250056, Fax No. (05944) 250059

40
1

Transcript of 250056, Fax No. (05944) 250059

1

2

3

DIRECTORATE UTTRAKHAND AGRICULTURE

PRODUCE MARKETING BOARD, RUDRAPUR

Tel No. (05944)-250056, Fax No. (05944) 250059

Web site: http: www.ukapmb.org, [email protected]

[email protected]

Price Rs. 2000+ 13.50% (T.T)= Rs. 2270.00..00222270.00

TENDER FOR

SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MULTI GRAIN PROCESSING INFRASTRUCTURE

(PLANT AND MACHINERY) AT RUDRAPUR (U.S.NAGAR), UTTARAKHAND

Issued to: …………………………… …………………………… …………………………… ……………………………

NOT TRANSFERABLE

SINGNATURE OF TENDERER

4

DIRECTORATE UTTRAKHAND AGRICULTURE

PRODUCE MARKETING BOARD, RUDRAPUR

CONTRACT DOCUMENT

1.Name of Work: SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MULTI GRAIN PROCESSING CENTER (PLANT AND MACHINERY) AT RUDRAPUR (U.S.NAGAR),

UTTARAKHAND

A. Input Basis :2 TPH Capacity on Pulses or 5 TPH Capacity on Wheat

2.Issued to :

3.Issue Date:

4.Tender Notice No.:

5.Receipt No.:

6.Date:

Managing Director U. K . A. P. M. B. ,

Rudrapur

5

DIRECTORATE UTTRAKHAND AGRICULTURE

PRODUCE MARKETING BOARD, RUDRAPUR

BID PACKAGE-TENDER FOR MULTI GRAIN PROCESSINGINFRASTRUCTURE

(PLANT AND MACHINERIES) AT RUDRAPUR (U.S.NGAR), UTTARAKHAND

PART I-TECHNICAL Last Date for Receiving Queries : 05.02.2016 – 11.00 Hrs.

Pre-Bid Meeting : 11.02.2016 – 14.00 Hrs. Last Date For Submission Of Bid : 15.02.2016 – 13.00 Hrs. Date & Time Of Bid Opening : 15.02.2016 – 13.30 Hrs. Time Of Completion : 180 Days

Validity Period : 90 Days

6

1.0 INSTRUCTIONS TO TENDERERS

The Tender shall be in the prescribed form and complete with all the details/ Annexure as required in the technical specifications, descriptive literature and drawings. The tenders should include all minor accessories not specifically mentioned in the technical specification, but essential for the completeness of the plant. The tendered shall not be eligible for any extra charges in respect of such minor accessories, though not included in the tender.

1.1 Earnest money as indicated in the tender shall be deposited in the form of EMD

Pledge in favors of “Managing Director ,UAPMB Rudrapur.” Earnest Money must be submitted in separate envelope marked “Earnest Money”. Any tender, which is not accompanied by EMD in the prescribed manner, will be summarily rejected. No interest shall be allowed on the Earnest Money.

1.2 Pre-Qualification Requirements for Bidder. Bidder must fulfill the following pre-qualification requirements:-

a) EMD of Rs. 10,00,000/- (Rs. ten lakhs Only)in the form of EMD Pledge in favour of “Managing Director , UAPMB.”, Rudrapur.

b) As manufacturer and supplier of Multi Grain Drying and Cleaning Machinery, should have proven financial and technical strength and experience of executing Similar Projects in India with a minimum single order value of Rs. 100 Lakh or Multiple orders of value Rs. 600 Lakh during the last three years & technical details of technology used for executed projects. For which it must submit proof including client references, order value, financial statements of past three years & technical staff details.

c) Applicant should be a minimum net worth equivalent to Rs. 1,50,00,000/- (Rs. One crore fifty lakh only) as at the end of the last financial year. The applicant must submit proof including certificate from auditor (or Chartered Accountant, in the absence of an auditor), statement of calculation of net-worth.

NOTE:1. Bidders will please note that those bidders, who do not fulfill the above requirements, their bids are liable to be rejected.

7

2.0 Contents of Tender Two Separate sealed envelope shall be submitted by the bidders as follows:-

Part-I (Technical) 2.1 The original copy of Part I of tender must be stamped and signed by bidder on all

pages and submitted duly completed in all respects including Tender Form in acknowledgement to acceptance of all terms.

2.1.1 EMD in the manner specified in the general terms and conditions and conditions of contract.

2.1.2 Documents required to be submitted in support of Pre-qualification 2.1.3 An authorization on letterhead of company with seal duly signed by Managing

Director/ Director/ Authorized Signatory in favour of person signing the bid documents or a duly signed Power of Attorney must be submitted

2.1.4 Design Parameters, Brochures, Technical literature of equipment offered (complete with all details of capacity etc. of the equipment offered).

2.1.5 Technical Specifications and Design Specifications 2.1.6 Bidder must also furnish the following details with the Technical Bid documents:- 2.1.6.1 Copies of Registration Certificate (duly attested) with Excise Dept., VAT, Income

Tax (PAN), PF & other Govt. Bodies. 2.1.6.2 Bar Chart indicating various miles tones and their date of completion vis-à-vis

deployment of resources. Please note that the completion period for the work is 180 days including mobilization period from the date of issue of LOI.

2.1.6.3 List of Permanent Technical personnel employed by the bidder with their qualifications and experience.

2.1.6.4 Complete details including Technical Literature, Brochures of Each Equipment and Details of Makes & Models with capacity & other details. Any offer by a bidder without these details with Technical Bid will be considered as incomplete offer and liable for rejection.

Part-II(Financial)

2.1.7 It will contain the pricing schedule indicating cost of the equipment, transport to the mentioned sites of specific quantities of equipment under each bid package, installation, commissioning and spares etc.

2.1.8 Price should be inclusive of all taxes, duties, octroi and any other charges or fees leviable by the local authority, on materials in respect of this contract and nothing extra will be payable for increase in such taxes or duties even if imposed or levied either before or after the tenders are opened or during the currency of contract, over and above the tendered/accepted price. Bidders may accordingly account for duty & taxes on the equipment in their offer.

2.1.9 Both the parts I &II above will be submitted in SEPARATE SEALED ENVELOPES with the tender form. Part–I and Part-II as appropriately indicated on the top of envelope .EMD shall be enclosed with Part-I.

2.2 The schedule for completion of work is 180 days including mobilization period from the date of issue of LOI and this completion time shall be strictly observed by the Contractor.

2.3 UKAPMB reserves the right to reject/ negotiate all or any of the tenders and to accept in whole or part of any of the tenders without assigning any reason for so doing. The successful bidder will be required to sign an agreement in the form approved by the UKAPMB, for the fulfillment of contract. But the written acceptance of the UKAPMB of a Tender will constitute a binding agreement

8

between the UKAPMB and the firm so tendering, whether such formal contract is or is not subsequently entered into.

2.4 The security of all plant and equipment etc. stored at site shall be the responsibility of the contractor till it is handed over/installed, commissioned and handed over to UKAPMB. UKAPMB will not responsible for any theft/short fall of equipment kept at the site.

