Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
1
TENDER
FOR
SUPPLY, ERECTION, TESTING & COMMISSIONING OF
HUMIDIFICATION SYSTEMS IN POTATO COLD STORES
AT
DEESA, DIST. BANASKANTHA, GUJARAT,
ON
TURNKEY BASIS
Through e–tendering process only
Tender Notice No. GAIC/DEESA/HS/2016-2017
GUJARAT AGRO INDUSTRIES CORPORATION LTD.
(A Government of Gujarat Undertaking)
GUJARAT STATE CIVIL CORPORATION BLDG., 2ND
FLOOR, B
WING, SECTOR 10 A, CH ROAD, GANDHINAGAR 382 010,
Gujarat.
Tele. No.- 079-23240208
E-mail: [email protected]
Website: www.gujagro.org
2
DISCLAIMER
The information contained in this Tender Document (hereinafter referred to as “Tender”) provided to
the bidders, by Gujarat Agro Industries Corporation Ltd. (hereinafter referred to as “GAICL”) or any
of their employs or advisors, is provided to the Bidders on the terms and conditions set out in this
Tender Document and all other terms and conditions subject to which such information is provided.
The purpose of this Tender Document is to provide the Bidders with information to assist the
formulation of their bids. This Tender document does not purport to contain all the information each
Bidder may require. This Tender document may not be appropriate for all persons, and it is not
possible for GAICL, their employees, consultants or advisors to consider the business / investment
objectives, financial situation and particular needs of each Bidder who reads or uses this Tender
document. Each Bidder should conduct its own investigations and analysis and should check the
accuracy, reliability and completeness of the information in this Tender document and where
necessary obtain independent advice from appropriate sources. GAICL, their employees, consultants,
and advisors make no representation or warranty and shall incur no liability under any law, statute,
rules or regulations as to the accuracy, reliability or completeness of the Tender document.
GAICL may, in their absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information in this Tender document.
GAIC may at its sole discretion decide, without giving any reason whatsoever to cancel this tender
and Earnest Money Deposited (EMD) in such an event would be refunded to the bidders.
DATE – 14/10/2016
PLACE – GANDHINAGAR
3
INDEX
PART. NO. NAME OF WORK
PAGE NOS.
1. NOTICE INVITING ONLINE TENDER 4 – 6
2. INVITATION OF BIDS 7
3. INSTRUCTIONS TO BIDDERS / TENDERERS 10
4. GENERAL TERMS & CONDITIONS 12 – 28
5. TECHNICAL SPECIFICATIONS OF
HUMIDIFICATION SYSTEMS
29 – 37
6 BOQ OF HUMIDIFICATION SYSTEMS 38 – 39
7. TECHNICAL DEVIATION SHEET 40
8 DRAWINGS:- BASIC LAYOUT PLANS &
SECTIONS
41 – 44
Annexure – I
PROFORMA OF BANK GUARANTEE FOR
PERFORMANCE
27 – 28
4
SECTION - 1
Notice Inviting on–line Tender
Details about Tender: Tender Notice No. GAIC/DEESA/HS/2015-2016
Name of the Corporation : Gujarat Agro Industries Corporation Limited,
Gandhinagar
Contact Address : Additional General Manager (M&P), Gujarat Agro
Industries Corporation Ltd., Gujarat State Civil
Corporation Bldg., 2nd
Floor, B Wing, Sector 10 A,
CH Road, Gandhinagar 382 010
Division : Marketing & Project Division
IFB No. / Tender Notice No. : Tender Notice No. GAIC/DEESA/HS/2016-2017
Name of Project : Hi-tech Potato Cold Store At Deesa, Dist.
Banaskantha, Gujarat
Name of Work : Supply, Erection, Testing & Commissioning of
Humidification Systems In Potato Cold Store At
Deesa, Dist. Banaskantha, Gujarat
Estimated Cost of Project Rs. 15.00 Lac
Period of Completion : Maximum 2 months from the date of notification of
award of contract.
Bidding Type : Open
Bid Call (Nos.) : 1
Tender Currency Type : Single
Tender Currency Settings : Indian Rupee ( INR )
Joint Venture / Consortium : Applicable
Rebate : Applicable
Amount Details
Bid Document Fee (Non-
Refundable)
: Rs. 1,500/- in the form of Demand Draft.
Bid Document Fee Payable to : Gujarat Agro Industries Corporation Limited Payable
at Ahmedabad.
Bid Security / EMD ( INR ) : Rs. 45,000/- in the form of Demand Draft.
Bid Security / EMD in favour of : Gujarat Agro Industries Corporation Limited Payable
at Ahmedabad.
Tender Dates
Bid Document Downloading Start
Date
: 15-10-2016 Hrs 17.00
Bid Document Downloading End
Date
: 04-11-2016 Hrs 18.00
Pre Bid meeting : 21-10-2016 Hrs 12.00 Last Date & Time for Receipt : 04-11-2016 Hrs 18.00
5
( Submission ) of Bids
Submission of prequalification and
technical bid documents
: Submission of EMD, Tender Fee and Other
Documents on or before 04/11/16 up to 18.00 hrs in
the office of The Additional General Manager (M&P),
Gujarat Agro Industries Corporation Ltd., Gujarat
State Civil Corporation Bldg., 2nd
Floor, B Wing,
Sector 10 A, CH Road, Gandhinagar 382 010.
Date of Prequalification and
Technical Bid opening
: 07-11-2016 Hrs 12.00
Date of Financial bid Opening : 08-11-2016 Hrs 12.00 Bid Validity Period : 90 days after opening of price bid
Remarks : Tenderer shall submit their offer in electronic format
on website, after digitally signing the same. Offers
which are not digitally signed will not be accepted. No
offer in physical form will be accepted and any such
offer received by GAIC will be out rightly rejected.
Other Details:
Officer Inviting Bids : Additional General Manager (M&P), Gujarat Agro
Industries Corporation Ltd., Gujarat State Civil
Corporation Bldg., 2nd
Floor, B Wing, Sector 10 A,
CH Road, Gandhinagar 382 010.
Bid Opening Authority : Managing Director, Gujarat Agro Industries
Corporation Ltd., Gujarat State Civil Corporation
Bldg., 2nd
Floor, B Wing, Sector 10 A, CH Road,
Gandhinagar 382 010.
General Terms and Conditions:
1.0 Bidders can download the tender document free of cost from the website. However at the time
of submission of the documents tender fee of Rs. 1,500/- MUST be also submitted.
2.0 Bidders have to submit Price bid in Electronic form only on n procure website till the Last
Date and Time for submission specified.
3.0 Offers in physical form will not be accepted in any case.
4.0 Vender training camp are organized at (n) code solutions – A Division of GNFC Ltd. Bidders
are requested to take benefit of the same
Bidders who wish to participate in online tenders will have to procure / should have legally valid
Digital Certificate as per Information Technology Act – 2000; using it they can sign their electronic
bids. Bidders can procure the same from any of license certifying Authority of India or can contact
(n) code solutions – A Division of GNFC Ltd, who are licensed Certifying Authority by Govt. of
India.
All bids should be digitally signed, for details regarding digital signature certificate related work
involved the below mentioned address should be contacted:
6
(n)Code Solutions
A Division of GNFC
301, GNFC Infotower, Bodakdev,
Gandhinagar – 380 054 (India)
Tel: +91-079-26857310 to 18, 40007300, Fax - +91 79 26857321
Email: [email protected], Web site: www.nprocure.com
Toll Free: 1800 – 233 – 1010 ( Ext. 321 )
Other Terms and Conditions as per detailed tender documents
7
SECTION - 2
INVITATION OF BIDS:
1) Gujarat Agro Industries Corporation Ltd., herein after referred to as “GAIC”, Gandhinagar
now invites bids from the qualified bidders only for the supply, erection & commissioning of
Humidification Systems in potato cold store at Deesa, Dist. Banaskantha, Gujarat on
turnkey basis as per the technical specifications and drawings envisaged in this tender
document.
2) The bidders may obtain further information from and inspect the bidding documents at the
office of the Additional General Manager (M&P), Gujarat Agro Industries Corporation Ltd.,
Gujarat State Civil Corporation Bldg., 2nd
Floor, B Wing, Sector 10 A, CH Road,
Gandhinagar 382 010 during office hours only.
3) A complete set of bidding documents may be downloaded from the web site as specified.
4) Detailed terms and conditions as well as the technical specifications for all items as indicated
in the invitation to financial bid are contained in the bidding documents. The bidder MUST
quote for all parts of tender.
5) GAIC shall not take the responsibility for any delay in receipt of the bidding document if it is
sent by post.
6) The bids will be opened in the presence of those bidders or their authorized representative
who choose to attend at the office of GAIC, Gandhinagar on the specified date and time.
7) GAIC at its sole discretion and without assigning any reason there of reserves the right to
accept and/or reject any or all bids. GAIC also does not bind to accept the lowest bid.
8) After the award of contract as per procedure envisaged in the tender, no consideration will be
entertained for any addition of cost for any minor deviation at any stage.
Note:
1. Please address all queries and correspondence to the Additional General Manager
(M&P), Gujarat Agro Industries Corporation Ltd., Gujarat State Civil Corporation Bldg.,
2nd
Floor, B Wing, Sector 10 A, CH Road, Gandhinagar 382 010.
