RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms...

205
1 Rajasthan Co-operative Dairy Federation Limited “Saras Sankul” J.L.N. Marg, Jaipur-302 017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in E-mail : [email protected] No. RCDF/DPM& Proj./(P-2901)/2012-13 Dated 16.07.2012 TENDER NOTICE Sealed tenders are invited from experienced bonafide manufacturers of Cattle Feed Plant and its equipments for “Design, Supply, Installation, Testing and Commissioning of 150 TPD cattle feed plant (expandable up to 300 TPD) on Turnkey Basis” each at Lambiyankalan District Bhilwara & proposed site at village Hathalai (Gundoge) District Pali (Raj). Tender form with terms and conditions can be obtained from RCDF by depositing Cash/Demand Draft of Rs. 10,000/- only (Rs. 100 extra if desired by post) in favour of RCDF Ltd., payable at Jaipur up to 3.00 PM on dated 16.08.2012. Further details can be obtained from our website sarasmilkfed.rajasthan.gov.in. General Manager (DPM & Proj.) 1. LAST DATE AND TIME OF SALE OF TENDER FORM : 16.08.2012 Upto 3.00 PM 2. DATE & TIME OF PRE-BID MEETING : 09.08.2012 AT 11.00 AM AT RCDF, JAIPUR 3. LAST DATE & TIME FOR SUBMISSION OF DULY FILLED TENDER FORM (Technical & Financial bid in separate envelopes) : 17.08.2012 Upto 2.30 PM 4. DATE & TIME FOR OPENING OF THE TENDER (Technical bid only) : 17.08.2012 AT 3.00 PM 5. EMD (to be deposited with the tender in the technical bid) : Rs. 36,00,000/- (Rs. Thirty Six Lac only) by Demand draft only in favour of RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager (DPM & Proj.) Note: The Tender form is also available on web site www.sarasmilkfed.rajasthan.gov.in and may be downloaded from the website. In case of downloaded document a demand draft of Rs. 10,000/- (Ten Thousand only) should be enclosed with the tender document.

Transcript of RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms...

Page 1: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

1

Rajasthan Co-operative Dairy Federation Limited

“Saras Sankul” J.L.N. Marg, Jaipur-302 017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in

E-mail : [email protected]

No. RCDF/DPM& Proj./(P-2901)/2012-13 Dated 16.07.2012

TENDER NOTICE

Sealed tenders are invited from experienced bonafide manufacturers of Cattle Feed Plant and its

equipments for “Design, Supply, Installation, Testing and Commissioning of 150 TPD cattle

feed plant (expandable up to 300 TPD) on Turnkey Basis” each at Lambiyankalan District

Bhilwara & proposed site at village Hathalai (Gundoge) District Pali (Raj). Tender form with

terms and conditions can be obtained from RCDF by depositing Cash/Demand Draft of Rs.

10,000/- only (Rs. 100 extra if desired by post) in favour of RCDF Ltd., payable at Jaipur up to

3.00 PM on dated 16.08.2012. Further details can be obtained from our website

sarasmilkfed.rajasthan.gov.in.

General Manager (DPM & Proj.)

1. LAST DATE AND TIME OF

SALE OF TENDER FORM : 16.08.2012 Upto 3.00 PM

2. DATE & TIME OF PRE-BID MEETING : 09.08.2012 AT 11.00 AM AT

RCDF, JAIPUR

3. LAST DATE & TIME FOR SUBMISSION

OF DULY FILLED TENDER FORM

(Technical & Financial bid in separate envelopes) : 17.08.2012 Upto 2.30 PM

4. DATE & TIME FOR OPENING OF

THE TENDER (Technical bid only) : 17.08.2012 AT 3.00 PM

5. EMD (to be deposited with the tender in

the technical bid) : Rs. 36,00,000/- (Rs. Thirty Six Lac

only) by Demand draft only in favour of

RCDF Ltd., payable at Jaipur.

The detailed terms and conditions of the tender are contained in the Tender document.

General Manager (DPM & Proj.)

Note: The Tender form is also available on web site www.sarasmilkfed.rajasthan.gov.in and may

be downloaded from the website. In case of downloaded document a demand draft of Rs. 10,000/-

(Ten Thousand only) should be enclosed with the tender document.

Page 2: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

2

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED

“SARAS SANKUL”, J.L.N. MARG, JAIPUR – 302 017. Phone No.2702501 : Fax 2710209 : Website : www.sarasmilkfed.coop : E-mail: [email protected]

No. RCDF/DPM& Proj./(P-2901)/2012-13 Dated 16.07.2012

ONLY THROUGH SPEED POST

M/s. _______________________,

___________________________,

___________________________,

___________________________.

Sub: Tender document for “DESIGN, SUPPLY, INSTALLATION, TESTING AND

COMMISSIONING OF 150 TPD CATTLE FEED PLANT (EXPANDABLE UP TO 300

TPD) ON TURNKEY BASIS” EACH AT LAMBIYANKALAN DISTRICT BHILWARA &

PROPOSED SITE AT VILLAGE HATHALAI (GUNDOGE) DISTRICT PALI (RAJ).

Ref.: Your request letter No. _____________ dated ____________ for issue of tender

document.