2.5 The tender shall remain valid for a period of 90 days from the date of opening of tender. In the event of the tender withdrawing his offer within the validity period, for any reason what so-ever, Earnest Money deposited with the tender shall be forfeited by the Employer.

2.6 No two or more concerns, in which an individual is interested as a proprietor/ partner/ director shall tender for the execution of the same work. If they do so then all such tenders shall be liable to be rejected.

2.7 Bidder is advised in his own interest to satisfy himself about the project site including inspection at site prior to submission of his tender. He shall be deemed to have full knowledge of all the accompanying tender documents, technical specifications and other conditions. The expenses incurred in getting information through tests/site visits shall not be reimbursed in any case.

2.8 Conditional and /or incomplete tenders are liable to be rejected. 1.9 The electrical work involved in the contract shall be executed only through

the contractor who possesses proper and valid license. 2.0 The Financial bid of only those tenders who are assured as technically qualified will be opened.

3. Adherence to specifications and drawings: -The whole of the works shall be executed in perfect conformity with the specifications and drawings of the contract. If Contractor performs any works in a manner contrary to the specifications or drawings or any of them and without such reference to the Engineer/Consultant he shall not bear all the costs arising or ensuing there from and shall be responsible for all loss to UKAPMB.

4. Accepted Programme of work:-The Contractor, who has been awarded the work shall as soon as possible but not later than 7 days after the date of issue of LOI in respect of contracts, have to submit the detailed programme of work indicating the time schedule of various items of works in the form of Bar Chart/ PERT/ CPM. He shall also submit the details of organization (in terms of labour and supervisors) plant and machinery that he intends to utilize (from time to time) for execution of the work within stipulated date of completion. The programme of work amended as necessary by discussions with the Engineer/Consultant, shall be treated as the agreed programme of the work for the purpose of this contract and the contractor shall endeavor to fulfill this programme of work. The progress of work will be watched and accordingly the liquidated damages will be levied with reference to the overall completion date. Nothing stated hereinshall preclude the contractor in achieving earlier completion of item or whole of the works than indicated in the programme.

5. Contract Agreement: -A formal agreement shall be entered into by the Contractor with the Employer for the proper fulfillment of the contract. In case the agreement is not executed by the Contractor within 15 days of issue of LOI by UKAPMB, the UKAPMB shall at its option

9

without prejudice to any other price or claims against the contractor within seven days afterexpiryofthesaid15 days and before execution of the agreement by the Contractor by notice in writing revoke the acceptance of the tender, and there upon the UKAPMB shall not be liable to any claim from the contractor for work already done. The earnest money deposited with the tender shall be forfeited by the UKAPMB.

6. Payment Terms: Running payment will be done to the Contractor/Firm. 7. Final Payment:-The final payment shall be made to the contractor on

issue of completion certificate by the UKAPMB Engineer certifying measurements of the total quantity of work executed by the Contractor upto the date of completion and on the accepted schedule or rates. The Completion Certificate shall be issued only on completion of the work and UKAPMB is satisfied with the final test or tests that may be prescribed.

8. Security Deposit:-Total security deposit on acceptance of the tender is 5% (Five percent) value of the contract including the earnest money deposited with the tender. The earnest money deposited with the tender will be converted in to initial security deposit. The balance amount of security deposit will be recovered from the Running Account bills. Security deposit in the form of instruments like BG, FD etc. can be considered shall be accepted towards Security Deposit. No interest will accrue on the Security Deposit under any circumstances. Wherever the contract is rescinded, the security deposit shall be forfeited. The Successful Contractor shall have the option, on satisfactory completion of the work, to offer Bank Guarantee equivalent to the amount of Security Deposit i.e. 5% (Five Per Cent) of the value of the contract which will be valid for the maintenance period and UKAPMB will release the amount of Security Deposit to Successful Contractor in lieu of the Bank Guarantee. The total security deposit shall become due and shall be paid to the Contractor after the expiration of the maintenance period of 12 months specified in the Tender, provided that all the stipulations of the clause have been fulfilled by the Contractor and all claims and demands made against UKAPMB for and in respect of damage or loss by from or in consequence of the works have been finally satisfied.

9. Performance Guarantee:-The successful bidder will give a Performance Guarantee in the form of an irrevocable bank guarantee amounting to 5% of the contract value. Performance Guarantee shall be released after satisfactory completion of the work. Wherever the contracts are rescinded, the Performance Guarantee will been cashed and the balance work will be got done separately, 10. Testing of Equipment: The following test in addition to tests mentioned in the technical document shall be performed to the full satisfaction of UKAPMB:

a) Earth resistance of the installation b) Insulation resistance test c) Functional &inter locking of all motor and its control panel etc., d) Test of Electrical Motors covering the following:–

Checking Motor Nameplate Voltage; Checking Motor Rotation and Speed prior to

connection of the driven equipment; As certain maximum KW absorbed by fan at the most

demanding point of the pressure /volume characteristic curve at the specified fan speed;

10

Checking Earth Continuity loop resistance for every motor starter;

Checking Insulation to Earth resistance for every motor starter taken with 500 V “Megger” tester;

Testing of full load current taken by all motor son each phase;

Testing the tripping time of starter over loads set to10% above the motor name plate rating;

Testing the function of each control unit in accordance with the specification (e.g. selector switches correctly wired, high or low circuit cut-out operates, level switches correctly operating)

Checking motor temperature in accordance with IEC 60034 or BS4999 or equivalent DIN /VDE regulations /equivalent IS specifications.

Checking starting current of each motor Type Tests (adherence to requirements of relevant BIS

specifications) e) Other test as desired by the UKAPMB Engineer /Consultant.

Tendered date shall be deemed to include for inspection/ testing of equipment at the works/ site/ independent govt. approved laboratory as directed by UKAPMB. Tools & plants, fuel, lubricants, other materials and personnel required for conducting tests shall be provided by the contract or with in the quote drate.

11. Insurance for Works:-The contract or at the time of signing the contractor before commencing the execution of the work, without limiting is obligations and responsibilities shall insure the works at his own cost and keep them insured until the virtual completion of the contract against all acts of God including Fire, Theft, Riots, War, Floods, etc. with a Nationalized Insurance Agency in the joint names of the UKAPMB and Contractor. The Contractor shall deposit the policy and receipt for the premiums with the UKAPMB within twenty one (21) days from the date of signing the contract. 12. Extension of time:-The time for the execution of the work or part of the works specified in the contract documents shall be deemed to be the essence of the contract and the works must be completed not later than the date(s) as specified in the contract. If the contractor fails to complete the works within the time as specified in the contract, UKAPMB may, if satisfied that the works can be completed by the contractor within reasonable short time thereafter, allow the contractor for further extension of time as the Engineer/Consultant may decide. On such extension UKAPMB will be entitled without prejudice to any other right and remedy available on that behalf, to recover from the contractor as agreed damages.