2. If the Office of the GAIC happens to be closed on the day of receipt of the bids as
specified, the bids will be received and opened on the next working day on opening of the Office
up to the same time and at the same venue.
3. Please quote Tender Reference Number in all your correspondence.
8
General Instruction
1.0 Bidders who wish to participate in this bid will have to register on https:/www.nprocure.com.
Further, participating Bidders will have to procure Digital Certificate as per Information
Technology Act 2000 using which they can sign their electronic commercial proposals.
Bidders can procure the same from (n) Code Solutions – a division of GNFC Limited, or from
any other agency licensed by Controller of Certifying Authority. Government of India.
Bidders who already have a Digital Certificate need not procure a new digital certificate.
2.0 A complete set of bidding documents may be downloaded from the web site.
3.0 Bidders shall submit physically their bids in THREE SEPARATE PARTS in sealed
envelopes super-scribed with due date, time, project and nature of bid.
PART-I (TECHNICAL BID): One copy of TECHNICAL BID complete with all technical and commercial details except the prices.
Note: Filling up prices in Part I will render the Bidder disqualified.
PART-II (COMMERCIAL BID): Bid Security (EMD of Rs. 45,000/-). Fee of one copy of the Tender Document ( Rs. 1500/-) drawn in
form of two Demand Drafts drawn in favour of “Gujarat Agro Industries Corporation Limited
(GAIC)” payable at Ahmedabad. The documents related to eligibility criteria should also be
enclosed in a separate sealed envelope superscripted with the Tender Document number.
The envelopes containing Part-I and Part-II of offer should be enclosed in a larger envelope duly
sealed. The enclosed CUT-OUT Slips shall be filled and pasted on the envelopes. All pages of the
offer/ bid must be signed by the authorized person (enclosed with authority letter). The copies
of all the documents related to work orders/P.O./Completion certificates, turnover, references etc.
should be attested.
4.0 Part III (Financial Bid):
Bidder shall submit the FINANCIAL BID online only and physical form will not be
acceptable, in which case bid shall be rejected.
5.0 Goods/Services offered should be strictly as per specifications mentioned in this Tender
Document.
6.0 Bidder shall quote the prices of services as mentioned valid for 90 days from the opening of
the price bid.
7.0 Once quoted, the Bidder shall not make any subsequent price changes, whether resulting or
arising out of any technical/commercial clarifications sought regarding the bid, even if any
deviation or exclusion may be specifically stated in the bid. Such price changes shall render
the bid liable for rejection.
8.0 The duly filled in Technical bids should be sent by Registered Post /Courier/ Speed Post/
Hand Delivery only so as to reach the office of GAIC, Gandhinagar on or before the specified
9
date and time. GAIC shall not be responsible for non-receipt of the tender bids for any postal
delay.
9.0 AFTER THE AWARD OF CONTRACT AS PER PROCEDURE ENVISAGED IN THE
TENDER, NO CONSIDERATION WILL BE ENTERTAINED FOR ANY ADDITION OF
COST FOR ANY MINOR DEVIATION.
Yours faithfully,
For, Gujarat Agro Industries Corporation Ltd.
Additional General Manager
Marketing & Projects.
10
SECTION - 3
INSTRUCTIONS TO BIDDERS / TENDERERS:
1) The period of completion shall be maximum 2 months as specified from the date of award of
the contract / work order.
2) The bidder shall bear all costs associated with the preparation and submission of his bid and
GAIC will in no case be responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.
3) The bidder is advised to visit and examine the site of works and its surroundings and obtain
for himself on his own responsibility all information that may be necessary for preparing the
bid and entering into a contract. The costs of visiting site shall be at bidder‟s own expense.
4) The bidder shall furnish the appropriate price schedule along with all the applicable taxes,
duties, octroi, insurance, transport and commissioning charges for each machine. The price
must be inclusive of all expenses including taxes & duties so as to arrive at the total landed
cost of the unit. No C form shall be issued by GAIC for any of the items covered in this
tender whatsoever.
5) The determination of award of contract will take into account the bidder‟s financial, technical
capabilities. It will be based upon an examination of the documentary evidence of the bidder‟s
qualifications submitted by the bidder, as well as such other information as GAIC deems
necessary and appropriate including details of experience and records of past performance. Since the bidders are already technically qualified, the determination of award of contract will
be strictly based on the lowest offer based on the technical specifications provided in this
tender document.
6) Bids are invited in accordance with local competitive bidding procedures.
7) No deviations from bidding documents will be accepted.
8) Bids not accompanied by bid security (Earnest Money Deposit) and Tender fee shall be
summarily rejected.
9) Non-compliance with even a minor technical requirement bid shall be disqualified.
10) Bidders should furnish their complete address for the purpose of further correspondence
pertaining to bidding document.
11) Corrections in the bid should be noted over and initialed at the place of corrections.
12) Negligence of the bidder in preparing bid confers no right to withdraw the bid after it was
opened, in which case the EMD will be forfeited.
13) Specifications, conditions, schedules and drawings of bidding document constitute an integral
part of the bid.
11
14) All the bids, along with enclosures, drawings and technical literature, should be in English
only.
15) All equipment, system and components should be designed to perform as per specifications in
this bidding document under tropical conditions.
16) Bids should be kept valid for acceptance for a period of 90 days from the day bids are opened.
17) The bidding document shall be governed and interpreted according to the laws of the Union of
India.
18) No extension in due date of submission of bids will be allowed on any ground.
19) All the bidders should quote for the items as per the specifications and details given in this
bidding document only.
20) All the bidders should quote for the items as per the specifications and details given in this
bidding document only. In case, alternative designs, etc. are to be offered by the bidders, they
may do so but this should be stated separately in the offer in Deviation Sheet of the tender.
Gujarat Agro Industries Corporation Ltd. reserves its right to accept or reject such alternative
offers, without assigning any reasons therefore to the bidders.
21) The bidder has to complete the work including supply, erection, commissioning & testing in
coordination with M/s. Blue Star Ltd who is the turnkey contractor appointed by GAIC for
this project.
In case of consortium, there should be a lead member who will have overall responsibility and GAIC
will deal with only the lead member for financial, administrative, contractual matters etc. The
arrangement amongst consortium members shall be enclosed with the bid document clearly
indicating share of each of consortium members in terms of role and responsibilities including
financial share in Turnkey Implementation of the project and the scope of work of each consortium
member. The lead member is solely responsible for the whole guarantee and warrantee of the project
and lead member shall have to submit an undertaking on judicial stamp paper, duly notarized that he
will be solely responsible for the whole project.
12
SECTION - 4
GENERAL TERMS AND CONDITIONS:
1. This is tender inviting offers for setting up of Supply, Erection, Testing &
Commissioning Of Humidification Systems in Potato Cold Store at Deesa, Dist.
Banaskantha, Gujarat On Turnkey Basis. Consortium will be allowed for maximum
two only.
TENDER FORM
1.1 Tender form must be completed with the specifications including signed copy of this
form, technical bids as per technical specifications and price bids along with Earnest
Money Deposit (EMD) as prescribed in tender notice. The EMD must be in the form of
Demand Draft drawn in favour of Gujarat Agro Industries Corporation Ltd., payable at
Ahmedabad on any nationalized or scheduled bank.
1.2 Technical Specifications and Brochures : One set of complete technical brochure
including detailed drawings of the Design, indicating all the technical details of machine
including aspects such as operation/ installation /maintenance/ list of spares for the
equipment shall be submitted in English
1.3 Validity of tender -
The tender must be valid for 90 days from the date of opening of price bid. The tender
shall not be entitled during the said period without the consent in writing of GAICL,
Gandhinagar to revoke or cancel the offer or to vary the terms thereof. In case of the
tenderer revoking or canceling the offer or varying any terms in regards thereof during the
period, the EMD received with the technical bid shall be forfeited by GAIC, Gandhinagar.
1.4 Address-
All completed bid documents and enquiries regarding clarification in connection with this
tender as specified in the E Tendering procedure shall be addressed to:
Managing Director,
M/s Gujarat Agro Industries Corporation Ltd
Gujarat State Civil Corporation Bldg., 2nd
Floor, B Wing, Sector 10 A,
CH Road, Gandhinagar 382 010
1.5 Language -
The tenderer shall quote the rates in English language and international numerals. The rate
shall be in whole numbers. These rates shall be entered in figures as well as in words. In
the event of the order being awarded, the language of all services, manuals, instruction,
technical documentation etc. provide for under this contract will be English.
13
2. CONTENTS OF TENDER
The tender will be in two parts:
2.1 Part –I (Commercial)
Power of attorney/authorization with a seal of the company, of person signing the bid
documents. In case of consortium, the arrangement amongst the consortium members including
share of each member of consortium, role of each member of consortium. Further each member
of consortium shall furnish all the details about their firm especially those indicated in Part-I of
the tender.
2.1.1 EMD in the manner specified in the general terms and conditions at clause No.1.1
2.1.2 Tender fee – Rs. 1,500/- in the form of Demand Draft in favour of Gujarat Agro
Industries Corporation Ltd., payable at Ahmedabad.
2.1.3 Audited Balance Sheet for the last three financial years ending March, 31st, 2016.
2.1.4 Certified copies of the purchase order(s) or CA certificate who has audited the Balance
Sheet indicating turn over during the year for similar projects in Agro food processing
industries during last three years.