Dear Sir,

We thank you for evincing interest in the tender floated by us. The tender document along with

technical specification is enclosed which is to be returned duly sealed and signed on each page. We wish to

emphasize few pertinent points concerning the tender:-

1. There is an Eligibility and Qualification Criterion prescribed in the tender document . Tenders from firms

fulfilling the Eligibility and Qualification Criterion will only be considered for price bidding. It is,

therefore, of utmost importance that all documents establishing your eligibility are submitted as per the

check list given. Non receipt of the documents with the tender would be construed as you are not

fulfilling the eligibility criterion and such tenders are liable for no further consideration / evaluation.

2. All the terms & conditions, Special as well as General are important.

3. Each tenderer is required to provide complete address, phone no. etc. against General Condition No.2.8 of

the tender document failing which the tender is liable to be treated as incomplete.

4. The tender must be submitted in three envelopes method as specified in special note i.e. :-

(i) The first envelope of part –I : This shall contain “EMD” Demand Draft.

(ii) The Second envelope of part-I – This shall contain :-

A. Sealed & signed complete tender document (except Page No.29 to 40 which is for Price

Bid) along with specifications.

B. Required documents/papers towards eligibility & qualifications criterion.

C. All other requirements as mentioned in the tender document.

(iii) The third envelope (Part-II)

This shall contain only Price Bid of the quoted item in the prescribed proforma given in the

tender document. Kindly refer page no 29 to 40 of tender document for quoting rates)

Page 3: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

3

Thanking you,

Yours faithfully,

Encl.: As above

General Manager (DPM & Proj.)

Page 4: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

4

FOR

“DESIGN, SUPPLY, INSTALLATION, TESTING AND

COMMISSIONING OF 150 TPD CATTLE FEED PLANT

(EXPANDABLE UP TO 300 TPD) ON TURNKEY BASIS”

AT

LAMBIYANKALAN DISTRICT BHILWARA & PROPOSED SITE

AT VILLAGE HATHALAI (GUNDOGE) DISTRICT PALI (RAJ).

(Bid to be submitted in Two envelop technical & commercial)

RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED

SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR

Phone No: 0141-2702501-508, Telefax: 0141-2710209, 0141-2702135

Website: www.sarasmilkfed.coop, E-mail: [email protected]

TENDER FORM

Page 5: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

5

Rajasthan Co-operative Dairy Federation Limited

“Saras Sankul” J.L.N. Marg, Jaipur-302 017 Phone No. 0141-2702501-508 : Telefax 0141-2702135 : Website : sarasmilkfed.rajasthan.gov.in

E-mail : [email protected]

No. RCDF/DPM& Proj./(P-2901)/2011-12 Dated 16.07.2012

TENDER NOTICE

Sealed tenders are invited from experienced bonafide manufacturers of Cattle Feed Plant and its

equipments for “Design, Supply, Installation, Testing and Commissioning of 150 TPD cattle

feed plant (expandable up to 300 TPD) on Turnkey Basis” each at Lambiyankalan District

Bhilwara & proposed site at village Hathalai (Gundoge) District Pali (Raj). Tender form with

terms and conditions can be obtained from RCDF by depositing Cash/Demand Draft of Rs.

10,000/- only (Rs. 100 extra if desired by post) in favour of RCDF Ltd., payable at Jaipur up to

3.00 PM on dated 16.08.2012. Further details can be obtained from our website

sarasmilkfed.rajasthan.gov.in.

General Manager (DPM & Proj.)

4. LAST DATE AND TIME OF

SALE OF TENDER FORM : 16.08.2012 Upto 3.00 PM

5. DATE & TIME OF PRE-BID MEETING : 09.08.2012 AT 11.00 AM AT

RCDF, JAIPUR

6. LAST DATE & TIME FOR SUBMISSION

OF DULY FILLED TENDER FORM

(Technical & Financial bid in separate envelopes) : 17.08.2012 Upto 2.30 PM

4. DATE & TIME FOR OPENING OF

THE TENDER (Technical bid only) : 17.08.2012 AT 3.00 PM

5. EMD (to be deposited with the tender in

the technical bid) : Rs. 36,00,000/- (Rs. Thirty Six Lac

only) by Demand draft only in

favour of RCDF Ltd., payable at Jaipur.

The detailed terms and conditions of the tender are contained in the Tender document.

1. Name and full address of the firm

Submitting the tender (In block letters) ___________________________________

___________________________________

___________________________________

Phone No. ……………………. Mobile No. ……………………. Fax No. …………………………

Page 6: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

6

2. Addressed to : R.C.D.F. Ltd.,

Saras Sankul

J. L. N. Marg

JAIPUR-17

3. Income tax PAN no. : ________________________________

4. Last 3 years Income Tax clearance : Either in original or photocopy

or returns certificates duly attested are to be

enclosed.

5. Status of tenderer (tick mark only) : Individual/ HUF/ firm/ company (Specify the

details in enclosed section– I)

6. Earlier experience in this field (if any) : Enclose the document/s.

7. Name of the person/s authorized to : An attested photocopy of power of

negotiate and sign the contract attorney issued by all partners/director

(Designation / status in the firm) in favor of nominated person to be encl.

8. Before making any change in constitution of the firm will be intimated to the R.C.D.F. LTD.,

Jaipur for their approval.

9. The tender fee of Rs. 10,000/= ( Rs Ten Thousand only ) cash / DD has been deposited vide

cash receipt no._________dated___________.