13. Maintenance Period:- The Contractor shall guarantee that the complete installation including all equipment’s are new, un used and free from any defect due to defective materials and bad workmanship and that theEquipment / system shall operate satisfactorily and the performance and efficiencies of the equipment/system shall not be less than the guaranteed values. The warranty/ guarantee/ defects liability period of the system will be 12 months from the date of completion. The guarantee shall be valid for the above mentioned period for specified Works/equipment’s after completion and handing over and any parts Found defective shall be replaced free of all costs by Contractor. The

11

Services of the Contractor's personnel if requisitioned during this period for such work shall be made available free of any cost to the UKAPMB.

If it is necessary to send the defective equipment or parts for repair/replacement, cost from the site to works and back shall be borne by the contractor. If the defects be not remedied within a reasonable time the UKAPMB may proceed to do so at the Contractor's risk and expense without prejudice to any other rights.

The contractor shall remain liable to replace of his own, under proper use and arising solely from faulty design, material or workmanship or premature failure provided always that such defective parts as are not repairable at site. 14. Indemnity by Contractor: -The Contractor shall indemnify and save

harmless UKAPMB from and against all actions, suit proceedings losses, costs, damages, charges, claims and demands of every nature and description brought or recovered against UKAPMB by reason of any act or mission of the Contractor, his agents or employees, in the execution of the works or in his guarding of the same. All sums payable by way of compensation under any of these conditions shall be considered as reasonable compensation to be applied to the actual loss or damage sustained, and whether or not any damage shall have been sustained.

15. Completeness of Contract:-The Contract is a turn key contract and hence, contractor shall provide without any extra charge all items whether specifically mentioned or not but which are usual or required to make a complete working plant and to ensure safe and satisfactory operation unless excluded clearly. All apparatus, material or labour which may be necessary to complete the working accordance with the intent or purposes of these specifications shall be considered to be in the scope of work of the contract and shall be furnished without extra charge, as if fully described and called for in these specifications and/or shown on plans. Successful and Satisfactory working of every part and parcel of the contract shall be basic yardstick of completeness of project.

a. Workmanship and Testing:-The whole of the works and / or supply of materials specified and provided in the contractor that maybe necessary to be done in order to form and complete any part there of shall be executed in the best and most substantial work man like manner with materials of the best and most approved quality of their respective kinds, agreeable to the particulars contained in or implied by the specifications and as referred to in an represented by the drawings or in such other additional particulars, Instructions and drawings may be found requisite to be given during the carrying on of the works and to the entire satisfaction of the UKAPMB’s Engineer/Consultant according to the instructions and directions which the Contractors may from time to time receive from the UKAPMB’s Engineer/Consultant. The materials maybe subjected to tests by means of such machines ,Instruments and appliances as the UKAPMB’s Engineer/ Consultantmay direct and wholly at the expense of the Contractor.

b. Removal of Improper work and Materials:-The UKAPMB’s Engineer shall been entitled to order from time to time:-

(a) The removal from the site within the time specified in the order of any materials which in his opinion are not in accordance with the specifications or drawings.

12

(b) The substitution of proper and suitable materials.

(c) The removal and proper re-execution, not withstanding any previous tests there of or "on account" payments there for, of any work which in respect of materials or workmanship is not in his opinion in accordance with the specifications and incase of default on thepart of the Contractor in carrying out such order UKAPMB shall been titled to rescind the contract.

c. Property in Materials and Plant:-The materials and plant brought by the Contractor upon the site or on the land occupied by the Contractor in connection with the works and intended to be used for the execution there of shall immediately, they are brought upon the site of the said land, be deemed to be the property of UKAPMB. Such of them as during the progress of the works are rejected by the Engineer /Consultant or declared by him not to be needed for the execution of the works or such as on the grant of the certificate of completion remaining used shall immediately on such rejection, declaration or grant cease to be deemed the property of UKAPMB and the Contractor may then (but not before) remove them from the site or the said land. This clause shall not in, anyway diminish the liability of the Contractor nor shall UKAPMB be in anyway answerable for any loss or damage which may happen to or in respect of any such materials or plant either by the same being lost, stolen, injured or destroyed by fire, tempest or otherwise.

d. Handing over of works:-The Contractor shall be bound to handover the works executed under the contract to UKAPMB complete in all respects to the satisfaction of the UKAPMB’s Engineer/ Consultant. The UKAPMB’s Engineer/Consultant shall determine the date on which the work is considered to have been completed, in support of which his certificate shall be regarded as sufficient evidence for all purposes. The Engineer shall determine from time to time, the date on which any particular section of the work shall have been completed, and the contractor shall be bound to observe any such determination of the Engineer. On completion of the works, the Contractor shall clear away and remove from the site all constructional plant, surplus materials, rubbish and temporary works of every kind and leave the whole of the site and work clean and in a workman like condition to the satisfaction of the Engineer. No final payment in settlement of the accounts for the works shall be paid, held to be due or shall be made to the Contractor till, in addition to any other condition necessary for final payment, site clearance shall have been affected by him, and such clearance may be made by the Engineer at the expense of the Contractor in the event of his failure to comply with this provision within 7 days after receiving notice to that effect. Should it become necessary for the Engineer to have the site cleared at the expenses of the Contractor, UKAPMB shall not be held liable for any loss or damage to such of the Contractor's property as may be on the site and due to such removal there from which removal may be effected by means of public sales of such materials and property or in such away as deemed fit and convenient to the Engineer.

e. Measurement of works: -The Contractor shall be paid for the works at the rates in the accepted schedule of rates on the measurements taken by the UKAPMB’s Engineer in accordance with the rules prescribed for the purpose by UKAPMB. Such measurements will be taken of the work in progress from time to time and at such intervals

13

as in the opinion of the Engineer shall be proper having regard to the progress of works. The quantities set out in the accepted schedule of rates with items of works quantified are the estimated quantities of the works and they shall not be taken as the actual and correct quantities of the work to be executed by the Contractor in fulfillment of his obligations under the contract.

f. Force Majeure Clause: -If at any time, during the continuance of this contract, the performance in whole or in part by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by fire, explosions, epidemics, strikes, lock outs or acts of God (here in after, referred to events) provided, notice of the happening of any such event is given by either party to the other with in10 days from the date of occurrence thereof, neither party shall by reason of such event, been titled to terminate this contract or shall either party have any claim for damages against the other in respect of such non-performance of delay in performance, and works under the contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist, and the decision of the UKAPMB’s Engineer as to whether the works have been so resumed or not shall be final and conclusive.

g. Drawings & Equipment Details etc.: -ContractorshallfurnishthefollowingdrawingsandmanualstoUKAPMBonissueofLOI:

i. Manufacturers catalogue showing detail of the equipment in tended to be supplied conforming to the technical specifications in bid.

ii. Isometric or 3D view of Entire Facility clearly showing Location of critical equipment’s such as Cleaning equipment, Dryer, Dehusking Unit, Destoner, Colour Sorter, Pearler, etc.( Please refer Process Flow Diagram)

iii. Proposed layout drawing of the equipment & system with connection diagrams.

h. Liquidated damages: -The liquidated damages shall be levied as perform GPW 9 for the delay in completion of job.

i. Arbitration: -In the event of any dispute arising out of Contract/Work order the Managing Director UKAPMB or his authorized representative shall be the sole arbitrator and his decision shall be final and binding to both parties.

j. Jurisdiction: - In case of dispute the court of jurisdiction shall be

Rudrapur Court only.