2.1.5 Certificate from the project client for award of contract and stage of satisfactory project
completion (in terms of value) in original or its notarized copy for each project claimed.
2.1.6 Solvency certificate from the Bank (only lead member in case of a consortium).
2.1.7 In case bidder is a company- Certified copy of Certificate of incorporation or in case the
Bidder is a society- Certified copy of registration deed Or in case of Trust- Certified copy
of the Trust Deed Or in case of Firm- Certified copy of the Registration Deed.
2.1.8 Certified copies of documents submitted, as above, must be signed and carry the seal of
the authorized signatory.
2.1.10 Documentary evidence required to establish eligibility.
2.2 Part –II (Technical), as per final specifications and drawings provided in this tender
only.
2.2.1 Technical documentation including design, drawings details, technical specification of
the components. Technical brochures of the proposed machines, makes & models, rated
capacity/output, consumption of power & utilities for individual machines and complete
system, man power requirement, proposed drawings etc.
2.2.2 Name of site engineer and list of team members (experts) with their bio data & role to be
played in the project duly signed by each member.
2.2.3 Year wise list of projects executed/being executed giving technical details & cost of each
project with certificate from each project client to this effect, during the last three
preceding years.
2.2.4 Certificate from the project client for award of contract and stage of satisfactory project
completion (in terms of value) in original or its notarized copy for each project claimed,
during the last three preceding years.
2.2.5 List of manufacturing facilities and annual capacity certified by Chartered Engineer.
14
2.2.6 A detailed work plan with BAR / PERT chart confirming capability of the company to
execute the work within a period of 2 months after award of contract.
2.3 Both the parts I & II above will be submitted in Separate Sealed Envelopes with the
tender no., name of work and part no. as appropriately indicated on the top of each
envelope.
2.4 Part III
Bidder shall submit the Financial Bid online only and physical form will not be
acceptable.
3. REJECTION AND RETURN OF TENDER :
3.1 GAIC, Gandhinagar reserves the right to reject any or part of tender or all without
assigning any reason. The documentation submitted by tenderers shall not be returned in
case the technical offer is not acceptable unless the tenderer expressly states his request at
the time of submission of their tender that tender documentation be returned. The cost for
returning the document shall be borne by the tenderer. GAIC, Gandhinagar also reserves
the right at its sole discretion not to award any order under the tender call. This decision
does not commit GAIC, Gandhinagar to pay any costs or loss incurred in the preparation
and submission of any requisite tender or technical proposal or to procure or contract for
any of the items described herein.
3.2 If the tenderer deliberately gives wrong information in his tender, GAIC, Gandhinagar
reserves the right to reject such tender at any stage or to cancel the contract, if awarded,
and to forfeit the earnest money and invoke performance guarantee.
3.3 Canvassing in any form in connection with the tenders is strictly prohibited and the
tenders submitted by the contractors who resort to canvassing are liable for rejection.
3.4 Tender in which any of the particulars and prescribed information are missing or are
incomplete, in any respect and /or prescribed conditions are not fulfilled, shall be
considered non-responsive and is liable to be rejected.
15
4. PROCEDURES FOR OPENING OF TENDER DOCUMENTS
4.1 Part-I containing technical part of the offer will be opened on the closing date as
specified, in the E Tendering procedure and verified for all technical parts.
4.2 Tenders shall be scrutinized on the basis of the information available. It shall, therefore,
be in the tenderers interest to give complete and comprehensive technical
particulars/description and details as per specifications in this tender document.
4.3 After all the tenders have been technically examined and verified, Part-III containing
price bid shall be opened for which the date and time shall be intimated to the
participating qualified bidders through email /fax/letters/telex/telephone/cable on the
spot.
4.4 No correspondence shall be entertained from the tenderers after the opening of part-III;
Price bid of the tender.
5. STANDARD CONDITIONS
5.1 Standard printed conditions of the tenderer if attached to the offer will not be accepted
and only those mentioned in body of the tender will be considered. All entries in the
tender shall preferably be typed. All cancellations and insertions shall be duly attested by
the tenderer.
5.2 Tenderer offers, remarks etc shall be with reference to sections and clause numbers given
in the tender schedules.
5.3 In the case of Indian companies, the consent of the concerned foreign company (IES) and
the relevant experience of the foreign company (IES) should be clearly mentioned. The
consent of the foreign associates should also be submitted along with tender documents.
Change of the foreign company association will not be allowed at a subsequent stage
without prior approval of GAIC, Gandhinagar.
6. AWARD OF CONTRACT
6.1 The acceptance of the tender, as per standard procedure will be intimated to successful
tenderer by GAIC, Gandhinagar either by email / telegram / cable or by letter or like
means.
6.2 The work under the contract is on turnkey basis. The contract shall be awarded to the
tenderer on a total responsibility basis and breach in any part or portion of this contract
shall be considered as a breach of the contract.
7. CORRESPONDENCE
7.1 All correspondence with GAIC, Gandhinagar would be directly by the tenderer or his
authorized representative only. Correspondence through agents or unauthorized
representative will not be allowed.
16
8. STANDARDS
8.1 All designs, materials manufacturing techniques and workmanship shall be in accordance
with highest accepted international standards for this type of equipment.
8.2 The tender shall also state, where applicable, the national or other international standard
(s) to which the whole or any specific part, of the equipment or system complies.
8.3 In addition to any other information/description, the tenderers may wish to provide the
features/performance figures specified /indicated with supporting
documents/calculations. All figures indicated by the tenderers must be fully qualified and
subject to co-ordinated performance
9. TENDER DOCUMENTATION
9.1 TECHNICAL SCHEDULE
9.1.1 General supporting documents: Each offer shall be supported by adequate technical
documentation comprising equipment lists, makes data sheets, performance sheets,
illustrations, technical brochures, block diagrams, layout drawings, dimensioned
sketches; etc., to facilitate a full and complete appreciation of the systems and equipment
under offer and to enable a detailed comparative evaluation of all specified parameters.
9.2 TIME SCHEDULE
9.2.1 The tender shall submit with the tender a proposed schedule for the delivery and
installation of equipment, with date of commissioning of the systems.
9.3 TIME OF COMPLETION
The time given for completion and successful commissioning of the project would be
2 months from the date of award of the contract. Please confirm that you would be
able to commission the work by the targeted dates.
Please note that TIME IS ESSENCE OF THE CONTRACT. In case of delay in
completion, penalty shall be levied @ 1.5% of the total contract value per week or part
thereof for further delay subject to maximum of 15 % of the contract value at the
discretion of GAIC.
9.4 DELAY AND NON PERFORMANCE
9.4.1 In case of implementation schedule not being adhered to, GAIC, Gandhinagar has the
right to cancel the order wholly or in part without any liability to pay cancellation charges
and procure the goods elsewhere in which case the successful tenderer shall make good
the difference between the cost of goods procured elsewhere and price set forth in the
order with the successful tenderer.
9.4.2 In the event of rejection of non conforming goods, the successful tenderer shall be
allowed to correct the non-conformities without extension in delivery period. If
successful tenderer fails to do so within the stipulated time, the purchaser shall have the
right to take recourse to above para.
17
9.4.3 The successful tenderer shall be solely responsible to ensure the following :
a) Sound packing of all items.
b) Shipment of items by the due date as specified in the contract.
c) Insurance
d) Custom clearance and handling of items at port of entry in India. Any demurrages
incurred due to non-clearance of good from customs will be to the account of
successful tenderer.
e) Forwarding and transshipment of items upto destination.
f) Insurance for inland transshipment.
g) Receipt of equipment at site and their safe custody till they are installed, tested
and commissioned and the spares handed over to the engineer-in-charge.
h) Supply, installation, testing and commissioning of the items as per the contract.
i) Handing over the items to authorized representative of Gujarat Agro Industries
Corporation Ltd. GAIC, Gandhinagar.
9.5 TERMS OF PAYMENT
The terms of payment shall be as per the details given below. The payment shall be
released after verification & certification by consultant / GAIC’s representative.
A. 20% mobilization advance against an irrevocable bank guarantee of equal amount after
execution of contract agreement.
B.
i. AGAINST SUPPLY: 50% will be released against delivery of material at site on
pro-rata basis.
ii. AGAINST ERECTION & COMMISSIONING: 20% of the contracted amount is
to be released on successful commissioning of the whole system, performance
parameters, and uninterrupted operation of the same for a minimum period of one
month.
iii. Balance as WARRANTY:
10% of the contract value shall be retained by GAIC as a security deposit for the
period of operation and maintenance warranty/guarantee period i. e for 2 years.
However, GAIC may consider release of this amount against the submission of
Performance Bank guarantee of Nationalized Bank of equivalent value for the
same period.
9.6 PRICES FOR IMPORTED ITEMS
The tenderer shall quote prices for imported items separately for each part including
indigenous components, imported components, erection, supervision & commissioning of
the project wherever applicable.
18
9.6.1 Taxes and Duties
Any customs duty levied by the Government of India on the import of equipment which
will become the property of GAICL, Gandhinagar shall be to the account of tenderer.
9.6.2 Any customs duty and other taxes, if any, levied by the Government of India on left
behind items, damaged items, short supplied items, free replacement items against
warranty, claims etc. imported parts, if any, shall be to the tenderers account with 15%
service charges for clearing these items from the port.
