to meet the following eligibility criteria as minimum.

A. The bidder should be in business as manufacturer of BMC for a period of Five years at the time of bid

opening in the same name and style, who may outsource for completion of other activities defined under Turn Key Project. In order to support these, the bidder has to submit:-

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

business for the required period. B. The bidder should be registered under office of competent authority or under statutory bodies at the

time of bid opening in the same name and style. In order to support this, the bidder has to submit:-

Copy of the Registration Certificate issued by the Registration of firms in case of firms of proprietary nature. OR

Copy of partnership deed in case of partnership firms. OR

Copy of article of association in case of Pvt./Public Ltd., companies. OR

Copy of registration certificate for firms registered with NSIC/Central or State Govt. department/Local bodies for similar work.

C. The eligible bidders may be those who have an annual turnover not less than Rupees 45 crore (Rs.

forty five crore) in each of preceding 3 financial years (2015-16, 2014-15, 2013-14) in same name & style. For this purpose, the parent company’s turnover can also be considered. In order to support this, copies of Balance Sheet, along with Profit & Loss statement for the last three years duly certified by Chartered Accountant to reflect the annual turnover are to be submitted.

D. The eligible bidder should have supplied BMCU Modules (Inclusive of peripheral accessories) of aggregate purchase order value not less than Rupees 30 Crore in each of 3 preceding financial years (2015-16, 2014-15, 2013-14).

E. The eligible bidders have to submit copies of audited Balance Sheet along with Profit & Loss statement of the last three years (2015-16, 2014-15, 2013-14). The bidder should not have incurred any loss in the last three financial year ending March 31 duly certified by the chartered accountant.

F. Bidder should have income tax clearance certificate for previous years in original but not older than

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

G. Bidder should have credentials for satisfactory performance for the last five financial years. To support

this bidder has to submit PO copies of Milk Federation/Milk Unions/Reputed Milk Industries regarding execution of contract.

Bidder should have supplied more than an aggregate of 1000 nos. BMCs module of 1KL & above

capacities to other Milk Cooperative Union/Producer Companies/Federation/ Reputed Milk Industries in India and abroad in the same name during the last 3 financial years

Page 99: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

99 | P a g e

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

I. The bidder shall have to furnish the Bankers Certificate issued by Nationalized Bank on their

prescribed format for at least 10% of the estimated contract value.

IN THE ABSENCE OF ANY CERTIFICATE/ DOCUMENT OUT OF THE ABOVE MENTIONED AS REQUIRED FOR FULFILLING THE ELIGIBILITY CRITERIA THE CONCERNED PARTY SHALL BE CONSIDERED AS NON ELIGIBLE AND IN THE EVENT OF THIS THEIR BID EVEN IF LOWEST SHALL NOT BE CONSIDERED. Note: Above mentioned terms and conditions should be abided by bidder.

Page 100: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

100 | P a g e

SECTION VIII: BID SECURITY FORM

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

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

(hereinafter called “the Bid”).

KNOW ALL PEOPLE by these presents that WE ..................... (name of bank) of .................. (name of country),

having our registered office at .................. (address of bank) (hereinafter called “the Bank”), are bound unto

............................. (name of Purchaser) (hereinafter called “the Purchaser”) in the sum of

_______________________ for which payment well and truly to be made to the said Purchaser, the Bank

binds itself, its successors, and assigns by these presents. Sealed with the Common Seal of the said Bank

this ____ day of _________ 20 ____.

THE CONDITIONS of this obligation are:

1. If the Bidder

(a) withdraws its Bid during the period of bid validity specified by the Bidder on the Bid Form; or

(b) does not accept the correction of errors in accordance with the ITB; or

2. If the Bidder, having been notified of the acceptance of its bid by the Purchaser during the period of

bid validity:

(a) Fails or refuses to execute the Contract Form if required; or

(b) Fails or refuses to furnish the performance security, in accordance with the Instruction to

Bidders;

we undertake to pay the Purchaser up to the above amount upon receipt of its first written demand,

without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will

note that the amount claimed by it is due to it, owing to the occurrence of one or both of the two

conditions, specifying the occurred condition or conditions.