14

General Guidelines:- EMD & Security Deposit:-

1. EMD of requisite amount, as contained in para 1.2 of this document. EMD should be enclosed in terms of Draft/F.D.R/N.S.C/Bank Guarantee from any scheduled/Nationalized Bank pledged in favor of Managing Director , UAPMB, Rudrapur

2. Successful bidder EMD mainly returns after submitting the performance Bank Guarantee.

3. Successful bidder can submit Bank Guarantee of 5% of contract value, which will be released at the end of warranty period of the product with a minimum period of one year after the completion of the project.

4. After opening the technical bid a departmental team will inspect the various sites where the plants is in running condition and inspection report will be submitted to Managing Director, UAPMB, Rudrapur. On the basis of Technical Report the financial bid will be opened accordingly and the intimation will be given to successful bidders for the date of opening financial bid. The expense of technical visit of team will be borne by the bidders.

15

GENERAL TERMS & CONDITIONS:-

1. Testing trial will be given by the firm.

2. The tender should be either printed or written in capital readable letters. 3. 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

4. The tenders written in pencil or over writing will not be considered and will liable to be rejected.

5. If any machine goes out , will be repaired by the firm within 3 days otherwise board will repaired their end and payment will deducted from the bidders security.

6. Pre Installation visit: UAPMB officials (02 nos) would visit manufacturing & research facilities for bidders. Contractor has to arrange visit along with personnel for explanation of technology & equipments.

7. The bidders shall be responsible for installation of the plant and equipment and supervision for the commissioning of the equipment and training to the staff and workers deputed by U.A.P.M.B for Maintenance of the plant.

8. The Bidders will provide expert supervision for smooth running of the plant starting from handover of the project.

9. The Bidders shall provide the detailed manuals for operation, maintenance and Quality assurance.

10. General Arrangement civil drawing to be handed over 7 working days from the date of signing agreement.

11. Each interested bidders should be enclosed minimum spared parts list, which will be given machine with technical bid.

12. Department will provide incoming electric supply at one point all internal fitting (fixtures) including wire & cable for all the equipments used in the Processing Unit are in bidder scope. Bidders should submit detail panel & cable etc. to be used.

The capacity disclosed by the bidders should match in testing; failing which no

payment shall be made by the board.

16

DESIGN,TECHNICAL SPECIFICATIONS& SCOPE OF WORK Uttarakhand Agriculture Produce Marketing Board proposes to set up a state-of-art Multi Grain Processing Center. The unit is being set up Rudrapur, will be facility of Processing and storage of important grains and pulses depending on the Harvest and Marketing season. Some of them are as mentioned below:

- Amaranth (Chaulai,Ramdana,Rajgira) - White Soya bean - Black Soya bean - Finger Millet - Fox tail Millet - Jwar - Black Gram (Udad) - Kidney beans (Rajma) - Ragi (Mandwa) - Barnyard Millet (Jhangura)

This Bid Document provides the technical description of the design and construction of Multi Grain Processing Unit at Rudrapur, Uttarakhand. The proposed nominal capacities are given below. Input Basis :2 TPH Capacity on Pulses or 5 TPH Capacity on Wheat The potential for processing of Grains and Pulses is huge as the production of these produce is a lot in the state and there are number of traders in the state and there are some traders from other states who deal in these pulses and grains from Uttarakhand .

17

The main functions for the facility are described in the following Flow Diagram:

All the facilities and buildings at the facility shall be constructed so as to render them amenable to maintenance of HACCP hygiene requirements.

18

The Scope of work for Multi Grain Processing Center cover the following : All necessary supports and foundation Work related to erection of Complete Plant and Machinery

Work includes - Inspection of installation site, prepare the layout and get it approved by the

Enginner-in-charge - Opening of packing boxes at site for installation. - Assembly & erection of equipment. - Construction of civil foundation of the machine and intake pit if any based on

drawings. - Provide electrical connection to all equipment from the supplied electrical control

panel. The electrical control panel shall be installed at maximum distance upto 5 meter from the machine.

- Commissioning & trial of machines with the product. - Training to the user’s staff for proper maintenance & operation of the machine at

the time of installation. - To arrange skilled/unskilled laborers, All Tools and tackles required for completion

of the job. - Digging of pit for intake hopper for elevator, for foundation bolts for machines and

finishing them for installation. - The laying of electric cables shall be in PVC pipes as per standard norms. However,

if cables to be laid in trenches OR cable trays, it will be provided as per instruction of Enginner-in-charge.

- All Electrical Panels required for the equipments - All Control Panels required for the equipments - Electrical panel for distribution of power, control panel for motors, refrigeration etc. UAPMB will provide Power Supply at One Point - Providing totally enclosed, surface mounted T/L fitting, distribution board for Int. E.I. & power plugs - Providing earthing, laying and connecting power cable, control cables etc.

The tendered rate shall be deemed to include for all material, equipment,

accessories, transportation, all taxes and duties, insurance and all connected works

required for successful erection, testing and commissioning of above equipment /

system including necessary foundations for equipment and supports work.

19

A. TECHNICAL &DESIGN SPECIFICATIONS

1- Technical standards followed should be better or equivalent to the Technical Standards

and Protocol for the Multi Grain Processing as mentioned in the NIT.

2- Material should be as per Relevant ISO/ BIS and Other applicable Standards.

3- Equipment should be as per International (EU) Health and Safety Rules.

4- Safety Certification:-Certification from following Certification Authority is necessary :-

a. Factory Inspector

b. Fire Fighting Inspector

c. Electrical Safety Inspector

20

EQUIPMENT REQUIREMENT FOR MULTI GRAIN PROCESSING CENTER- GENERAL

THROUGHPUT CAPACITY: 5 TPH BASED ON WHEAT OR 2 TPH BASED ON PULSES AND

LIGHT GRAINS

S. No.

DESCRIPTION REQUIRED TENTATIVE

QUANTITY (No.) The plant shall comprise of following equipment with general

technical specification as under:

1. Dump Hopper with auto slide gate Size: 2 m x 1 m With heavy duty grating. Hopper to be made out of M.S. Sheet not less than 2mm thickness. Auto slide gate will shut off the discharge of seed from dump hopper to first bucket elevator in the event of sudden power failure. Auto slide gate will open the gate after the power comes back. Hence, the main purpose of auto slide gate is to prevent damage to belt, motor, chain, coupling etc. of the bucket elevator.