9.6.3 Liability on account of works contract Act and any other laws shall be borne by the
contractor.
9.7 SPARES
9.7.1 All the spares of the equipment under contract will strictly conform to the specification
and documents and will be identical to the corresponding main equipment/components
supplied under the contract and shall be fully interchangeable. The quantity of spares
recommended by the manufacturer shall be justified and the spares recommended shall
have the part number as per manufacturer‟s standard.
9.7.2 The quality standards and the inspection requirement finalized on the main equipment
will also be applicable to the corresponding spares.
9.7.3 The successful tenderer shall warrant that all spares supplied will be new and in
accordance with the contract documented and will be free from defects in design,
material and workmanship.
9.7.4 In addition to the spares recommended by the successful tenderer, if GAICL,
Gandhinagar further identifies certain particular items of spares the successful tenderer
will submit the prices and delivery period for such spares within 30 days of receipt of
such request with a GAICL, Gandhinagar and placement of order for additional spares, if
GAICL, Gandhinagar so desires.
9.7.5 The tenderer shall submit a list of maintenance spares for a period of two years
maintenance.
9.7.6 The spares recommended shall be for the purpose of maintenance which requires
replacement within two years of commissioning of the system during regular operation.
9.7.7 The rates shall be quoted for each item of spares recommended.
9.7.8 GAICL, Gandhinagar reserves the right to place order for increased or decreased quantity
of the recommended spares.
9.7.9 The recommended spares shall not get damaged due to normal atmospheric storing
conditions.
9.7.10 While supplying the spares shall have a tag showing the part no. and name of item for
easy identification on later date.
19
9.7.11 The successful tenderer shall guarantee the long term availability of spares to the buyer
for the full life of the equipment (estimated to be 10 years). The successful tenderer shall
guarantee that before going out of production of spare parts of the equipment covered
under the contract, successful tenderer shall give GAICL, Gandhinagar at least twelve
(12) months advance notice so that the latter may order its bulk requirement of spares, if
GAICL, Gandhinagar so desires. The same provision will also be applicable to
subcontractors, if any. Furthermore, in case of discontinuance of manufacture of any
spares by the successful tenderer or his subcontractors, the tenderer will provide GAICL,
Gandhinagar, one year in advance, full manufacturing drawings, material specifications
and technical details required by GAICL, Gandhinagar for the purpose of manufacture of
such items.
9.7.12 Furthermore, in case of discontinuance of supply of spares by the successful tenderer or
his subcontractor the tenderer will provide GAICL, Gandhinagar with full information
for replacement of such spares; with other equivalent makes, if so required by GAICL,
Gandhinagar.
10. EARNEST MONEY DEPOSIT
10.1 The Earnest Money Deposit (EMD) as prescribed in terms & conditions as specified shall
accompany each tender. The EMD shall be furnished in the form of a crossed Demand Draft
in favor of Gujarat Agro Industries Corporation Ltd., payable at Ahmedabad from any
nationalized or scheduled bank in India. The demand draft shall be valid for a minimum
period of three months.
10.2 The EMD of all the tenderers will be returned within fifteen days after submission of the
performance guarantee of successful bidder.
10.3 The EMD of the successful tenderer shall be returned after the tenderer provides the
performance guarantee as per Annexure-I enclosed.
10.4 If the successful tenderer fails to submit the performance guarantee and fails to enter into a
contract with GAIC, Gandhinagar within 15 calendar days after the acceptance of bid and
award of contract, the EMD amount shall be forfeited.
10.5 Any tender not accompanying with EMD in the said form will be considered non-responsive
and rejected.
10.6 No interest or any other expenses, whatsoever, will be payable by GAIC on the EMD by the
tenderer in any manner.
10.7 After the closure of the bid submission, no bidder is allowed to withdraw and / or make any
omissions and / or commissions in bid documents. In such case, the EMD of such bidders will
be forfeited.
20
11. PERFORMANCE GUARANTEE
11.1 The tenderer, whose tender has been accepted, shall within 15 calendar days of the issue
of the letter of acceptance of bid, shall submit the unqualified performance guarantee of
10 % (TEN per cent) of the total contract price to GAIC, Gandhinagar in the form of
Demand Draft favouring to Gujarat Agro Industries Corporation Limited Payable at
Ahmedabad the guarantee shall be released 90 days after the end of the guarantee period
i.e. 2 years (two years) after the date of commissioning of the project except civil work
for which it will be for one year as specified above.
11.2 The performance guarantee amount shall be payable to GAIC, Gandhinagar without any
condition whatsoever and the guarantee shall be irrevocable.
11.3 The performance guarantee shall be deemed to govern the following guarantees from the
successful tenderer, in addition to the other provisions of the guarantee;
a) Guarantee against non performance of contract as per agreement.
b) Successful and satisfactory operation of the equipment supplied in accordance with
the specifications & other relevant documents.
11.4 The equipment supplied shall be free from all defects and designs, material and
workmanship upon written notice from GAIC, Gandhinagar, the successful tenderer shall
fully rectify / replace free of cost to GAIC, Gandhinagar or such defects as developed
under the normal use of the said equipment within the guarantee period of 24 months. No
recovery of security deposit shall be made from running bills of contractor once the
contractor has submitted performance guarantee.
11.5 The performance guarantee is intended to secure the performance of the entire
equipment. However, it is not to be construed as limiting the damages stipulated in any
other clause.
11.6 The performance guarantee will be returned to the successful tenderer at the end of the
period of liability without interest.
12. COMPARISION AND EVALUATION OF TENDERERS
12.1 The exchange rate for the purpose of comparison and evaluation will be as per RBI
regulation on the day of opening of price bid, if applicable.
13. GUARANTEE
13.1 All goods or material shall be strictly in accordance with the specifications. No deviation from
such specifications of these conditions shall be made without GAICL‟S agreement in writing
which must be obtained before any work against the order is commenced. All materials
furnished by the successful tenderer pursuant to the order (irrespective of whether
engineering/design or other information has been furnished, reviewed or approved by GAIC,
Gandhinagar) are guaranteed to be of the best quality of their respective kinds (unless
otherwise specifically authorized in writing by GAIC, Gandhinagar) and shall be free from
faulty design. The goods/material used by the successful tenderer and its workmanship should
21
be of proven quality so as to fulfill in all respects the operating conditions and other
requirements specified in the order.
13.2 If any trouble or defect originating with the design, materials, workmanship or operating
characteristic of any materials arise within any time prior to 24 months from the date of
completion of work as mentioned in the completion certificate and the tenderer notified
thereof, the tenderer at his own expense and at not cost to GAICL, Gandhinagar as promptly
as possible make such alterations, repairs and replacements at site as may be necessary to
permit the functioning of the equipment or replaced goods shall be guaranteed for a period of
24 months from the date of shipment or 18 months from the date of reinstallation whichever
expires later.
13.3 GAIC, Gandhinagar may at its option remove such defective material at the tenderers
expenses, if the tenderer does not act after being informed. The tenderer shall make good the
replacement in kind or cash.
13.4 In the event that the materials supplied do not meet the specifications and/or are not in
accordance with the drawings, data sheets and rectification is required at site. GAIC,
Gandhinagar shall inform the tenderer giving full details of deficiencies so as to meet GAICL,
Gandhinagar specifications.
14. PATENTS, SUCCESSFUL TENDERERS LIABILITY & COMPLIANCE OF
REGULATIONS.
14.1 Successful tenderer shall protect and fully indemnity GAICL, Gandhinagar from any claims
for infringement of patents, copy right, trade mark or the like.
14.2 Successful tenderer shall also protect and fully indemnity GAICL, Gandhinagar from any
claims from successful tenderers workmen/employees, their heirs, dependants, representatives
etc. or from any other persons(s) or bodies/companies etc. for any act of commission or
omission while executing the order.
14.3 Successful tenderer shall be responsible for compliance with all requirements under the laws
and shall protect and indemnity completely GAIC, Gandhinagar from any claims/penalties
arising out of any infringements and indemnity completely GAIC, Gandhinagar from any
claims/penalties arising out of any infringements.
15. SUBSTITUTION AND WRONG SUPPLIES
Unauthorized substitution of materials delivered in error of wrong description or quality or supplied
in excess quantity or rejected goods shall be returned to the successful tenderer at his cost and risk.
16. FORCE MAJEURE
16.1 GAIC, Gandhinagar may grant an extension of time limit set for the completion of the work
in case the timely completion of the work is delayed by force majeure beyond the contractor‟s
control, subject to what is stated in the following sub-paragraphs and to the procedures
detailed there in being followed. Force majeure is defined as an event of effect that cannot
reasonably be anticipated such as acts of God (like earthquakes, floods, storms etc.) acts of
Govt., The direct and indirect consequences of wars (declared or undeclared), hostilities,
national emergencies, civil commotion and strikes (only those which exceed a duration of ten
continuous days). The successful tenderers right to an extension of the time limit for
completion of the work in above mentioned cases is subject to the following procedures :-
22
16.2 That within 10 days after the occurrence of a case of force majeure but before the expiry of
the stipulated date of completion, the seller informs GAIC, Gandhinagar in writing that the
successful tenderer considers himself entitled to an extension of the time limit.