This guarantee will remain in force up to and including forty five (45) days after the period of the bid validity,

and any demand in respect thereof should reach the Bank not later than the above date.

...................................

(Signature of the Bank)

_________________________________ 1 Name of Bidder

Page 101: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

101 | P a g e

SECTION IX:

CONTRACT FORM

Page 102: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

102 | P a g e

SECTION IX: CONTRACT FORM

THIS AGREEMENT made the .......day of.................................., 20... Between .......................... (Name of

purchaser) of .............. (Country of Purchaser) (Hereinafter called "the Purchaser") of the one part and

..................... (Name of Supplier) of ......................... (City and Country of Supplier) (Hereinafter called "the

Supplier") of the other part:

WHEREAS the Purchaser is desirous that certain Goods and ancillary services viz.,.....................................

(Brief Description of Goods and Services) and has accepted a bid by the Supplier for the supply of those

goods and services in the sum of .............................. (Contract Price in Words and Figures) (hereinafter

called "the Contract Price").

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement, viz.:

(a) the Bid Form and the Price Schedule submitted by the Bidder;

(b) the Schedule of Requirements;

(c) the Technical Specifications;

(d) the General Conditions of Contract;

(e) the Special Conditions of Contract; and

(f) the Purchaser's Notification of Award. 3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter

mentioned, the Supplier hereby covenants with the Purchaser to provide the goods and services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the goods and services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

Brief particulars of the goods and services which shall be supplied/provided by the Supplier are as under:

_____________________________________________________________________________________ SL. BRIEF QUANTITY TO UNIT Total DELIVERY TERMS NO. DESCRIPTION OF BE SUPPLIED PRICE PRICE GOODS & SERVICES _____________________________________________________________________________________

Page 103: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

103 | P a g e

_____________________________________________________________________________________

TOTAL VALUE:

DELIVERY SCHEDULE: IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written. Signed, Sealed and Delivered by the said ..................................................... (For the Purchaser) in the presence of:....................................... Signed, Sealed and Delivered by the said ..................................................... (For the Supplier) in the presence of:.......................................

Page 104: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

104 | P a g e

SECTION X:

PERFORMANCE SECURITY FORMS

Page 105: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

105 | P a g e

SECTION X / 1

PERFORMANCE SECURITY FORM

To: (Name of Purchaser)

WHEREAS ................................................................... (Name of Supplier)

hereinafter called "the Supplier" has undertaken , in pursuance of Contract (Notification of Award) No.................

dated,........... 20... to supply...................... .................................................(Description of Goods and Services) hereinafter

called "the Contract".

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank

Guarantee by a recognized bank for the sum specified therein as security for compliance with the Supplier's

performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a Guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of

................................... ........................................ (Amount of the Guarantee in Words and Figures) and we undertake to

pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or

argument, any sum or sums within the limit of ................................ (Amount of Guarantee) as aforesaid, without your

needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the ........day of...................20....................

Signature and Seal of Guarantors .............................................. .............................................. .............................................. Date......................20............ Address:............................... ............................................. .............................................

Page 106: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

106 | P a g e

SECTION XI:

PERFORMANCE STATEMENT

Page 107: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

107 | P a g e

SECTION XI

Please see Clause 13.3 (b) (ii) of Instructions to Bidders

Performa for Performance Statement (for a period of the last three years)

Bid No_____________ Date of opening____________________ Time_______ House

Name of Firm _______________________________________________________________________________

Order placed by (full

address of Purchaser)

(Order No. and

date)

Description and quantity of ordered equipment

Value of order

Date of completion of delivery

Remarks indicating

reasons for the late

delivery, if any

Has the equipment been satisfactorily

functioning? (Attach a certificate from the Purchase/Consignee)

As per contract

Actual

1 2 3 4 5 6 7 8

Signature and seal of the Bidder ___________________________________________________________ ___________________________________________________________

Page 108: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

108 | P a g e

SECTION XII (Please see Clause 13.3(a) of Instructions to Bidders) MANUFACTURERS' AUTHORIZATION FORM No. Dated To Dear Sir: NIT No. We who are established and reputable manufacturers of (name and descriptions of goods offered) having factories at (address of factory) do hereby authorize M/s (Name and address of Agent) to submit a bid, and sign the contract with you for the goods manufactured by us against the above IFB. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract and Clause 10 of the Special Conditions of Contract for the goods and services offered for supply by the above firm against this IFB. Yours faithfully, (Name)

(Name of manufacturers)

Note: This letter of authority should be on the letterhead of the manufacturer and should be signed by a person competent and having the power of attorney to legally bind the manufacturer. It should be included by the Bidder in its bid.