2 No.

2 Bucket Elevator with Y Section to feed grain cleaner Capacity : 7.5 TPH on wheat Discharge height depending upon feeding height of grain cleaner. All sheet metal components shall be manufactured on CNC machine. Self supporting, centrifugal discharge Vertical Bucket Elevators shall have following standard features. V-BOTTOM BOOT ASSEMBLY: It shall be self cleaning type. The thickness of the boot shall be 3 mm GI. Sheet. The pulley shall be mounted on a heavy duty shaft on self aligned ball bearings. Belt tightener shall be provided with the help of bake-lite guide for easy sliding of take up unit. Two removable slide gates shall be provided for easy and fast cleaning and rendering service to the bottom pulley. Boot pulley shall be wing type to prevent damage to the seed in between belt and pulley. MIDDLE SECTION LEGS: Each section of leg shall be made of 1.6 mm thick GI sheet. It shall be provided with flanges at both ends. Belt inspection door shall be provided at suitable height. HEAD CASING: It shall be made of 2.0 mm thick GI sheet. Detachable split cover with rubber inside shall be provided for accessibility to head pulley. Head pulley shall be rubberised and crowned for improved traction and shall be mounted on a heavy duty shaft and self aligned ball bearings. Sprockets shall be TLB type for easy and quick fitting. LADDER AND PLATFORM: Ladder, service platform with safety cage of suitable size and height shall be provided to enable

2 No.

21

accessibility to the head boot and shall be made of M.S. BELT AND BELT SPEED: NN belt shall be used for fastening of buckets (cups). The belt speed shall not exceed 1.2 m/sec. BUCKETS: Buckets of self cleaning type, HDPE or die pressed from M.S. Sheet of 1.6mm thick shall be used. These buckets shall be fastened with cup-bolt and washers with belt. Spacers shall be provided between buckets and belt to prevent damage to the seeds. DISCHARGE PIPE: Suitable dia discharge pipe made of 2 mm S.S. Sheet OR 3 mm M.S. Sheet shall be used for discharging the grains/seeds. ELECTRIC DRIVE: Suitable geared motor of Rotomotive/Bonfiglioli/ Siemens/Equivalent make for operation on 440 V, 3 phase, 50 cycles, A.C. Supply.

3. Surge Bin to be installed over grain cleaner Capacity 1 Ton based on wheat seed. Sides of the bin shall be made of G.I. Sheet not thinner than 1.6mm. Hopper bottom to be made of G.I. Sheet. Not thinner than 2mm. Support structure to be made of medium M.S. Channel not less than 100 x 50 mm with 12mm thick foundation plates. Angle iron bracing of size not thinner than 40 x 40 x 5 mm & 25 x 25 x 3 mm shall be provided for reinforcement wherever necessary. Discharge gate position to be provided to match with the feed hopper of equipment. Observation window shall be provided at two sides of bin to see seed level. Discharge gate of the bin shall be fitted with manually operated rack & pinion and also with electrically operated. Low level high level sensor shall be provided.

2 No.

4. Grain Cleaner Throughput Capacity: 5 Tons/hr. Based on wheat Machine shall be suitable for efficient cleaning of all types of seeds, grains, pulses, cereals etc. 3 Screen layer Model, flat oscillating type. No. of scalping shall be 2 OR 1 and grading 1 OR 2 so that screen configuration can be done as per requirement. All screen sections should be interchangeable. Total screen area shall not be less than 7 m². Oscillating speed of screen deck should be variable. Sieve deck shall be made of insect & moisture resistant marine plywood. Frame of the machine shall be made of steel box construction in one section welded structure. Feeding hopper provided with feed control gate and feed roller for uniform & continuous feeding. Sieve perforation cleaning by rubber ball. Double aspiration with pre & post suction. Aspirator fan should be dynamically balanced. Air control & feed control arrangement should be step less variable with the help of screw arrangement. There should be 2 separate motors. One for fan and second for sieve deck, feed roller and auger for reject.

2 No.

22

Machine shall be supplied with electric motors, one set of screen for pulse seed. Additional set of screen, cyclone dust collector, air trunks and other accessories to improve the performance of the machine shall be included in the offer. Complete technical details should be submitted with the Bid. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

5. Bucket Elevator to feed gravity separator. Capacity : 7.5 TPH. on wheat. Discharge height to suit feeding height of gravity separator. Other specifications shall be same as at Sr. No.2. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

2 No.

6. Specific Gravity Separator with big hopper Average throughput capacity : 5 TPH based on wheat Specific gravity separator shall be capable of upgrading/separating of seeds based on specific weight basis i.e. seeds same in size but different in weight shall be separated with this machine. There shall be separate motor for fan & deck. Oscillating speed of deck and feed rate shall be variable and electrically controlled. Gravity Separator shall be supplied with vibro feeder. All accessories which are required to improve the efficiency of the machine shall be included giving complete Technical details. The deck should be easily and quickly cleaning type by raising it with the help of gas/hydraulic cylinders. 2 Additional decks should be provided for processing fine and super fine crop seeds. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

2 Nos.

7. Bucket Elevator to feed Destoner Capacity 7.5 TPH based on wheat seed. Discharge height to suit feeding height of destoner. Other specifications shall be same as at Sr. No.2. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

2 No.

8. De-Stoner Capacity : 5 Tons/Hr. based on wheat.

It is meant for removing foreign impurities like stones, metal pieces, glass pieces, mud balls etc. from grains and seeds of all types and any granular material like seeds, grains, pulses, cereals etc. Additional Deck for De-stoner – 2 sets, one for fine seeds and second for superfine seeds should be supplied.

2 No.

23

9. V.B. ELEVATOR with Two way electric operated discharge Valve to feed Metal Detector/De-husking Machine/Metal Detector Capacity : 7.5 TPH. based on wheat. Discharge Height to suite the feeding height of de-husking machine. Other specifications shall be same as at Sr. No.2. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

2 No.

10. Heating and De-husking Machine Capacity : 2 TPH based on pulses Complete with aspirator. Suitable for de-hulling OR de-husking of pulses like barn yarn millet, fox tail millet, buck wheat, hemp, amaranth etc. Complete with suitable horse power motor and perforated screens depending upon type of pulses. NOTE:- If heating OR soaking is required prior to de-husking, then heating or soaking arrangement shall also be provided by the bidder.

2 No.

11. Polishing Machine Capacity: 2 TPH based on pulses. Suitable for polishing of pulses. Complete with motor.

2 No.

12. V.B. ELEVATOR Capacity: 7.5 TPH. based on wheat. Suitable to feed metal detector. Other specifications shall be same as at Sr. No.2. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

2 No.

13. Gravity Feed Metal Detector with aspirator Having an aperture of suitable size designed to detect metal contamination of 1.5 mm Ferrous and 2 mm Non Ferrous & 2.5 mm S.S Metals and above with fully Automatic reject mechanism. Construction: Metal detector : Stainless Steel -304 Rejection : Flap Type ( Pneumatic Operated) Compressor Air : 4 bars or as required Operating Voltage : 230 V Ac, 1 Ph, 50 Hz. Air aspiration should be supplied to remove hulls, fines or any other light unwanted grains from de-husking or pearling machine.