16.3 That the successful tenderer produces evidence of the date of occurrence and the duration of
the force majeure in an adequate manner by means of documents drawn up by responsible
authorities.
16.4 That the successful tenderer proves that the said conditions have actually been interfered with
the carrying out of the contract.
16.5 That the successful tenderer proves that the delay occurred is not due to his own action or lack
of action.
16.6 Apart from the extension of the time limit, force majeure does not entitle the successful
tenderer to any relaxation nor to any compensation of damage or loss suffered.
17. SETTLEMENT OF DISPUTES AND ARBITRATION
17.1 Except where otherwise provided for in the contract, all questions and disputes relating to the
meeting of the specifications, designs, drawings and instructions herein before mentioned and
to the quality of workmanship or materials used on the work or as to any other question,
claim, right, matter or thing whatsoever in any way arising out of or relating to the contract,
designs, drawings, specifications, estimates, instructions, orders or these conditions or
otherwise concerning the works or the execution or failure to execute the same whether
arising during the progress of the work or after the cancellation, termination, completion or
abandonment thereof shall be dealt with as mentioned hereinafter :
i) If the contractor considers any work demanded of him to be outside the requirements
of the contract, or disputes any drawings, record or decision given in wiring by the
Additional General Manager, GAIC on any matter in connection with or arising out of
the contract or carrying out of the work, to be unacceptable, he shall promptly within 15
days request Additional General Manager, GAIC in writing for written instruction or
decision. Thereupon, the Additional General Manager shall give his written instructions
or decision within a period of one month from the date of receipt of the contractor‟s
letter.
If the Additional General Manager fails to give his instructions or decision in writing
within the aforesaid period or if the contractor is dissatisfied with the instructions or
decision of the Additional General Manager, the contractor may, within 15 days of the
receipt of Additional General Manager`s decision, appeal to the Managing Director,
GAIC, Gandhinagar who shall afford an opportunity to the contractor to be heard, if the
latter so desires, and within 30 days of receipt of contractor‟s appeal.
ii) Except where the decision has become final, binding and conclusive in terms of sub
para(i) above disputes of difference shall be referred to the sole arbitrator namely
Managing Director, GAIC, Gandhinagar. The provisions of Indian Arbitration Act, 1940
23
and the rules made thereunder or statutory modifications thereto for the time being
enforced.
iii) The contractor shall not have any lien on the site on the work in process for his
dues. In case of dispute of any nature the contractor should handover the site/work in
progress, if so directed to the party irrespective of pending settlement of his dues so as to
enable the party to get the work completed from some other contractor of his choice.
18. LAWS GOVERNING THE CONTRACT
All questions, disputes or differences arising under the out of, or in connection with the
contract if concluded shall, if required to be referred to any court of law, be referred to the
courts at Gandhinagar and the said court only shall have the jurisdiction and decide matters
according to the laws of India.
19. COMPLETION CERTIFICATE
Within 10days of completion of the work, the successful tenderer shall send information
in writing to the Additional General Manager, GAIC. Within 10 days of receipt of
information, the Additional General Manager, GAIC or his representative, & Project
Consultant shall inspect the work and if found satisfactory without any defect, issue a
completion certificate. Otherwise provisional completion certificate shall be issued
mentioning the defects (a) To be rectified by the contractor and/or (b) For which payment
will be made at a reduced rate. But no completion or provisional certificate will be issued
till the contractor clears the site of all temporary structure, scaffolding etc. which was
provided by the contractor for the execution of the work. In case of failure of the
contractor to remove such structures at the cost of the contractor and dispose through
public auction. The proceeding of the auction shall be paid to the contractor after
reducing the expenditure incurred.
20. INSPECTION OF SITE
Every tenderer is expected to inspect the site of the proposed work to acquaint himself
with the site conditions, approaches, availability of raw material, geological and weather
conditions etc. before quoting.
The tenderer shall submit all the documents, as specified in terms & conditions.
24
ELIGIBILITY CRITERIA AND BID EVALUATION PROCEDURE
21. ELIGIBILITY CRITERIA:
The Bidder should be fulfilling the following minimum eligibility criteria and must also submit
documentary evidence in support of fulfillments of these criteria while submitting the technical bids.
Claim without documentary evidence will not be considered. The eligibility criteria and documentary
evidence required are as follows:
Sr.
No.
Eligibility Criteria Documentary Evidence to be attached
1.0 The Bidder/ Consortium should have a
minimum average annual turnover of Rs.
50.00 Lac from similar projects during the
last three financial years ending March
31st, 2016.
Audited financial statements duly
certified by chartered accountant for
the last three financial years ending
March, 31st, 2016.
2.0 The Bidder/Bidding consortium should
have executed at least one project on
TURNKEY BASIS during last three years
for Supply and Erection of Humidification
Systems of minimum value of Rs. 25 Lacs.
Certificate from the project client for
award of contract and stage of
satisfactory project completion (in
terms of value) in original or its
notarized copy for each project
claimed.
3.0 The Bidder should have minimum three
years experience in manufacturing /
trading of related to Humidification
Systems.
Documentary evidence of experience
for the last three years ending 31st
March, 2016.
4.0 The Bidder (Lead member in case of
consortium) should submit a solvency
certificate from banker for a minimum
value of Rs 20.00 Lac.
Solvency certificate from the
Nationalized / Scheduled Bank.
5.0 Bidder must have a Net worth of Rs. 50
Lakhs as on the last date of year for which
audited accounts are available.
Audited Financial Statements duly
certified by Chartered Accountant for
the last financial year ended on 31st
March, 2016, along with a net worth
certificate signed by the Auditor.
MD, GAIC reserves the right to verify the claims made by the Bidder and to carry out the capacity
assessment of the bidder and his decision shall be final in this regard.
21.2 TENDER EVALUATION: The evaluation and comparison of the bids shall be done for the technical as well as financial aspects.
Evaluation shall be carried out based on the data and documents provided by the Bidders in support
of their claims. The tender committee shall have the right to verify the claims made by the bidders, in
whichever way it deems fit. Based on the bid evaluation, only technically qualified bidders shall be
short listed.
25
The evaluation committee may call for the presentation by the bidders if required and the bidder
should support the facts with proper documents.
21.3 Financial Bid Opening:
The financial bid of only the short listed Bidders shall be opened.
The technically qualified bidder with lowest total cost of the project would be the preferred
bidder.
21.4 Selection Methodology
21.4.1 The Financial Offers of those Technically qualified Bids would be opened and then ranked in
ascending order based on the Total price quoted, with the Bidder quoting the lowest price
being ranked first and the Bidder quoting the Second Highest ranked as second and so on.
21.4.2 The Bidder ranked first in accordance with the above procedure would be declared as the
Preferred Bidder.
21.4.3 GAIC reserves the right to reject any Bid, if:
a) At any time, a material misrepresentation is made or discovered; or
b) The Bidder does not respond promptly and diligently to requests for supplemental information
required for the evaluation of the Bid.
Rejection of a Bid by GAIC as aforesaid would lead to the disqualification of the Bidder. If such
disqualification / rejection occur after the Bids have been opened and the Preferred Bidder gets
disqualified / rejected, then GAIC reserves the right to:
a) Either select the next best Bidder, or
b) Take any such measure/s as may be deemed fit in the sole discretion of GAIC, including
annulment of the bidding process.
21.4.4 The preferred bidder‟s financial offer may be compared with Estimated Project cost and also
with other bidders and in case the financial offer is found to be not in conformity/ in the range/
in line, then GAIC reserves the right to negotiate with preferred bidder and may ask for
additional guarantee in whatever manner it may deem fit and even after negotiations, if the
final offer is found to be differing widely with Estimated Project cost, then GAIC reserves the
right to cancel the tender. GAIC‟s decision in this context shall be final and binding on all
bidders.
21.4.5 In the event of acceptance of the Preferred Bidder with or without negotiations, GAIC shall
declare the Preferred Bidder as the Successful Bidder. GAIC will notify the Successful Bidder
through a Letter of Intent (hereinafter referred to as “LoI”) that its Bid has been accepted.
26
21.4.6 The Successful Bidder shall execute the Contractual Agreement with GAIC within period
specified by GAIC of the issue of LoI or within such further time as GAIC may agree to in its
sole discretion.
21.4.7 Failure of the Successful Bidder to comply with the requirements of tender shall constitute
sufficient grounds for the annulment of the LoI, and forfeiture of the EMD. In such an event,
GAIC reserves the right to:
a) Either invite the next best Bidder for negotiations or
b) Take any such measures as may be deemed fit in the sole discretion of GAIC, including
annulment of the bidding process.
21.4.8 Information relating to the examination, clarification, evaluation and recommendation for the
short-listed Bidders would not be disclosed to any person not officially concerned with the
process. GAIC would treat all information submitted as part of the Bid in confidence and will
ensure that all who have access to such material treat it in confidence. GAIC would not
divulge any such information unless ordered to do so by any Government authority that has
the power under law to require its disclosure.
21.4.9 To assist in the examination, evaluation, and comparison of Bids, GAIC may utilise the
services of consultant(s) or advisor(s).
21.5 Bid Evaluation Committee:
A tender evaluation committee nominated by MD, GAIC shall do the above evaluation. The
committee shall determine the approach and methodologies for the issues, which may arise during the
above, referred evaluation exercise and have not been addressed in this Tender Document. The
decision of the committee shall be final and binding on all the bidders.