10. I / We agree to abide by all the terms & conditions mentioned in the Tender Notice issued by

the General Manager (DPM),RCDF Ltd., Jaipur and the other conditions annexed with the

tender form, all the pages of which have been signed by me / us in token of my / our

acceptance of the terms & conditions mentioned therein.

11. The EMD deposited vide demand draft no.______________dated__________ issued by

bank______________________________________of Rs. 18,00,000/= (Rs. Eighteen Lac

only) in favor of R.C.D.F. Ltd., Jaipur to cover earnest money (No interest will be payable on

EMD).

12. Details of the Bankers:

13. VALIDITY: The validity of offered rate will be 120 days from the date of opening / final

bid (withdrawal of offer with in which by me / us shall to be forfeiture of the EMD).

14. COMPANY PROFILE: The tenderer must enclose their company profile and financial

status (Enclose latest balance sheet, current assets / liabilities, working capital) along with

tender form. It should also include details like location of production unit, make & capacity

of production and service equipments, technical manpower and other facilities available.

Page 7: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

7

Notes:

1. Please do not change the format/language and cut/add any items otherwise the

tender would be rejected.

2. Proofs and supporting documents of all the points must be enclosed and filled in the

checklist.

3. Any clarification w.r.t. tender‟s terms & conditions can be obtained during office

hours on all working days from this office prior to submission date of tender

4. All rates quoted must be FOR destination. IF RST/CST / excise is/are exempted,

than exemption certificate (s) is/are to be enclosed.

5. Rates in “Price Bid” as per Annexure-1 shall be written both in words and in

figures. There should not be errors and or overwriting. Correction if any, should be

made clearly and initialed with dates.

6. Tenderer has to submit the Technical Bid and Price Bid Separately in sealed

envelopes super scribing with Technical Bid and Price Bid.

a. EMD and all required enclosures along with duly signed General Terms &

Special Terms & Conditions should be submitted along with “Pre-

Qualification Bid”.

General Manager (Proj. & DPM)

Page 8: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

8

(i)

SPECIAL NOTES – Section - I

1. EARNEST MONEY :

The tenderer is required to submit EMD as mentioned in the tender document in a

separate envelop only in form of Demand Draft in favour of Rajasthan Cooperative

Dairy Federation Limited, Jaipur.

2. BIDS IN TWO PARTS :

Bids are required to be submitted in two parts - Part-I & Part-II as described below:

2.1 The first part (Part-I) of the bid shall contain 2 separate sealed envelopes. In one

envelope EMD in form of DD/Bankers cheque as specified shall be placed. This

envelope should be super-scribed as “Part-I EMD only”. The second envelope of

the first part shall contain technical bid only. The envelope should be duly sealed

and super-scribed as “Part-I Technical Bid only”. At the time of the opening of the

tender first EMD DD envelope shall be opened and EMD shall be verified in

accordance to tender If EMD DD is not enclosed in a separate envelope and not

found in accordance to tender document the tender of such party shall be

rejected summarily.

2.2 The second part (Part-II) shall be placed in third separate envelope. It shall contain

financial bid/price bid. The envelope should be duly sealed and super-scribed as

“Part-II Price Bid only”

2.3 After verification of EMD DD deposit Technical bids shall be opened and EMD

details & technical details read out to the bidder‟s representatives. Price bids shall

not be opened immediately. After scrutiny of the technical bids, the clarifications, if

any, will be obtained from the bidders during the technical discussions. In case it is

necessary to obtain revised prices from the bidders the same shall be done by

asking all the concern bidders to submit the revised price bids in sealed covers, and

the earlier price bids will become invalid. In case all the tenderers submit the price

bids on the same day after freezing of technical requirements the bids shall be

opened on the same day. In case one or more of the eligible tenderers, consequent

to technical discussions and technical details frozen, desire to revise their price bid,

they can do so on the same day or at the most the next working day of the technical

discussions and the bids in such event shall be opened on the next day in the

presence of such representative of the tenderers who wish to be present. Normally

one representative of participating bidder will be allowed.

Page 9: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

9

3. ELIGIBILITY & QUALIFICATION CRITERION:

The information required for Eligibility & Qualification Criterion should be provided

by the tenderer in the Criterion sheet at Page No. (iii) of Special Note and formats

(ii) prescribed under Section I, Section II (Schedule I and Schedule II), Section III by

enclosing order copies, performance certificates and other relevant documents in

support of their version. Incomplete information & documents or information not

furnished in the prescribed formats will make the tender liable for rejection

without any further reference to the tenderer. It is therefore enjoined upon all

tenderers to furnish complete information in the prescribed formats with supporting

documents in the very first instance.

4. The tenderers are advised to depute their authorized representative for the technical

discussions on the date and time as informed by the RCDF. The bids of the tenderers,

who fail to depute their representative as above shall be liable for rejection.

5. PRE BID CONFERENCE:

Pre bid conference dates as notified in tender document. The tenderers can seek any

clarifications in the Pre-bid conference.

Page 10: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

10

(iii) COMPARATIVE STATEMENT OF ELIGIBILITY & QUALIFICATIONS

CRITERION

SPECIAL NOTES – Section - II

Statement/Check List of important documents to be submitted by each tenderer

(Each tenderer is required to fill up the form and enclose the required document failing which

the tender will become liable for no further consideration/evaluation) Sr.

no.

Particulars YES

or

NO

If yes please

indicate

page no

1 Power of attorney

2 Whether manufacturer (Yes/No)

If no, whether manufacturer‟s authorization form enclosed as per Section I.