(The item or items for which this is required should be specified by Purchaser.)

Page 109: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

109 | P a g e

SECTION XIV, SERVICE SUPPORT DETAILS

(CLAUSE 13.3 OF INSTRUCTIONS TO BIDDERS)

Pack No. Destination Location

Phone No. Telex/Fax No. Status of Office Working Days and Hours

Signature and Seal of the Manufacturer/Bidder

Page 110: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

110 | P a g e

SECTION XV

CAPABILITY STATEMENT (CS)

1. Name & Address of the Bidder Phone: 2. Classifications (1) Manufacturer (2) Authorized Agent (3) Dealer (4) Others (please specify) 3. Plant: (a) Location (b) Description, Type & size of building (c) Is property on lease or free hold? If on lease indicate date of expiry of lease in such case 4. Type of equipment manufactured and supplied during last 5 years.

Name of Capacity/ Nos. manufactured Nos. of orders on hand equipment Size

5. Types of equipment supplied during last 5 years other than those covered under 4 above.

Name of Capacity Name of Manufacturers Total Nos. No. of orders equipment size & model & country of origin supplied in India on hand

6. Turnover for similar equipments sold in last two years. 7. Details of Testing facilities available a) List testing equipment available b) Give details of tests which can be carried out on items offered. c) Details of the testing organization available

Page 111: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

111 | P a g e

8. Personnel/Organization: Give Organization chart for following indicating clearly the No. of employees at various levels. 0. Quality assurance

1. Production

2. Marketing

3. Service

4. Spare parts

5. Administrative 9. Nearest service centers to each of the destination installations: Location _____________________________ Phone No. _______________________ Year of Establishment __________________ 10. Details of Organization at Service Centre a) No. of skilled employees __________________________ b) No. of Unskilled employees __________________________

c) No. of Engineering employees __________________________ d) No. of Administrative employees __________________________ e) List of special repair/workshop facilities available ___________________________ f) The storage space available for spare parts (sq.m.) ___________________________

g) Value of minimum stock of spares available at all the service centers in respective currency ___________________________

h) Value of the modes/types by number of equipment serviced by the centre in the last 2 years ___________________________ 11. Names of two buyers to whom similar equipment was supplied in the past and to whom reference

may be made by the Purchaser regarding the bidder’s technical and delivery ability. 1) ____________________________

2) ____________________________ 12. Technical Details (Clause 14 of ITB)

Page 112: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

112 | P a g e

SECTION XVI

TECHNICAL DEVIATION STATEMENT

We hereby confirm that the Supply, installation & commissioning of BMC module with accessories as per specification at different Milk Union districts in UP shall be done as per tender specification only, without any technical deviation. This supersedes any/all the technically deviated condition if mentioned by us in the bid document.

(Seal & sign of tenderer)

Page 113: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

113 | P a g e

For and on behalf of PRADESHIK COOPERATIVE DAIRY FEDERATION LTD.

29 PARK ROAD, LUCKNOW-226 001

(Ph.No.# 0522- 2236469)

Financial Bid

PART-II

TO BE SUBMITTED IN ORIGINAL BID DOCUMENT FOR

Supply, Supply, installation ,testing & commissioning of BMC module with accessories as per specification at

different Milk Union districts in UP

Issued by Sd/-

Managing Director, M/s UP Industrial Consultants Ltd. (UPICO)

Procurement Consultant on behalf of PCDF Ltd. Tel: 0522-2728644, e-mail:[email protected]

*READ THE TENDER TERMS & CONDITIONS CAREFULLY

Page 114: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

114 | P a g e

SECTION VII:

BID FORM AND PRICE SCHEDULE

Page 115: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

115 | P a g e

SECTION VII: BID FORM Date :........................................ NIT No :.................................... TO: (Name and address of purchaser) Gentlemen and/or Ladies : Having examined the Bidding Documents including Addenda Nos............... [insert numbers], the receipt of which is hereby duly acknowledged, we, the undersigned, offer to supply and deliver....................................................... (Description of Goods and Services) in conformity with the said bidding documents for the sum of ..................………………………………………………………………. (Total bid amount in words and figures) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10 percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Purchaser. We agree to abide by this bid for the Bid validity period specified in Clause 16.1 of the Bid Data Sheet and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below : Amount Rupees Name and Purpose of Commission address of agent or gratuity _______________________________________________________________________________ (if none, state “none”). Until a formal contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act 1988”. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery. We understand that you are not bound to accept the lowest or any bid you may receive. We clarify/confirm that we comply with the eligibility requirements as per ITB Clause 2 of the bidding documents. Dated this ....... day of ............................ 20 ..... _________________________________ ___________________________________ (signature) (in the capacity of) Duly authorized to sign Bid for and on behalf of _________________________________________

Page 116: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

116 | P a g e

Managing Director, Pradeshik Cooperative Dairy Federation Ltd., 29-Park Road, Lucknow-226001.

Sub:- Bid for the Dear Sir,

With reference to the invitation to NIT Ref. No.:.......................................................... Dated : ......................... for the above mentioned item, we hereby offer our rates ............................................................... located all over U.P.Our rate is based on enclosed specifications, as per the terms and conditions given in this bid documents, and those as detailed below.

1. Rate:-

Financial bid for Supply, installation & commissioning of BMC module with accessories as per specification at different Milk Union districts in UP

BID Ref No: 002/UPICO/ PCDF/BMC/2017-18 Date: 26.04.2017

Item no.

Description of works Price Schedule

1 Financial bid for supply, installation and commissioning of BMCU with Accessories, Capacity: 1000 L

A

2 Financial bid for supply, installation and commissioning of BMCU with Accessories, Capacity: 2000 L

B

3 Financial bid for supply, installation and commissioning of BMCU with Accessories, Capacity: 3000 L

C

Page 117: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

117 | P a g e

Price Schedule Summery for Supply, installation & commissioning of BMC module with accessories as per specification at different Milk Union districts in UP

BID Ref No: 002/UPICO/ PCDF/BMC/2017-18 Date: 26.04.2017

Item no.

Description of works Price Schedule Unit Rate Total Amount

(Rs.)

1 Financial bid for supply, installation and commissioning of BMCU with Accessories, Capacity: 1000 L

A

2 Financial bid for supply, installation and commissioning of BMCU with Accessories, Capacity: 2000 L

B

3 Financial bid for supply, installation and commissioning of BMCU with Accessories, Capacity: 3000 L

C

Page 118: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

118 | P a g e

A. Price Schedule for BMC 1000 L Module - Single Phase

BID Ref No: BID Ref No: 002/UPICO/ PCDF/BMC/2017-18 Date: 26.04.2017

Sr. No.

ITEM DESCRIPTION QTY Ex -

Works P&F

Excis

e duty

Insuran

ce

CST against Form C /

Service Tax

UNIT PRICE

1.0 Bulk Milk Cooler Cap: 1000 L with Condensing unit and control Panel

1 Set

2.0 Main control panel with servo voltage stabiliser, 10KVA, 1 Phase

1 No.

3.0 DG Set cap: 10KVA, 1 Phase, Eicher/Kirloskar Make, Air cooled

1 No.

4.0 Cables, Electricals & earthing material

1 Lot

5.0 SS pipe & fittings required for pump feed system

1 Lot

6.0 Balance Tank Cap: 200L 1 No.

7.0 Milk Pump 5KLPH 1 No.

8.0 Tanker unloading hose 38mm 10 meters

1 No.

9.0 Tool Box with tools & Operational Manual

1 No.

10.0 Can Tipping bar 1 No.

11.0 Hot water Generation unit (HRU)

1 Set

12.0 BMC on-line monitoring system 1 No.

13.0 Can Scrubber 1 No.

14.0 Fire Extinguisher 1 set

15.0 Freight charges upto site with unloading

1 Job

16.0 Installation & Commissioning of Bulk Milk Cooler 1000 L

1 Job

17.0 UNIT SUPPLY, INSTALLATION & COMMISSIONING OF BMC-1KL MODULE

1 Job

Scope of supply, technical specification shall be as per tender/bid.