22.The successful bidder shall be responsible for training of the working personnel of GAIC or
their representative for the operation and maintenance of the Machinery for at least one month
or more for Hand holding till intricacies regarding operation and maintenance are resolved.
27
Annexure – I
PROFORMA OF BANK GUARANTEE FOR PERFORMANCE
To,
The Managing Director,
Gujarat Agro Industries Corporation Ltd.,
Gujarat State Civil Corporation Bldg., 2nd
Floor, B Wing, Sector 10 A,
CH Road, Gandhinagar 382 010
Dear Sirs,
In consideration of GAIC, Gandhinagar (hereinafter referred to as the „Owner” which
expression shall unless repugnant to the context or meaning thereof include its successors,
administrators and assigns) having awarded to M/s. ___________________________ (hereinafter
referred to as the „Contractor‟ which expression shall unless repugnant to the context of meaning
thereof, include its successors, administrators executors and dated ___________ and the same having
been unequivocally accepted by the contractor resulting in a Contract bearing No. __________ dated
_________ valued at ____________ for agreed to provide contract performance guarantee for the
faithful performance of entire contract equivalent to the said value of the contract to the owner.
We ______________________________________ (name and address) having its head
office at __________ (hereinafter referred to as the „Bank‟ which expression shall unless repugnant
to the context or meaning thereof, include the successors administrators, executors and assigns) do
hereby guarantee and undertake to pay the owner, on demand any and all money payable by the
contractor to the extent of as aforesaid ___________ at ___________ any ___________ time
___________ upto ____________.
Without any demur, reservation, contest, recourse or protest and /or without any
reference to the contractor. Any such demand made by the owner on the bank shall be conclusive and
bindng notwithstanding any difference between the owner and contractor or any dispute pending
before any court tribunal or any authority. The bank undertakes not to revoke this guarantee during its
currency without previous consent of the owner and further agrees that the guarantee here in
contained shall continue to be enforceable till the owner discharges this guarantee. The owner shall
have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of
any powers vested in them or of any right which they might have against the contractor, and to
exercise the same at any covenants, contained or implied, in the contractor between the owner and
contractor or any other course of or remedy or security available to the owner. The Bank shall not be
released of its obligations under these presents y any exercise by the owner of its liberty with
reference to the matters aforesaid or any of them or by reason of any other acts of omission or
commission on the owner or by any other matters or thing whatsoever which under law would, but
for this provision, have the affect of relieving the bank. The bank also agrees that the owner at its
option shall be entitled to enforce this guarantee against the bank as principal debtor, in the first
instance without proceeding against the contract and notwithstanding and security or other guarantee
that the owner may have in relation to the contractors liabilities.
The bank further agree with the owner that the owner shall have the fullest liberty
without our consent any without affecting in any manner our obligations hereunder to vary any of the
terms and conditions of the said agreement or to extend time of performance of the said contractor
28
from time to time or to postpone for any time or from time to time any of the powers exercised by the
company against the said contractor and to forbear or enforce any of the terms and conditions relating
the said agreement and we shall not be relieved from our liability by reason of any such variation or
extension being granted by the said corporation to the said contractor or y any such matter or thing
whatsoever which under the law relating to sureties would, but for this provision, have effect of so
relieving us.
This guarantee will not be discharged due to the change in the constitution of the bank or
the contractor.
The bank lastly undertake not to revoke this guarantee during its currency except with the
previous consent of the owner in writing.
Notwithstanding anything contained herein above, our liability under this guarantee is
restricted to a sum of Rs. _______ and the guarantee shall remain valid till ________ unless a claim
or action to invoke the guarantee is received in writing by us on or before _______ all your rights
under the guarantee shall be forfeited and the bank will be relieved and discharged of its liabilities
thereunder.
29
SECTION - 5
TECHNICAL SPECIFICATIONS:
5.1 Special Terms and Conditions for Humidification Systems:
1. The Tender specification covers the mechanical and electrical work including controls.
2. The Contractor's scope of work shall be as broadly indicated below.
Note: Owner reserves the right of addition / deletion to the scope listed. Any additional work as
directed by the Owner shall become a part of the contract and shall be executed by the Contractor as
per contract terms at rates as specified or approved by Owner when not available in the contract.
Design, Supply, Fabrication, Installation, Testing and Commissioning of Humidification system
comprising of the components as per specifications provided in tender.
3. The Specification provided is brief and gives only the broad requirements. Contractor shall
ascertain total requirements based on the nature of work, site conditions etc. and he shall be deemed
to be aware of and have understood all the requirements regarding the statutory rules, regulations,
provisions, codes, standards, supply system, norms and guidelines of local authorities, site
conditions, equipment / material specification, installation, testing, commissioning and functioning
with reference to the humidification system, Owner‟s requirements, etc. in such a way that it ensures
supply of all required material / equipment, completion of work safely and satisfactorily, statutory
approvals, successful testing, commissioning and safe, continuous and satisfactory functioning of the
equipment / system under the stated ratings, specifications and ambient / operational conditions
throughout the service life. Owner shall not provide any material / services and no extra claim on
account of above or any other factors / reasons will be entertained by the Owner. Deviations from
specification, if any, shall be clearly mentioned clause-wise in a separate deviation sheet without
deviating from the functional requirements specified. Owner may not accept any deviations and
Tender offer is liable to be rejected on this account.
4. The work shall be carried out as per contract specifications, accepted standard procedures, good
engineering practices and in a safe, technically sound and aesthetic manner with good finishing. The
work, material, accessories etc. shall conform to all applicable IS codes and international standards
and shall be in compliance with all statutory rules, regulations, safety codes, fire-safety norms etc. in
force in the area. Material supplied shall be of approved makes only and shall be procured directly
from manufacturers or their authorized dealers. Contractor shall clearly specify in his tender offer the
makes of items he proposes to supply.
5. The drawings when furnished to Contractor by Consultant shall be basic and for guidance only.
Contractor shall ascertain actual requirements; site-conditions etc. and prepare all necessary detailed
drawings / documents for material procurement and erection purpose. Contractor shall proceed with
the work only on approval of drawings / documents by Owner / Consultant.
6. Contractor shall submit activity wise and area wise schedule & bar chart for start and completion
of activities so as to complete the entire work within the stipulated completion period. Contractor
should submit the work progress report on fortnightly basis.
30
7. Contractor shall maintain adequate, qualified and competent labour force at site to ensure desired
progress of work. He shall assign a qualified supervisor with relevant experience, who shall always
be present at site to supervise the work and to co-ordinate related activities with all concerned
including other agencies working at site, for completion of work safely and satisfactorily within the
agreed completion period. Contractor shall take all precautions to ensure the safety of personnel
working at site. Necessary safety equipment shall be provided to them by contractors. Equipments
shall have adequate safety provisions.
8. On completion of work, Contractor shall submit all test-reports / documents / as-built
drawings / O&M manuals etc. for the equipments installed & commissioned as required by the
Owner.
9. The Contractor shall carry out and complete the works in every respect in accordance with the
contract and Owner‟s / Consultants‟ directions given from time to time and to the satisfaction of the
Owner. Owner‟s decision in this regard shall be final and binding on the Contractor.
10.0 Contractor shall note the following:
10.1 “Supply “ includes delivery at site with packing, freight, insurance, taxes, duties, unloading
and safe storage till erection. All required material and accessories ( whether specified or not ) for
carrying out the above specified jobs up to charging of installation and commissioning of entire
system as per specification, Owner‟s requirements , safety standards and statutory requirement is also
included in „Supply‟. All necessary materials and accessories for mechanical (piping) and electrical
connections with suitable size of cables & glands from MCC Panels for Balance equipments located
in grading & packing hall along with controls wiring, PLC etc for auto operation of the whole
systems for all the five chambers are included in the scope of supply as per the system requirements.
The point of power supply from where you MUST take the power is MCC Panels for Balance
equipments located in grading & packing hall.
10.2 “Installation “ includes safe shifting of above material to erection-location placement and
installing in position. All necessary tools, tackles, ladders, scaffolding, instruments, consumables etc.
shall be arranged by Contractor at own cost. Minor civil works related to above work is also included
the scope of work.
10.3 “Testing “ includes inspection of material before dispatch, after receipt at site and before
installation. Equipment shall be tested individually and the integrated system as a whole shall be
tested for satisfactory performance as per relevant standards / statutory requirements. Owner reserves
the right to inspect the material at manufacturers‟ works before dispatch to site. Contractor shall
inform Owner about readiness of material and make necessary arrangements for inspection / testing
of the material at manufacturer‟s works / sub-vendor‟s shop.
10.4 “Commissioning “ includes pre-commissioning checks/ testing and putting the equipment
and system into normal operation as per requirements to the satisfaction of Owner after receipt of all
necessary sanctions / permissions / approvals.
10.5 " Price " shall include design, supply, fabrication, installation, testing and commissioning,
unless specified otherwise under respective item.
31
10.6 Items and their description given in the enclosed schedule is brief and only broadly specifies
the requirement . Contractor shall consider all additional items / components / services as required
for the system. In case items not mentioned in the schedule are required for the completion of the
system, Contractor shall clearly specify such items in his tender offer and quote extra price for
the same. Failure of the Contractor to specify the items in the tender offer shall not absolve the
Contractor of the responsibility of providing such items and it will be deemed that the price for the
items is included in the quoted total price. No extra amount will be paid on this account.