2 No.

14. V.B. ELEVATOR to feed Color Sortex/Bagging Bin With Two Way Electric Operated Discharge Valve Capacity : 7.5 TPH. based on wheat. Suitable to feed Colour Sorting Machine/Bagging BIn. Other specifications shall be same as at Sr. No.2. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

2 No.

24

15. FEED HOPPER OVER COLOUR SORTEX With Electrically Operated Discharge Gate. Capacity: As per requirement of colour sorting machine. 1.6 mm G.I. Sheet for sides & 2 mm G.I. Sheet for hoppered bottom. M.S. pipe for supporting legs with 12 mm thick foundation plate, suitable M.S. Pipe bracing. Transparent sheet window for seeing the seed level in the bin

1 No.

16. CCD DIGITAL OPTICAL ELECTRONIC COLOUR SORTING MACHINE Cap: 5 TPH based on wheat OR 2 TPH based on pulses. The colour sorter shall be capable to sort out impurities in the pulses/grains based on colour.

1 No.

16.i) Essential Accessories for Colour Sorter Machine to be included in the Bid are as under :- - UPS - Air compressor - Frame, chutes - Separate cabin for colour sorter - Air Conditioner - Electric cables. - Bucket Elevators for recycling as per requirement.

1Set

17. V.B. ELEVATOR to feed Bagging Bin With Electrically Operated Two Way Dis. Valve. Capacity : 7.5 TPH. based on wheat. Suitable to feed bagging bin. Other specifications shall be same as at Sr. No.2. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

1 No.

18. BAGGING BIN With Electrically Operated Discharge Gate installed over auto weigher bagger Capacity : 2 Tons on wheat. 1.6 mm G.I. Sheet for sides & 2 mm G.I. Sheet for hoppered bottom. M.S. pipe for supporting legs with 12 mm thick foundation plate, suitable M.S. Pipe bracing. Transparent sheet window for seeing the seed level in the bin. Complete with manual bagging arrangement.

2 No.

19. AUTOMATIC NET WEIGHING & BAGGING MACHINE WITH AIR COMPRESSOR Weighing Range: 5 Kg to 50 Kg Net Weighing and Bagging Machine for materials like cereals, grains, seeds etc. in open mouth or valve type bags. Weigher uses simple load cell suspension technique assuring accuracy,

2 No.

25

consistency and trouble free operation. No. of Bags/minute. : 2-3 Property of material : Free flowing Accuracy : +- 1gm to 8gm Digital display : LED Type of load cells : Hermetically sealed IP67 protected No. of load cells : 3 Nos. Facility : Auto/Manual Mode Type of electric control panel : PLC based with minimum 7 K memory. Complete with load cells, load cell retainer assembly, load cell junction box, PLC based control panel, load cell cable, weigher hopper with pneumatic discharge gate, sector gate with coarse and fine feed facility, discharge collection spout, pneumatic bag holding clamps for open mouth bags, stamping for first year only. SYSTEM ARRANGEMENT (OPERATION) Auto weighing and bagging machine shall be mounted below storage silo (Bagging Bin). Weigh hopper is mounted on load cell. The PLC is programmed for required value with coarse and fine feeding, batch number, tolerance etc. On run command, system will start weighing. Once the material reaches 90% of required value, coarse feed stops and fine feed starts and stops when 100% value, material drops from Weigh hopper to the discharge spout. When the weigh hopper is empty, system shuts off the gate and starts next batch and goes on working in this sequence. AIR COMPRESSOR FOR OPENING OF SECTOR GATE AND ALSO FOR PNEUMATIC CLAMPING OF BAGS AND TO RUN THE AUTO SLIDE GATE. Motor : suitable HP No. of cylinders : Two Capacity of air tank : 225 litre minimum Air Pressure : 12 Kg/square cm or as required Complete with base frame with castors, 10m air hose, air nozzle, T, motor, starter and switch. Note: This air compressor shall also operate auto slide gate at dump hopper.

20. Heavy Duty Bag Closer with Conveyor. Capacity : 500 -600 Bags per Hour. It is suitable for stitching of jute bags, cloth bags, paper bags, polypropylene bags etc. It has twin needle, four thread, parallel double chain stitch sewing head with speed 25000 stitches per minute, stitching

2 No.

26

width 5 to 9 mm adjustable. The head is fitted on telescopic shaft and belt conveyor of 3 meter length. Electric motor of 1 HP, 3 phase for sewing head and 1 HP 3 phase for conveyor. Complete with foot operated paddle switch. Sewing head height varies from 250 mm to 1000 mm depending on bag size.

21. Reminent Collection System 21.I) Rejection Conveyor

Capacity : 2 TPH Length : As per requirement Complete with suitable electric motor and other standard features.

2 No.

21.ii) V.B. ELEVATOR with one way discharge Valve To feed Bin for Reminent. Capacity : 2 TPH. based on wheat. Discharge Height: Suitable to feed bin for rejects. Other specifications shall be same as at Sr. No.2. ALL TECHNICAL & POWER DRIVE DETAILS MUST BE FURNISHED

2 No.

22. BAGGING BIN FOR REMINENT BAGGING With Electrically Operated Discharge Gate. Capacity : 5 Tons on wheat. 1.6 mm G.I. Sheet for sides & 2 mm G.I. Sheet for hoppered bottom. M.S. pipe for supporting legs with 12 mm thick foundation plate, suitable M.S. Pipe bracing. Transparent sheet window for seeing the seed level in the bin.

2No.

23. ELECTRIC CONTROL PANEL(MIMIC TYPE) The panel shall be equipped with main on/off switch, change over switch to allow the machines to be powered either from the generator or main supply, voltmeter, ammeter, phase indicators, motor starters with protective relays and fuses, 2 Nos. 15 Amp sockets of 220V single phase should be provided for ancillary equipment/lights etc. All motors fitted with the machines shall be tropically rated totally enclosed fan cooled type and current protecting. Suitable for 440 V, 50 Hz, 3 Phase, AC Supply.

2 No.

24. COMMON M.S. RAISED PLATFORM STRUCTURE Common MS raised platform structure is made of MS channels-150x75 mm, 100x50 mm & 75x40 mm with angles, 40x40x5 mm, 50x50x6 mm for strengthening. Ladder is made of MS sheet alongwith MS chequered steps, railing supports with pipes. Vertical columns of height 2 mtr. are provided to support raised platform made of MS channel with foundation plate of 10 mm thickness for grouting. Main machines like surge bin, grain cleaner, gravity separator, destoner, metal detector, colour sorter shall be installed on raised platform and all bucket elevators shall be installed on ground level.

2 No.

27

25. Heavy Duty Portable Bag Closing Machine Capacity : 300-350 Bags Per Hour. Single Thread, Chain Stitching, light weight, hand held portable heavy duty bag stitching machine. Suitable for stitching of Jute/Jute Canvas/Polycoated Jute/Cloth Bags fitted with oscillating type lopper, micro switch finger touch start, automatic thread cutting mechanism and complete with all standard features. Suitable for operation on 220V single phase, 50 Hz. A.C. Supply. Stitching speed is 6 metres/minute. Complete with electric motor of suitable HP, 3.5 mtrs. long flexible wire, 3 pin plug, 2 No. Needles, 1 No. lopper, No. Allen Keys, 1 No. Spanner, Oil Can, Screw Driver, Thread Stand and thread cone.