Page 119: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

119 | P a g e

Tentative Qty Offered for BMC 1000 L Module

A SUPPLY, INSTALLATION & COMMISSIONING OF BMC-1000 KL MODULE

to be quoted

by bidder

..... Nos.

Rs. ...

(Optional)

AMC for Two Year after the warrantee period

Two years of annual maintenance service for the complete BMC modules along with DG Set and other accessories.

1 Job Unit price

Service Tax Total Price

Page 120: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

120 | P a g e

B. Price Schedule for BMC 2000 L Module - Single Phase

BID Ref No: 002/UPICO/ PCDF/BMC/2017-18 Dt.:26.04.2017

Sr. No.

ITEM DESCRIPTION QTY Ex -

Works P&F

Excis

e duty

Insuranc

e

CST against Form C

/ Service

Tax

UNIT PRICE

1.0 Bulk Milk Cooler Cap: 2000 L with Condensing unit and control Panel

1 Set

2.0 Main control panel with servo voltage stabiliser, 15 KVA, 1 Phase

1 No.

3.0 DG Set cap: 15 KVA, 1 Phase, Eicher/Kirloskar Make, Air cooled

1 No.

4.0 Cables, Electricals & earthing material 1 Lot

5.0 SS pipe & fittings required for pump feed system

1 Lot

6.0 Balance Tank Cap: 200L 1

No.

7.0 Milk Pump 5KLPH 1

No.

8.0 Tanker unloading hose 38mm 10 meters

1 No.

9.0 Tool Box with tools & Operational Manual

1 No.

10.0 Can Tipping bar 1

No.

11.0 Hot water Generation unit (HRU) 1 Set

12.0 BMC on-line monitoring system 1

No.

13.0 Can Scrubber 1

No.

14.0 Fire Extinguisher 1 set

15.0 Freight charges upto site with unloading

1 Job

16.0 Installation & Commissioning of Bulk Milk Cooler 2000 L

1 Job

17.0 UNIT SUPPLY, INSTALLATION & COMMISSIONING OF BMC-2KL MODULE

1 Job

Scope of supply, technical specification shall be as per tender/bid.

Page 121: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

121 | P a g e

Tentative Qty Offered for BMC 2000 L Module

A SUPPLY, INSTALLATION & COMMISSIONING OF BMC-2000 KL MODULE

to be quoted

by bidder

..... Nos.

Rs. ...

(Optional)

AMC for Two Year after the warrantee period

Two years of annual maintenance service for the complete BMC modules along with DG Set and other accessories.

1 Job

Unit price

Service Tax

Total Price

Page 122: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

122 | P a g e

C. Price Schedule for BMC 3000 L Module - Three Phase

BID Ref No: 002/UPICO/ PCDF/BMC/2017-18 Date: 26.04.2017

Sr. No.

ITEM DESCRIPTION QTY Ex -

Works

P&F

Excise duty

Insuran

ce

CST against

Form C / Service

Tax

UNIT PRICE

1.0 Bulk Milk Cooler Cap: 3000 L with Condensing unit and control Panel

1 Set

2.0 Main control panel with servo voltage stabiliser, 20 KVA, 3 Phase

1 No.

3.0 DG Set cap: 20 KVA, 3 Phase, Eicher/Kirloskar Make, Air cooled

1 No.

4.0 Cables, Electricals & earthing material 1 Lot

5.0 SS pipe & fittings required for pump feed system

1 Lot

6.0 Balance Tank Cap: 200L 1 No.

7.0 Milk Pump 10KLPH 1 No.

8.0 Tanker unloading hose 38mm 10 meters 1 No.

9.0 Tool Box with tools & Operational Manual 1 No.

10.0 Can Tipping bar 1 No.

11.0 Hot water Generation unit (HRU) 1 Set

12.0 BMC on-line monitoring system 1 No.

13.0 Can Scrubber 1 No.

14.0 Fire Extinguisher 1 set

15.0 Freight charges upto site with unloading 1 Job

16.0 Installation & Commissioning of Bulk Milk Cooler 3000 L

1 Job

17.0 UNIT SUPPLY, INSTALLATION & COMMISSIONING OF BMC-3KL MODULE

1 Job

Scope of supply, technical specification shall be as per tender/bid.