10.7 Quantities given in the enclosed schedule are indicative. Unit rates shall be valid irrespective
of quantities. Final contract price shall be worked out on the basis of unit rates and final approved
quantities.
10.8 Material shall be procured by Contractor only after ascertaining actual required quantities at
site as per Owner's final requirement and approved drawings. Wherever alternatives are specified,
Owner's specific confirmation for finally selected item / rating shall be obtained before ordering.
Material shall be dispatched to site only after receiving dispatch clearance from Owner. Payment
shall be made only for approved items / quantities supplied and installed / commissioned as per
project requirements to be decided by Owner.
10.9 Owner will not provide any material/ facilities other than those specifically agreed.
10.10 On no account shall any extra payment be made to Contractor over and above agreed rates.
32
. 5.2 Technical Specifications of Adiabatic Spray Type Humidifiers for
Potato Cold Store, Deesa
(Capacity – 200 L/hr water consumption per zone, Make – CAREL, Model UA 200 or
Equivalent, as per drawings & flow diagram enclosed)
1.0 General:
1.1 Quantity: One no. master pumping unit along with zone controller and four nos.
zone controllers complete with pressurized water line of suitable size and localized
probe signals and solenoid valve control outputs as per layout plan.
1.2 The humidifier type should be the simple high pressure atomized water humidification
system allowing one pumping unit serving humidification for all the five chambers at a time.
It should control both cooling during the summer and humidify during the winter by energy
efficient evaporative cooling technology.
1.3 It should be suitable for pure and normal R O water as per parameters to be provided
by the contractor at the end of this technical sheet. The contractor shall submit all the
drawings for approval before fabrication and supply as per order.
2.0 Design and Constructional Functional Features:
A. Pumping Unit: A.1 Humifog with volumetric pump to pressurize the water by atomization by special
stainless steel nozzles.
A.2 Auto Control System with inverter to control the speed and consequently the preset
water flow rate of the pump.
A.3 Solenoid valves to activate the necessary nozzles allowing system to always operate at
the preset pressure to atomize the water for specified flow rate.
A.4 For the system using air handling units, the water pressure should be at 363 to 1015
psig culminating in to very fine atomization having drop let size of 10 to 15 micron diameter.
The water pressure shall be kept constant at 70 bars regardless of quantity required in the
system.
A.5 It should be suitable for up to 200 l/hr. capacities per zone required for multizone
version. In this case there are total zones of five controlling zones including one with
pumping unit. The pump construction shall be brass.
B. Multizone: B.1 In multizone, one pumping unit is master which shall supply pressurized water to
multiple zones e.g. 5 in this application.
B.2 This master unit controls one zone and also manages the distribution and atomization
system to humidity level in this zone independently.
B.3 All the other four zones (for other four chambers) shall have separate controller called
slave which will give signal to the master unit based on the preset readings of the parameters
of each chamber managing distribution and atomization system in each chamber to maintain
humidity level totally independently.
B.4 The master humifog unit shall manage the other four zones at the same time with the
help of modulation system so that no separate pumping system is required for each air
handling unit in each chamber.
33
C. Function of Built In Controller: C.1 Humifog should fill the only based on the requirements of humidification
automatically.
C.2 It should empty the lines when there is no humidification requirement for some time.
C.3 It should periodically wash the lines when there is no humidification required.
C.4 The wash cycle shall be performed with solenoid valves.
C.5 Each humifog zone shall control a humidity set point and a limit value i.e. any typical
humidification application requirement as and when necessary.
C.6 It shall have controls to cool the air without producing excess humidity than set.
C.7 The unit shall be able to integrate in to the control air handling systems.
D. Display Unit: D.1 The humifog unit shall display status of multizone, valves, calendar, remote zones D.2
It shall show the set point value as per the figure entered.
D.3 It shall display warnings and shall be able to refer the menu of the system.
D.4 It shall be able display the reset the alarm levels as per setting.
E. Other Accessories and Components to incorporate as per site requirements:
E.1 Short connecting kit with flexible tube & adapter.
E.2 Central drain solenoid valve kit for non aggressive water.
E.3 Cross connections for Multizone complete.
E.4 Manifold with suitable nos. of holes.
E.5 Capacity control solenoid valves.
E.6 Drain solenoid valves for manifold.
E.7 Oil for the system.
E.8 Filter kit for humifog with 60 micron water filter.
E.9 Humidity controller from 0 to 100 %
E.10 Necessary control wiring from the panel board up to all units as per cold store layout
plan including remote controls, if any are in scope of work of contractor.
E.11 High pressure water piping between pumping station and the distributor zones for all
chambers. The water shall be made available by client in the premises at any point, contractor
has to take water tapping from this point further as required for all five chambers.
F. Operating Parameters To be furnished by contractor: The supplier MUST provide the following operating parameters of their humidification
system considered unless otherwise specified:
E.1 Make and Model of the humidifier :
E.2 Capacity in terms of water consumed: : Minimum 200 l/hr per zone
E.3 Water pressure required at the inlet point of unit :
E.4 Pumping unit power consumption, kW :
E.5 Individual zone controller power consumption, kW:
E.6 Maximum RH to be maintained : > 92 %
E.7 Suitable power type available : Single phase, 220 V, 50 Hz a c
Power
E.8 Limits of Total harness of water supply :
34
E.8 pH of water supply :
E.9 Type of input signal required :
E.10 Dimensions & weight of the unit :
E.11 Any other technical requirement than above :
G. Supply, Installation, Testing & Commissioning complete:
The complete humidification systems shall be supplied, installed, tested and commissioned as
per technical guidelines of the manufacturer including shifting of machines from site to final
location, leveling and precise alignment of the humidifiers. The point of power supply from
contractor MUST take the power is “MCC Panel for Balance Equipments) located in grading
& packing hall as shown in humidification layout plan. The point of water supply shall be
anywhere near the machine room / cooling tower / soft water storage tank or any alternative
location finalized by GAIC around cold stores in the premises.
DETAILED TECHNICL SPECIFICATIONS FOR GUIDELINES:
Adiabatic spraying humidifier for ambient, partially demineralized water (0.054...50 µS/cm) pressurized by
an embedded piston pump (max. 80 bar) without compressed air (100, 200, 320, 460, 600, 1000 l/h; custom
up to 5000 l/h).
Main Pumping Unit
Models UA*Z*4* with outlet pressure control for multi-zone adiabatic humidification and adiabatic
cooling (± 5 %rH) shall have the following characteristics (200, l/h):
- compliances: CE, ETL998, GHOST
- adiabatic humidifier made of 1 cabinet with controller, volumetric pump and other components listed
below, and from 1 to 6 customized high pressure spraying system (the 2nd to the 6th shall each have their
own zone cabinet UA000S*400 at 230 VAC 50-60 Hz)
- RLT-Hygiene certification for AHU/duct installations issued by ILH (Berlin) with compliance to the
following norms for HVAC-generic applications: VDI 6022 page 1 (04/06), VDI 3803 (10/02), ONORM H
6021 (09/03), SWKI VA104-01 (04/06), DIN EN 13779
- RLT-Hygiene certification for AHU/duct installations issued by ILH (Berlin) with compliance to the
following norms for ventilation in health-care facilities, hospitals and the like: DIN 1946, part 4 (01/94),
ONORM H 6020 (02/07), SWKI 99-3 (03/04
- Earthquake Certification to ensure that the pumping unit and its operation are not affected by the
vibrations of seismic events according to the risk of an earthquake of the "zone 4". Certification is obtained
in compliance with the ISO 2041 and comply with the following standards IEC 60068-2-6, IEC 60068-2-
57, IEC 60068-2-64, GR-63-CORE, NEBS
- the humidifier shall use exclusively partially demineralized water
- the addition of biocides to the water is not required by the RLT-Hygiene certification
- volumetric pump with pistons made of brass (for conductivity from 30 to 50 µS/cm) or AISI316 (for
conductivity from 0.054 to 50 µS/cm); a pressure limiter shall be present before the pump
- fine filter (60 µm) to protect the pump from installation residues
- pressure gauges for supply water and outlet water
- embedded conductimetre
- minimum pressure switch (1 bar) to avoid air-lock inside the pump
- pressure relief valve to discharge any back pressure from downstream the pump
- by-pass valve (80 bar)
- by-pass water temperature probe and thermostatic valve (63 °C) to avoid pump overheating
35
- safety outlet maximum pressure switch (90 bar)
- 2 analogue inputs for probes and external demand. The type of electrical signal for both shall be
selectable via keyboard among: on/off (humidistat), NTC, 0…135 Ohm, 0…10 V, 0…1 V, 0…20 mA &
4…20 mA
- analogue input for an auxiliary temperature or humidity probe
- ON/OFF digital input for the remote enabling of the pumping station
- ON/OFF digital input for the remote enabling of the zone‟s high-pressure spraying system served by
the pumping station
- ON/OFF digital input for an external air-flow switch