3 Whether experience in past performance on works of similar nature within

the past five years submitted as per Schedule-I of Section-II. (Attach copies of

purchase order and performance certificates)

4 Whether details of current work in hand and other contractual commitments

submitted as per Schedule-II of Section-II. (Attach copies of purchase order)

5 Whether P&L statement and balance sheet and auditor‟s report submitted for

last three years.

6 Whether information regarding current litigation submitted.

7 Is the bidder in business of the jobs tendered for a minimum period of five

years at the time of bid opening? (Attach copy of registration of the firm.)

8 What is the bidders annual financial turn over during last three years?

1st preceding year

2nd

preceding year

3rd

preceding year.

9 Has the bidder completed / having in hand, three projects or above of similar

nature during the last five years.

10 Whether a copy of IT clearance/returns submitted for the previous three years.

11 Whether a copy of valid Sales Tax Registration for the tendered item

submitted.

12 Whether a copy of Sales Tax clearance/returns submitted for the previous three

years.

13 Whether Solvency Certificate equal to three months requirement of cash flow

at the peak execution period for the project submitted.

14 Payment terms accepted (Yes/No).

15 Sealed and signed tender document & specifications in original enclosed

(Yes/No).

16 EMD Details:

DD No…………………. dated ………………. For Rs. ……………..

17 Correspondence address ________________________________________

____________________________________________________________

____________________________________________________________

Ph. No. ……………… Fax No. …………. Mobile No. …………………

Signature of tenderer

Page 11: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

11

Rajasthan Co-operative Dairy Federation Limited “Saras Sankul” J.L.N. Marg, Jaipur-302 017

Phone No.2702501 : Fax 2710209 : Website : www.sarasmilkfed.coop : E-mail: [email protected]

No. RCDF/DPM& Proj./(P-2901)/2011-12 Dated 04.01.2012

INDEX

1. SCHEDULE-I PAGE NO.

1.1 SPECIAL NOTES 6-7

1.2 ELIGIBILITY & QUALIFICATIONS CRITERION SHEET 8

1.3 SYNOPSIS OF TENDER 11-12

1.4 GENERAL TERMS & CONDITIONS 13-28

1.5 ANNEXURE – I : Form of Tender for quoting rates.

Part A 29-34

Part B 35-40

1.6 ANNEXURE – II : Form of Bank Guarantee for 30% 41-42

advance payment.

1.7 ANNEXURE – III : Form of agreement required to be 43-45

submitted by the supplier

1.8 ANNEXURE – IV : General terms & conditions which 46-49

will form an integral part of

Purchase Order.

1.9 ANNEXURE – VI : Performa of Bank Guarantee for 50-51

releasing 10% balance payment.

1.10 ANNEXURE – VII : Eligibility & Qualifications Criterion 52-58

2. SCHEDULE – II : Detailed technical specification. 59-155

Sub Section – I : Project Information

Sub Section – II : Basis of Design and Design Data

Sub Section – III : Process Flow Description

Sub Section – IV : Technical Data & Information to be Provided by the Bidder

Sub Section – V : Project Management

Sub Section – VI : Scope of Work

3. SCHEDULE – III : General Terms and Conditions of

Erection Testing & Commissioning 156-195

7. SCHEDULED – IV : Site Layout, Equipment Layout 196-200

and Flow Diagram

8. LAST DATE & TIME OF ISSUE OF TENDER As per NIT published in

newspaper / Website

Page 12: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

12

9. LAST DATE & TIMEOF RECEIVING TENDER: As per NIT published in

newspaper / Website

10. DATE & TIME OF OPENING TENDERS As per NIT published in

newspaper / Website

11. ADDRESS FOR COMMUNICATION : As given above

12. PLACE OF OPENING : HEAD OFFICE,

Rajasthan Co-operative Dairy

Federation Ltd,(Purchase Cell)

“Saras Sankul”, J.L.N. Marg,

JAIPUR – 302 017.

9. TENDER ISSUE TO : M/s.____________________,

________________________,

________________________.

Page 13: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

13

SYNOPSIS OF THE TENDER

1.0 Purchaser : The Rajasthan Co-operative Dairy Federation Ltd., Jaipur

Saras Sankul, Jawaharlal Nehru Marg, Jaipur

2.0 Contact : Phone No: 0141-2702501-508, Telefax: 0141-2710209, 0141

2702135 Website: www.sarasmilkfed.coop,

E-mail: [email protected]

3.0 Job : “Design, Supply, Installation, Testing and Commissioning of 150

TPD cattle feed plant (expandable up to 300 TPD) on Turnkey

Basis” each at Lambiyankalan District Bhilwara & proposed site

at village Hathalai (Gundoge) District Pali (Raj).

4.0 Exclusions : All Civil works, Workshop Tools & Machines, Sanitary

Installation, Water Disposal, Fire Extinguishers, Water Hydrants ,

Environmental Works, Access Roads, Overhead tank for raw water,

Laboratory Glassware, Chemicals & Equipment, Workshop tools,

furniture, Telephone & Intercom Systems, HT Electricals,

D.G. Sets, Steam generation plant, HP steam piping, PRS, By-

pass protein plant, Water Handling equipment, piping , Water

Softener, Electronic weighbridge

5.0 Eligibility : i. The bidder should have completed/ having in hand at least three

projects of similar nature capacity 150 TPD or above cattle feed

plants in the last five years.

ii. The bidder‟s annual financial turnover in the same name and style

during the last three years shall not be less than Rs. 20 crores in

each year. iii. The bidder should have in house manufacturing setup for the

Cattle Feed plant & machineries and their spare parts.