4 No.

26. Seed Diverting Chute & Pit Covers, Ducting, Railing, frame etc. to complete the plant on turn key basis.

2 Set

27. Electric wire, cables, electric accessories required for complete electrification of plant.

2 Set

28. Bag Stacker/Truck Loader 2 Nos. 29. INSTALLATION, COMMISSIONING&TRAINING CHARGES

FOR GRAIN CLEANING PLANT.

2 Set

28

ACCEPTANCE TEST COMMISSIONING AND TESTING – DEFINITIONS - For the purpose of commissioning this General Specification the following definitions shall apply.

Commissioning: the advancement of an installation from the stage of static completion to full working conditions and to meet the specified requirements. This will include setting into operation and regulation of the installation.

Setting to work: the process of setting a static system into motion. Off-site Tests: Tests carried out on items of equipment at manufacturer’s works or elsewhere to ensure compliance with the requirements of Specifications and/or relevant Standards or Codes of Practice (or other standards specified). Site Tests: tests on static plant and systems (e.g. inspection and testing of welds, hydraulic testing of pipework, etc.) to ensure correct and safe installation and operation. Performance Testing: the measuring and recording the quantitative performance of the equipment. COMMISSIONING AND TESTING - GENERAL Any defects of workmanship, materials and performance, maladjustments or other irregularities which become apparent during commissioning or testing shall be rectified by the Contractor at no cost to the UKAPMB and the relevant part of the commissioning or testing procedure shall be repeated at the Contractor’s expenses. The entire commissioning and testing procedure shall be undertaken by the Contractor’s own competent specialist staff or by a competent Independent Commissioning Specialist nominated by and acting for the Contractor and approved by UAPMB. At the appropriate time in the Contract, usually before start of the actual installation work, the Contractor shall furnish the Provisional Commissioning and Testing Programme, methods, procedures and formats of test records to the UAPMB. This shall be updated as the work progresses towards completion.

If considered appropriate, the Contractor shall be required to carry out demonstration to dismantle those parts/components of the installation which are considered difficult/impossible for maintenance access. The Contractor shall be responsible for carrying out all necessary modification work at no extra charge to the Employer to alleviate the difficulties associated with dismantling or maintenance access.

29

GENERAL COMMISSIONING REQUIREMENTS

Systems shall be properly commissioned to demonstrate that all the equipment deliver the designed capacities and that air, refrigerant and water flow rates are balanced in accordance with the design. Since the air systems are usually completed ahead of the hydraulic systems, commissioning of the air systems will commence earlier than the refrigerant and water systems.

The Contractor shall ensure that -

Air intake screens and louvres are unobstructed Fan and other equipment chambers are clean and free of construction

debris. Floor gulleys and drainage traps are clear. Fans are checked for impeller housing clearance and free of foreign

objects. All electrical wiring circuits (power, lighting and controls) are completed,

or will be completed at the correct stage during the commissioning period.

All electrical panels are commissioned and clean. Lighting systems are switched on. Permanent power supply is available at the electrical panels, and all the

connected equipment can be switched on. All aspects of the commissioning procedure shall including the

following but not limited to:- Preliminary checks to ensure that all systems and system components

are in a satisfactory and safe condition before start up. Preliminary adjustment and setting of all plant and equipment

consistent with eventual design performance. Energizing and setting to work on all plants.

Progressive Commissioning - The Contractor shall not wait for completion of every part of the work but shall arrange for a progressive commissioning programme to achieve practical overall completion and have the whole work ready to be handed over by a date to suit the completion date agreed in the Contract. Specialist Commissioning - The Contractor shall be responsible for initially setting the plants to work and shall arrange for any Specialist Plant or Equipment such as Microprocessor based Control System to be commissioned and tested by the Specialist Equipment Manufacturer’s skilled Commissioning Engineer and/or technician, if it is felt necessary. Contractor to Inform UAPMB - The UKAPMB shall be informed in good time of all site tests for plant, ducting and piping. Witness by UAPMB or its authorized representative - The final tests shall be carried out in the presence of the UKAPMB or its authorized representative, or the Contractor representative, in accordance with the requirements of witness testing and commissioning as stipulated in the Acceptance Protocol. The Contractor shall give at least 72 hours notice, in writing, when any part or parts of the installation will be tested.

30

Test Equipment and Labour - The Contractor shall provide all skilled labour,testing gear (including pumps, tools, air and water flow instruments and thermometers, etc.) and attendants for all tests including those by Specialist. The Contractor shall be solely responsible for the proper filling, emptying and flushing of the plants and pipes to be tested and shall make good any defects emerging from the tests, or made manifest under testing or re-testing, until the whole of the plant is free from defect and is in complete working order to the satisfaction of the UKAPMB or its authorized representative. DOCUMENTS AND DATA REQUIRED FOR HAND-OVER MEETING General - The Contractor shall note that the system cannot be handed over until all the foregoing requirements (where applicable) have been carried out to the satisfaction of the UKAPMB. Test Certificates - Before the handover inspection, the Contractor shall provide the follow test/record certificates where applicable: Copies of manufacturer’s works tests/record certificates on plant items comprising heat generating plant, heat exchangers, refrigerant unit, tanks, vessels, motors, fans, pumps, etc. Copies of balance vacuum test, balance pressure testing, hydraulic pressure test/record certificates for works carried out on site. Copies of refrigeration plant efficiency test/record certificates. Copies of all performance test/record certificates These certificates shall be accompanied with all appropriate charts and diagrams. Copies of all noise test/ survey records on every noise emitting plant and machineries, individual room/space and a statement of compliance with the statutory requirements under the current Noise Control Ordinance. As Fitted' Drawings - All necessary copies of 'As fitted' drawings as detailed in the Contract Documents and this General Specification. Operation Maintenance and Services Manuals - All necessary copies of Operating and Maintenance Manuals as detailed in the Contract Documents and this General Specification. The Contractor shall include functional spare parts and contact lists of the suppliers in the manual.

Manufacturer’s Name Plate - Every item of plant supplied by a Manufacturer shall be fitted with a clearly engraved, stamped or cast manufacturer’s name plate properly secured to the plant item and showing :-

Manufacturer’s Name Serial and/or Model No. Date of Supply Rating/Capacity Test and Working Pressure (where applicable)

Labels and Related Instructions - Provision of all labelling and the related instructions shall comply as per details given in the specifications.

31

Programme of Work To achieve proper progress of work and to have proper control over the work contractors are requested to submit a programme of work along with the offer in the following Performa. Months Amount of work done proposed by contractor

during the month (Rs in Lakhs) 1st Month 2nd Month 3rd Month 4th Month 5th Month 6th Month Total The programme of work shall be for the given time period as mentioned in the tender (only for stipulated time period)

1) The Condition of the submitting the programme duly typed is an obligation condition without which second envelop may not be opened and offer may be rejected outright.