Page 123: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

123 | P a g e

Tentative Qty Offered for BMC 3000 L Module

A SUPPLY, INSTALLATION & COMMISSIONING OF BMC-3000 KL MODULE

to be quoted

by bidder

..... Nos.

Rs. ...

(Optional)

AMC for Two Year after the warrantee period

Two years of annual maintenance service for the complete BMC modules along with DG Set and other accessories.

1 Job Unit price

Service Tax

Total Price

Page 124: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

124 | P a g e

2. Price Basis:- Rates are on the basis of F.O.R destination . 3. Excise Duty:- Rates are inclusive of Excise Duty as above

4. Terms of Payment:

A. Payment for supply, installation, testing and commissioning of BMCU contract.

Following terms of payment would be applicable to this order subject to Supplier/Bidder having furnished performance security within stipulated time period for 10% of the Contract value. The bank guarantee shall be issued by Nationalised bank and shall remain valid for the period covering contractual agreement i.e. three months after the expiry of the warranty / guarantee period.

Bid (EMD) will be released after submission of Performance security.

After submission of Performance Security, the Supplier/Bidder will be entitled for an advance of 40% of the FOR order value on supply component only against the submission of equivalent Bank Guarantee valid beyond three month after the supply period issued by Nationalized Bank in the enclosed proforma given in bid. The execution of agreement in the format given in bid is also a precondition for entitlement of advance

50% of the F.O.R. order value of Supply portion (90% in case of the Supplier/Bidder who has not taken advance) on safe receipt of complete goods at site within 30 days from the date of receipt of the goods at site & receipt of invoice/bill. Here again the execution of agreement and submission of Performance Security will be a precondition for release of payment .However, if the Supplier/Bidder fails to submit performance security in time, payment shall be released after retaining performance security amount from the bill submitted by the Supplier/Bidder.

The 10% balance amount of the FOR order value of Supply portion shall be released after completion of the installation, testing and commissioning of BMCU.

The Bank Guarantee deposited against 40% advance payment will be released by PCDF once the advance is fully recovered / adjusted after completion of supply.

For BMCU If sites are not ready for installation & commissioning of equipment, the final 10% payment of supply value shall be release against submission of additional bank guarantee of equal amount from nationalized bank which shall be valid for the period covering contractual agreement i.e. three months after the expiry of the warranty / guarantee period of BMCU.

B. Installation, testing and commissioning component only:-

75% payment on installation of the equipment.

25% balance payment on testing and commissioning of the plant. 5. Penal Clause:- We accept the penal clause mentioned in the bid documents unconditionally. 6. Security Money:- We shall deposit security money immediately within 21 days from the date of receipt of Letter

of Intent by us. The Security money will be returned by you after contract period on completion of contract successfully. We understand that this amount is not to bear any interest.

Page 125: Notice Inviting Tender on behalf of PRADESHIK COOPERATIVE ...upico.org/wp-content/uploads/2017/04/BMC-BID-Doc.NIT-N00-dt-22.4… · PRADESHIK COOPERATIVE DAIRY FEDERATION LTD. 29

125 | P a g e

We have satisfied ourselves as to the destination of the supply and carefully perused the terms and conditions of the bid documents specification and we hereby confirm to affect the supply at your various consignee places as per the delivery schedule to be provided by you or on your behalf. The rates are inclusive of all taxes.

We understand that you are not Bound to accept the lowest or any bid you may receive. We also understand that you will not accept those Bids which are not in conformity to the prescribed terms and conditions.

Thanking you.

Date: Yours truly,

Postal Address:

Name:………………………..

Seal:

Telephone No. : .......................

Mo. No.: ......................