6.0 Completion : Supply, Erection Testing & Commissioning within Six months 7.0 Automation : Automation scope starts from the dumping of Raw material in Raw material godown and till bagging conveyer 8.0 Payment : For Supply of equipment

30% advance against Bank guarantee 60% after supply of equipment and inspection at site. 10% after completion of job & against performance BG

For Erection & Commissioning

10% advance against Bank guarantee 80 % after erection, commissioning & completion of trial runs 10% after completion of job & against performance BG

Page 14: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

14

9.0 Liquidated damages : 0.5% per week beyond the contract period & maximum

upto 5% of the contract value.

10.0 Bid submission : In Two Parts –

Technical Bid in Envelope No. 1 which shall include

i. Earnest Money deposit

ii. All technical details of equipment to be supplied, literature,

job completion certificates, tax clearance / returns filed and

other documents as per the requirements given in the tender

iii. All other qualifying documents

Commercial Bid in Envelope No. 2 which shall include

i. Tender Form ( as given on page) giving full details of prices of

supply and erection including all taxes & duties.

ii. Terms and conditions

iii. Price break up of all the equipment to be supplied as per Annexure - I.

Both Envelopes to be placed in separate envelope clearly Indicating Technical bid & Price bid

11.0 Bid validity : 120 days from the date of opening of bids

Page 15: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

15

GENERAL TERMS AND CONDITIONS

PREFACE:

The Rajasthan Co-Operative Dairy Federation Limited, Jaipur hence forth termed as

R.C.D.F. LTD., invites the sealed competitive bids from the technically & financially sound

individual / HUF / firm / Company for “DESIGN, SUPPLY, INSTALLATION, TESTING

AND COMMISSIONING OF 150 TPD CATTLE FEED PLANT (EXPANDABLE UP TO

300 TPD) ON TURNKEY BASIS” EACH AT LAMBIYANKALAN DISTRICT BHILWARA

& PROPOSED SITE AT VILLAGE HATHALAI (GUNDOGE) DISTRICT PALI (RAJ

The Managing Director, Rajasthan Co-operative Dairy Federation reserves the right to reject

any or all the tenders in full or part thereof, which in his opinion justifies such action without

further explanation to the tenderers.

SPECIAL TERMS & CONDITIONS OF TENDER AND CONTRACT:

1. SUBMISSION OF TENDER:

The tenders should be sent by Registered post with acknowledgement due so as to reach the

Managing Director, Rajasthan Co-operative Dairy Federation Ltd., “Saras Sankul”, J.L.N.

Marg, Jaipur-302 017 not later than the time and date mentioned in the NIT published.

Alternatively the tenderers or their agents can also submit their tenders personally at the office

of the Managing Director, Rajasthan Co-operative Dairy Federation Ltd., “Saras Sankul”,

J.L.N. Marg, Jaipur-302 017 and obtain the acknowledgement latest by the time and date

mentioned in the NIT published.

1.1 Technical & Financial bids to be submitted in two separate properly sealed envelopes

marked Technical & Financial as the case may be on the left corner of the envelopes

Tender for “DESIGN, SUPPLY, INSTALLATION, TESTING AND

COMMISSIONING OF 150 TPD CATTLE FEED PLANT (EXPANDABLE UP TO

300 TPD) ON TURNKEY BASIS” EACH AT LAMBIYANKALAN DISTRICT

BHILWARA & PROPOSED SITE AT VILLAGE HATHALAI (GUNDOGE)

DISTRICT PALI (RAJ). The technical bids should contain the DD for EMD and

photocopies of work orders executed by tenderers in the past five year, in absence of

which tender should be technically disqualified. The financial bids should be given in

sealed separate envelope and also marked financial on the envelope. Financial bids

shall be opened only after due evaluation of the technical bids.

1.2 No responsibility shall be taken for premature opening of the tender, which is not

properly addressed and identified.

1.3 The tenderer whose tender is accepted (hereinafter called the supplier/contractor) will

be required to furnish security for the due fulfillment of his contract in the form of a

bank demand draft of 5% of the contracted value (F.O.R. site). This bank Demand Draft

of Nationalized / Scheduled Bank drawn in favour of Managing Director, RCDF Ltd,

Jaipur is to be submitted within a period of 10 to 15 days from the date of placement of

Purchase Order. The EMD amount shall be adjusted in the aforesaid security. No

interest shall be paid for the security money deposit for the period during which it (the

security money) lies in deposit with the RCDF Ltd.

Page 16: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

16

In case the contractor/ supplier complete it contractual obligations expect for

performance of equipment for which 10% amount is deducted / retained while

processing payment against supply or erection. The security deposit can be refund at

such point of time as may be decided by the Purchase section at its sole discretion.

All compension or other sums of money payable by the contractor to Rajasthan

Cooperative Dairy Federation Ltd, Jaipur under the terms of this contract may be

deducted from, or paid by the sale of a sufficient part of his security deposit or from

any sums which may be due or may become due to contractor by the Rajasthan

Cooperative Dairy Federation Ltd, on any account whatsoever, and in the event of his

security deposit being reduced by reason of any such deduction or sale as aforesaid,

the contractor shall within ten days thereafter make good in case endorsed as

aforesaid any sum of sums which may have been deducted from or raised by sale of

his security deposit or any part thereof.