2) The Programme of works submitted by the contractor can be modified by mutual understanding of UKAPMB and the contractor at the time of agreement, if required with will form part and parcel of the tender agreement only.

32

FORMAT FOR UNDERTAKING FROM THE CONTRACTOR

I/We hereby declare that in the formation of our company, either by way of partnership or Consultant, no UKAPMB ex-employee has been on the enrolment of the company.

Date :

Place : Contractor

33

LIST OF DEFECTS TO BE OBSERVED DURING DEFECT LIABILITY PERIOD

1) Bad performance of the pumps, press.

2) Wear & Tear of pumps.

3) Corrosion observed on the surfaces of all metal equipment.

4) Loosening up of the machinery nut bolts.

5) Welding joints, cracks developed

6) Bearings of all rotating equipment running abnormal & giving sound, jerks.

7) Play developed in the fittings having frictional contract.

8) Electrical switches, switch gears not operating smoothly.

9) Wiring is no in good condition and not giving optimum desired amp and voltage.

10) Capacity of pumps to discharge at the rated discharge is lowered.

11) Leakages in the piping and all fluid carrying equipments.

12) Foundations of all equipments got weak.

34

CLAUSE FOR QUALITY AUDIT The quality audit shall be conducted when the work is approximately completed to the tune of 80%. The quality audit officer shall be the representative of UKAPMB nominated by the competent authorities. The contractor shall have to make available all records, test reports, drawing etc. to the quality audit officer. All the defects pointed out by the quality audit officer shall have to be rectified by the contractor with his own cost. Unless all the defects pointed out by the quality audit officer, are rectified by contractor as per specifications final bill shall not be paid to the contractor.

35

PRICE SCHEDULE Name Of Work: Tender for Multi Grain Processing Infrastructure (Plant and Machinery) at Rudrapur,

(U.S.Nagar)

1 Plant and Machinery Sr.No Description Unit Quantity Rate Amount 2.0

2.1 Complete Plant and Machinery required for Processing of various Grains and Pulses mentioned in the NIT, as per Process Flow Diagram attached and the Technical Specifications with Quantity mentioned. Bidder has to submit detailed layout and specifications of equipment. Approval of Engineer-in-charge is necessary before commencing any activity.

Lump sum

Total In Words Special Conditions of Contract (Supplementary)

1. Rates should be quoted only in Indian Rupees (INR). 2. Nature of work is on turn-key basis, hence contractor is responsible for complete

execution of the job in all respects Quantities mentioned in the Price Schedule are indicative only. Contractor is liable to deliver required input / output capacity mentioned for various grains and Pulses and all the operations as mentioned but not limited to Process Flow Diagram.

3. Rates should be all inclusive (customs, sales/works contract tax, service tax, contribution under Labour laws, excise & otherstatutory levies) for complete job to be executed at site as per technical specifications enumerated in the Tender documents.

4. In case there is a discrepancy between words and figures, the rate quoted in words will prevail. If there is a discrepancy between the unit price and the total price (or amount) obtained by multiplying the unit price and quantity, the unit price shall prevail and total price or amount shall be corrected accordingly.

5. All the above work should be executed as per extant safety norms/clause (fire, environment, etc) applicable for Indian conditions. The facilities should also confirm to all safety norms/laws (fire, environment, etc) Necessary safety certificates/clearances should be obtained by agency as and when required for execution, commissioning of the plant.

6. All the facilities and buildings shall be constructed so as to render them amenable to maintenance of HACCP hygiene requirements.

7. Technical specifications has been described in detail in Tender document. 8. Department will try to provide any concessional forms if applicable but not committed to. 9. UKAPMB’s decision on interpretation of the various technical specifications/drawings should be final

and binding on the supplier/contractor.

36

PART–I (TECHNICAL)

TENDERFORM

(To be submitted in duplicate along with all Annexures / appendixes as specified in the Tender Document)

To

Managing Director, Uttarakhand Agriculture Produce Marketing Board,

Rudrapur (Udham Singh Nagar)

Sub: Tender for MULTI GRAIN PROCESSING INFRASTRUCTURE (Plant and Machinery) at RUDRAPUR(U.S. NAGAR), UTTARAKHAND

Dear Sir/Mam, I/we am/are submitting the following proposal for the MULTI GRAIN PROCESSING INFRASTRUCTURE (Plant and Machinery) at given bellow place:-

Name Of Agency No. of working plants with

capacity & location For whom Owner/Local

Body Capacity

S.No Description of Documents No. Remarks

1 Earnest Money Deposit (E.M.D). 2 Experience of firm. 3 Turnover of firm. 4 Technical qualification. 5 Registration in income Tax. 6 Registration in sales Tax. 7 Company Registration No. 8 Return of Income tax for Last Three years. 9 Firm Registration No.

10 Registration with Service Tax. 11 Manufacturer Certification. 12 Experience documentation and Client list 13 ESI and EPF Registration 14 Financial Statements for last three years 15 Net Worth Certification 16 Any Other

37

Note:- With this Technical Bid following documents must be submitted:-

1 EMD(EarnestMoney Deposit) in favour of Managing Director, UkAPMB,Rudrapur in the form Draft/

F.D.R/N.S.C/Bank Guarantee issued by a Nationalized or scheduled Bank Pledged in favor of Managing Director, UKAPMB, Rudarpur.

2 Registration with Trade Tax Department of Uttarakhand. 3 Return of Income Tax for Last Three years with Pan Card. 4 Registration with Service Tax. 5 Company Registration No. Or Firm Registration No., if the applicant is a company or firm. 6 Financial Statements for last three years–Complete set with annexures along with copies of relevant

returns (Income Tax, Sales Tax, Service Tax) 7 Net Worth Certification 8 Experience and Client List.

Authorized Signature with seal

With Firm/Company Name/Firm……………. Address ………………… Contact No. ……………

E-mail …………………..

38

PART–II(FINANCIAL)

To

The Managing Director,

Uttarakhand Agriculture Produce Marketing Board,

Rudrapur (Udham Singh Nagar)

Sub: Tender for MULTI GRAIN PROCESSING INFRASTRUCTURE (Plant and Machinery) at RUDRAPUR (U.S. NAGAR), UTTARAKHAND

Dear Sir/Mam, I/we am/are submitting the following proposal for the MULTI GRAIN PROCESSING INFRASTRUCTURE (Plant and Machinery)

S. No.

ITEM Rs (in Figures) Rs (in words)

1. S.I.T.C. of MULTI GRAIN PROCESSING INFRASTRUCTUREPROJECTcomplete as per details specifications.

The prices quoted above are inclusive of all taxes, duties, levies, freight, free delivery at site, installation / fixing, testing and commissioning.

SIGNATURE---------------------- Company Seal

DESIGNATION -------------------- COMPANY------------------------- DATE -----------------------------