- ON/OFF digital input reserved to any alarm signal from the external R.O. system
- ON/OFF digital output to signal that the spraying system is spraying/stopped
- ON/OFF digital output reserved to start/stop the external R.O. system
- ON/OFF digital output to signal low temperature inside the cabinet and, eventually, start/stop an
external anti-freezing device
- cumulative alarm relay for the remote signaling of faults and/or malfunctions
- the relay logic shall be selectable (NO or NC)
- RS485 serial port ready to communicate with CAREL devices or via Modbus® RTU without any
additional gateway
- Pump state contact: configurable digital/analogue outlet then shows the pump status, closed contact
“open” free contact “closed”
- 12 algorithms shall be always available to the user: on/off, on/off and modulating %rH limit probe,
on/off and modulating temperature limit probe, production proportional to an external demand, production
proportional to an external demand and %r
- user-friendly graphic display (icons and messages readily understandable) to show demand, ambient
probe reading, limit probe reading, water flow, alarms, system parameters
- keyboard to change the displayed value, edit the system parameters, reset the alarms
- water flow control: continuous modulation from 4% to 100% of the rated distribution system water
flow ; max 6 steps
- outlet pressure control: the outlet pressure is maintained equal to the set point value by adjusting the
pump‟s speed when the downstream hydraulic load varies; the pressure set point can be input by the user or
defined by the external demand signal
- the distribution pipes shall be automatically emptied by drain valves when they stop spraying as
required by the hygiene-related norms and in order to avoid dripping from the nozzles
- the distribution pipes shall be automatically flushed when the humidifier is switched on
- the distribution pipes shall be automatically and periodically flushed during the inactivity periods (the
flushing period shall be user-editable) as a guarantee for better hygiene
- the distribution pipes shall be filled with water prior spraying in order to avoid any initial dripping
from the nozzles
- display of the supply water conductivity
- display of the by-pass water temperature
- selection of the units of measure (SI or IP)
- automatic initial self-test
- automatic maintenance warning
- the humidifier shall supply water at constant pressure even without any external valve directly
controlled
- optional: wall-mounting %rH or temperature probe for civil environment (10 %rH … 90 %rH; 0 °C
… 50 °C)
36
- optional: %rH or temperature industrial probe min. IP54 (0 %rH … 100 %rH, -10T70 °C)
- optional: %rH probe for duct min. IP40 (10 %rH … 90 %rH)
- optional: %rH limit probe for duct min. IP40 (0 %rH … 100 %rH)
- Optional rack temperature probe: it is possible to install a temperature probe immediately before the
distribution system in order to verify if the temperature is optimum for the proper absorption of the
atomized water
Slave Panel
Models UA000S*400 to control the high-pressure spraying systems of remote zones of a multi-zone
system, shall be used for zone adiabatic humidification and adiabatic cooling (± 5 %rH) and shall have the
following characteristics (100, 200, 320, 460, 600; 1000 l/h)
- compliances: CE, ETL508, GHOST
- zone control cabinet with controller and other components listed below, and 1 customized high-
pressure spraying system
- RLT-Hygiene certification for AHU/duct installations issued by ILH (Berlin) with compliance to the
following norms for HVAC-generic applications: VDI 6022, page 1 (04/06), VDI 3803 (10/02), ONORM
H 6021 (09/03), SWKI VA104-01 (04/06), DIN EN 1377
- the spraying system shall use exclusively partially demineralized water
- the addition of biocides to the water is not required by the RLT-Hygiene certification
- cabinet at 230 VAC 1-phase 50 Hz (UA000SD4000) or 230 VAC 1-phase 60 Hz (UA000SU4000)
with controller
- 2 analogue inputs for probes and external demand. The type of electrical signal for both shall be
selectable via keyboard among: on/off (humidistat), 0…10 V, 2…10 V, 0…1 V, 0…20 mA & 4…20 mA
- analogue input for an auxiliary temperature or humidity probe
- ON/OFF digital input for the remote enabling of the pumping station
- ON/OFF digital input for the remote enabling of the zone‟s high-pressure spraying system served by
the pumping station
- ON/OFF digital input for an external air-flow switch
- ON/OFF digital output to signal that the spraying system is spraying/stopped
- cumulative alarm relay for the remote signaling of faults and/or malfunctions
- the relay logic shall be selectable (NO or NC)
- RS485 serial port ready to communicate with CAREL devices or via Modbus® RTU without any
additional gateway
- Heat recovery signal: configurable digital/analogue signal associated with the position of recovery
dumper
- 12 algorithms shall be always available to the user: on/off, on/off and modulating %rH limit probe,
on/off and modulating temperature limit probe, production proportional to an external demand, production
proportional to an external demand and %r
- user-friendly graphic display (icons and messages readily understandable) to show demand, ambient
probe reading, limit probe reading, water flow, alarms, system parameters
- keyboard to change the displayed value, edit the system parameters, reset the alarms
- outlet pressure control: the outlet pressure is maintained equal to the set point value by adjusting the
pump‟s speed when the downstream hydraulic load varies; the pressure set point can be input by the user or
defined by the external demand signal
- the cabinet shall be able to drive up to 22 external fill and drain valves
- the distribution pipes shall be automatically emptied by drain valves when they stop spraying as
required by the hygiene-related norms and in order to avoid dripping from the nozzles
37
- the distribution pipes shall be automatically flushed when the humidifier is switched on
- the distribution pipes shall be automatically and periodically flushed during the inactivity periods (the
flushing period shall be user-editable) as a guarantee for better hygiene
- the distribution pipes shall be filled with water prior spraying in order to avoid any initial dripping
from the nozzles
- selection of the units of measure (SI or IP)
- automatic initial self-test
- automatic maintenance warning
- the humidifier shall supply water at constant pressure even without any external valve directly
controlled
- optional: wall-mounting %rH or temperature probe for civil environment (10 %rH … 90 %rH; 0 °C
… 50 °C)
- optional: %rH or temperature industrial probe min. IP54 (0 %rH … 100 %rH, -10T70 °C)
- optional: %rH probe for duct min. IP40 (10 %rH … 90 %rH)
- optional: %rH limit probe for duct min. IP40 (0 %rH … 100 %rH)
- Optional rack temperature probe: it is possible to install a temperature probe immediately before the
distribution system in order to verify if the temperature is optimum for the proper absorption of the
atomized water
Spraying system for AHU/duct with the following characteristics:
Spraying system for ambient with the following characteristics:
- any component downstream the pump shall be rated 100 bar, suitable for demineralized water 0.054-
50 µS/cm and microbiologically inert
- rigid water pipes made of AISI304 and non-threaded at each end
- water hoses and the coils of the solenoid valves shall be compliant to DIN EN 846
- hydraulic connections conic for quick and water-tight fitting of non-threaded rigid pipes; the conic
fittings shall allow to orientate the pipes
- fill valves NC, 24 VAC with 1 inlet and 2 outlets
- drain valves NO, 24 VAC
spraying nozzles rated 2.8 L/h @ 70 bar made of AISI316 with 60µm filter, anti-dripping ball valve
and internal rotating body.
- spraying manifolds without blower and with additional fill and drain valves according to the
installation
Details of Inlet RO Water supply system to Humidifier :
Rated water flow : 200 L/h
Power supply 230 VAC 1-phase 50 Hz
Supply water Condectivity : 25-50 µS/cm
Pressuer in : 3 Bar Max
38
SECTION – 6
BILL OF QUANTITIES
39
Item No. Particulars Qty. Rate in Rs. Unit Total
Amount, Rs.
HUMIDIFICATION SYSTEMS
Adiabatic Spray Type Humidification
systems suitable for power supply of 50 Hz,
230 V, A C power as per technical
specifications at Sr. No. 5.2 including supply,
installation, testing and commissioning
complete as per technical specifications in
section 5.0:
6.1 Humifog Multizone Pumping unit complete
with one controller zone (Slave) cabinet
1 Set
6.2 Humifog Slave zone controller (Slave) cabinet 4 Set
6.3 High pressure piping between pumping unit and
Distribution systems in all chambers as per
actual length at site
1 Set
6.4 Short connecting kit with flexible tube and
adapter complete
1 No.
6.5 Central drain solenoid valve kit for water 1 No.
6.6 Cross connection for Multizone complete 1 Set
6.7 Distribution system comprising each set as
below:
a. manifold with 7 holes – 2 nos.
b. atomizing nozzles – 14 nos.
c. capacity control solenoid valve – 1 no.
d. drain solenoid valve for manifold – 1 no.
5
Set
6.8 Other accessories comprising oil bottle, Filter kit for humiFog: 60 micron water filter,
1 Set
6.9 Humidity indicator (0 to 100 % RH) with sensor both in each chamber for all five chambers.
5 Set
6.10 Inlet supply Pump as per specification complete
with all fittings and electrical accessoriness.
1 Set
Grand Total, Rs.
Grand Total in words
40
SECTION - 7
TECHNICAL DEVIATION FORM:
(Please attach separate sheet on original letter head)
The following are the particulars of deviations from the requirements of the tender specifications
Section
/Part No.
Item Description Details of Deviation Remarks / justification)
Date - Signature & Seal of the Bidder
41
SECTION 8
Drawings – Master Layout Plan, Humidification Layout Plan and Schematic
of Humidification Systems
42
MASTER PLAN OF POTATO COLD STORES, DEESA
43
HUMIDIFICATION LAYOUT PLAN
44
SCHEMATIC OF HUMIDIFICATION SYSTEMS