1.4 The counter terms & Conditions will not be accepted and as such no additions/

deletions or alternation in the tender form should be done. In such case tender document

may be liable to reject.

1.5 The tenderer shall be deemed to have carefully examined the terms & conditions,

specifications, size, make and drawing etc. In case of any doubts as to the meaning of

any portion of these conditions or of the specification, drawing etc. he shall before

filling the tender form and signing the contract, refer to the competent authority and get

clarifications.

1.6 The tenderer shall, invariably, furnish complete address of the premises of his office,

godown and workshop together with full name and complete address, telephone no.,

FAX no., Mobile no. of the person/s who is to contacted for the purpose. All

correspondence sent on the given address shall be deemed to be properly served.

1.7 The contractor shall not sublet his contract or any substantial part thereof to any other

agency/ person / firm/ establishment.

1.8 The contractor shall have to submit all related formalities in case of firm/ company like

partnership deed / memorandum and articles of association, registration certificate, bank

guarantee, PAN no. etc along with this tender-form. Any change in constitution of the

firm shall be intimated to RCDF Ltd., for approval.

1.9 The tenderer should sign the tender form at each page at the end in token of the

acceptance of all the terms & conditions of the tender.

1.10 The RCDF Ltd., reserves the right to accept any tender and reject any tender in whole or

part without assigning any reason thereof. Order can be placed for whole or part of the

job to the tenderer at the absolute discretion of the RCDF Ltd.

1.11 Any discrepancy in filling the tender/ incomplete tender form shall make the tender

liable to be rejected.

1.12 General Terms & Conditions for contract are annexed with the tender document which

forms as integral part of the contract.

Page 17: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

17

2.0 GENERAL TERMS AND CONDITIONS

2.1 The tender thus prepared should be put in properly sealed double cover in two separate

envelopes marking clearly technical bid and financial bid and super scribed giving

the tender reference number and date of opening. The covers should bear address of

Rajasthan Co-operative Dairy Federation, “SARAS SANKUL”, Jawahar Lal Nehru

Marg, JAIPUR – 302017. Only one tender should be kept in cover. In case more than

one tender is kept in a cover, all the tenders thus kept shall be liable to be ignored.

2.2 The tender must be submitted in the three envelopes method as specified in

special notes.

2.3 The tender thus prepared should be put in properly sealed cover and super-

scribed giving the tender reference number and date of opening. The covers

should bear address of Rajasthan Co-operative Dairy Federation Ltd;

Jaipur. Only one tender should be kept in one cover. In case more than one

tender is kept in a cover, all the tenders thus kept shall be liable to be

ignored.

2.4 No responsibility shall be taken for the premature opening of the tender which is

not properly addressed and identified.

2.5 No telegraphic/telephonic/telex/Fax tenders shall be considered. However, any

amendment sent by telegram/telex/Fax to the tender already submitted shall be

considered, provided it is received before the due date and time for opening of the

tender and it is confirmed in writing by post.

2.6 LEGAL COMPETENCY OF SIGNING THE TENDER

Individual signing the tender or other documents connected with this tender must

specify whether he signs as:

a) “Sole Proprietor” of the firm or constituted attorney of such proprietor.

b) The partner of the firm, if it is a partnership firm in which case, he must have

authority to refer to arbitration disputes pertaining to business of the partnership

either by virtue of the partnership deed or by holding the power of attorney.

c) Constituted attorney of the firm, if it is a Company.

NOTE:

1) In case of (b) above, a copy of the partnership deed or general power of attorney duly

attested by a notary public should be furnished or any affidavit on stamp paper of all the

partners admitting execution of the partnership deed or the general power of attorney

should be furnished.

Page 18: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

18

2) In case of partnership firms, where no authority to refer disputes concerning to the

business of the partnership has been conferred on any partner, the tender and all other

related documents must be signed by every partner of the firm.

3) A person, signing the tender form or any documents constituting an integral part of the

contract, on behalf of another shall be deemed to warranty that he has authority to bind

such other and if, on enquiry it appears that the person so signing has no authority to do so,

the buyer may without prejudice to other civil remedies, terminate the contract and hold

the signatory liable for all costs and damages.

2.7 EARNEST MONEY DEPOSIT

2.7.1 Earnest money amounting to Rs. 36,00,000/- (Rupees Thirty Six Lacs only) must

accompany the tender. The earnest money shall be required to be paid by a crossed

demand draft in favour of Managing Director, Rajasthan Co-operative Dairy Federation

Ltd., drawn on any scheduled or Nationalized bank in India, payable at Jaipur. The

tenders accompanied by cheques instead of demand draft towards earnest money will

not be considered. Earnest money shall have to be paid according to the items offered

by tenderers covering the total quantity required for all the projects.

2.7.2 Any tender which is not accompanied by earnest money deposit will be summarily

rejected. Earnest money of unsuccessful tenderer will be returned within 120 clear days

from the date of opening of the tender.

2.7.3 No interest shall be paid for the earnest money deposit for the period during which it

(the earnest money) lies in deposit with the Rajasthan Co-operative Dairy Federation

Ltd.

2.8 The tenderers should state herein the complete address to which the orders, notices and

further correspondence pertaining to the tender and agreements are to be sent. Any

correspondence made by the RCDF/milk union at the address given herein shall be

deemed to have been delivered to the party notwithstanding that such correspondence

may not in fact have been delivered. Any change in the address thereafter must be

notified to the Managing Director, Rajasthan Co-operative Dairy Federation Ltd., Jaipur

and the concerned milk unions and a copy in confirmation of RCDF/milk union having

recorded change in address be obtained in writing from RCDF/milk union. In absence

of such confirmation the correspondence made on the address given herein shall be

valid once the confirmation is issued by RCDF/milk union subsequent correspondence

shall be sent to the new notified address.

Address_______________________ Telegraphic Address_________________

_____________________________

Phone No./ _________________________

Mobile no.____________ Fax No.__________ E-mail________________

Name of contact Person:_______________________.

Page 19: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

19

2.9 The tenders received shall be opened on the date and time given in the N.I.T. at the

Office of the Managing Director, Rajasthan Co-operative Dairy Federation Ltd., Jaipur.

The tenderers or their accredited agents will be allowed to be present at the time of

opening of the tender.

2.10 Negligence on the part of tenderer in preparing the tender confers no right to withdraw

the tender after it has been opened.

2.11 The specifications, conditions, schedules drawing of the tender constitute an integral

part of the tender.

2.12 All tenders in which any of the prescribed conditions are not fulfilled or which have

been vitiated by errors in calculations totaling, or other discrepancies or which contain

overwriting in figures or words or corrections not initialed and dated will be rejected.

2.13 In the place of substantial non conformity with the specifications or if it contains any

inadmissible reservations seen or otherwise, in contravention to the sprit and latter of

the tender documents, such tenders shall be summarily rejected.

All compensation or other sums of money payable by the contractor to Rajasthan Co-

operative Dairy Federation Ltd. under the terms of this contract may be deducted from, or paid

by the sale of a sufficient part of his security deposit or from any sums which may be due or

may become due to the contractor by the Rajasthan Co-operative Dairy Federation Ltd. on any

account whatsoever, and in the event of his security deposit being reduced by reason of any

such deduction or sale as aforesaid, the contractor shall within ten days thereafter make good in

cash endorsed as aforesaid any sum or sums which may have been deducted from or raised by

sale of his security deposit or any part thereof.

2.14 No refund of tender fee is claimable for tenders not accepted or Forms returned or

tenders not submitted.

1.0 SCOPE OF TENDER.

3.1 Supply :

1. The scope of this tender shall include only the design, fabrication, supply, erection,

testing & commissioning of the cattle feed manufacturing plant required for producing

150 Tons per day balanced cattle feed with a provision to expand the plant to 300 TPD.

The equipment shall include mainly intake conveyors, storage bins, auto batching,

grinding, molasses storage tanks, silos, mineral mix plant, molasses mixing, pelleting,

bagging, aspiration systems, air compressor and LT electrical. The scope of the bidder

shall necessarily include the supply as well as erection and commissioning. Any bid for

part job will be summarily rejected.

2. The plant will be installed on the fabricated MS structure and covered with the pre-

coated sheets and fitted with lighting and lightening arrestor by the bidder.

3. All the civil works, foundations, water, steam, molasses and electrical power shall be

provided by the Rajasthan Cooperative Dairy Federation Ltd., Jaipur.

4. The Tenderer shall be responsible for developing the conceptual layout and flow

diagram to ensure automatic operation of the plant with minimum investment.

5. Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry

Page 20: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

20

out all minor works necessary to achieve the rated capacity of the plant even though

they might not have been expressly mentioned in the tender document.

6. All the equipment to be supplied will have to be manufactured as per the standard

specifications adopted by the cattle feed industry in the country.

7. This contract will be “Fixed Rate Contract” and the contractor will have to supply the

equipment and complete the erection and commissioning within the agreed contract

value and no escalation of prices will be allowed.

8. It is absolutely essential to complete the job of design, fabrication, supply, erection and

commissioning of cattle feed plant within six months from the date of signing the

contract and receipt of advance.

9. The tenderer is advised to visit to site so as to apprise himself of actual site condition

and quantum of work involved. Civil work at site already commenced and tenderer

should plan with consideration of actual site condition.

3.1.1 Erection, Testing & Commissioning:

The tenders shall erect/install the equipment in accordance with the General terms &

Conditions, special terms and conditions, specifications stipulated in Schedules of the tender.

4.0 TURN – KEY CONTRACT This is a turn - key project. All necessary material which may be required for the successful completion of the project falls in the scope of the work. Cost of installation for any addition or deletion in quantities will be calculated based on the unit prices indicated. If any extra quantities of quoted items are needed then the tenderer shall supply those at the quoted unit price. If any extra item (s), not included in the tender but required for successful completion of the work, the same will be either supplied by the RCDF/Milk Union and erected by the tenderer or supplied and erected both by the tenderer at mutually agreed rates considering purchase price, taxes and handling charges etc. Necessary ESI/PF deductions, wherever applicable shall be borne by the tenderer.

The requisite approval form Chief Electrical Inspectorate, Government of Rajasthan must be

obtained by the tenderer and the actual payment shall be reimbursed by RCDF/Milk Union

against production of original documents.

The tenderers are required to give the price bid for all items section-wise in the same faction as

of Part – A showing the F.O.R. unit rate for supply as well F.O.R. unit rate installation, testing

& commissioning as well the total cost.

In addition to the standers mentioned, all works shall also conform to the requirements of the

following for which necessary certifications of the concerned departments are to be obtained

and submitted to the concerned Milk Union/RCDF:-

a. Indian Electricity Act and rules framed there under.

b. Fire, Insurance and Regulations Act.

c. Regulations laid down by the Chief Electrical Inspector of the State/State Electricity

Board.

Page 21: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

21

d. Regulations laid down by the Chief Inspector of the Factories & Boilers of the State.

e. Regulations laid down under the Explosive Act.

f. Regulations as per Weight and Measure Act.

g. Pollution Control Board of Rajasthan.

h. Bureau of Indian Standards

i. Any other regulations laid down by the local authorities.

Applications under various Acts should be moved through MD, Union well in advance so that

operation of the plant could be started as per rules and regulations from the day one after

handing over the plant. However, actual fee and other charges deposited with the government

authorities will be reimbursed to the Contractor after production of receipt.

5.0 BID PRICES

5.1 The price should be quoted on the basis of F.O.R. site inclusive of all taxes. All taxes are to

be built up in the financial bid part as on 09.02.2012 and are to be shown separately. Any

addition/deletion/variation in taxation or future taxes leveled by the State or Central Govt.

beyond this date shall be born by RCDF/Concerned Unions. It should be absolutely clear

that any tax applicable as on 09.02.2012 but not considered by the tenderer while

submitting financial bid shall be deemed to have included in the rate offered by the

tenderer.

The bidder shall quote for the total package of Design, Fabrication, Supply, Erection,

Testing & Commissioning on the Turn key basis. The prices quoted under different heads

should be grouped as under. Supply - Including packing, forwarding, taxes & duties, freight, loading & unloading at site

and insurance etc. Detailed price break and list of equipment as given under Annexure – I

should be submitted in Commercial Bid, i.e. Envelope – 2 Erection & commissioning – Labour charges including service tax should be given for all the

equipment and the steel structure as per the list given under Annexure – I should be submitted

in Commercial Bid, Envelope - 2 Discount if any should also be indicated separately. The bidders‟ separation of price

components as above will be solely for the purpose of facilitating the comparison of bids by the

purchaser and will not in any way limit the purchasers right to contract on any of the terms

offered.

5.2 FIXED PRICE:

Prices quoted by the bidder shall be fixed during the bidder‟s performance of the contract and not subject to variation on any account .

5.3 PRICE OF SPARE PARTS:

All the bidders are required to submit the list of spares with rates. In case of bought out

Page 22: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

22

items a list giving full particulars, including available sources and current prices, of all

spare parts, special tools, etc. which are necessary for the proper and continuing

functioning of the plant for a period of two years should be furnished. These prices should

be valid, for acceptance by the purchaser and placement of orders, for one year from the

date of bid opening.

5.4 The prices thus quoted by firm, free from all escalations and valid for a period of 120 clear

days from the closing date of the tender.

5.5 All the tenderers should quote for supply of equipment in fully fabricated and

assembled condition.

5.6 BREAK – UP PRICES All the bidders shall furnish the cost separately for the supply and

installation/commissioning along with detailed cost break-up (item-wise), which will be

applicable for progressive payments. Items and works for which no break-up price is

furnished by the bidder will not be paid for by the purchaser when supplied/executed and

shall be deemed covered by other break-up prices. Such break up cost should be based on

ex-works cost and percentage of ex-works cost should be indicated separately for packing

and forwarding, transportation, insurance and other incidental charges, erection and

commissioning on percentage basis for each item.

5.7 Sales Tax/Entry Tax :

The Sales Tax, Entry Tax, Surcharge and any other type of taxes prevailing upto date of

submission of the rates must be included in the net rate. This however should be shown

separately, so that in the event of any subsequent change in these charges by the Government

(State or Central), the same will be considered for increase/decrease over the net rates.

Wherever possible C/D forms shall be issued to avail concessional rates of the Central/State

Tax. The Entry Tax, if applicable, should be included where the supplier belongs to outside

Rajasthan and Purchase Order/RAL placed on outside Rajasthan. The tenderer must also

indicate the details of Sales Tax Registration and the number allotted to them by Sales Tax

authorities.

5.8 Octroi :

Octroi duty, if applicable at the destination shall be paid extra on all dispatches made from

the suppliers works/warehouses to the point of destination.

5.9 Excise Duty :

Excise duty or surcharge prevailing upto the date of submission of the rates must be included

in the net rate. This however, should be shown separately, so that in the event of any

subsequent change in these charges by the Government (State or Central), the same will be

considered for increase/decrease over the net rates. However, the increased excise duty due

to change in slab on higher turnover shall be payable by the tenderer.

Page 23: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

23

5.10 Service Tax:

The Service Tax and Surcharge prevailing upto date of submission of the rates must be

included in the net rate. This however should be shown separately, so that in the event of any

subsequent change in these charges by the Government (State or Central), the same will be

considered for increase/decrease over the net rates.

5.11 Unloading charges at site –

For supply order the price should exclude unloading charges. However for installation

contract the price must include these charges.

5.12 If the price for reasons of change in statutory taxes and duties by Government taking place

during the period of bid finalisation or during the normal delivery period envisaged in the

Purchase Order/Contract.

6.0 (a) The material/equipment/machinery offered must be securely packed at the cost of the

suppliers to withstand tough handling enroute by road/rail/air. Packing should be

provided with protective lining to avoid damage to the surface of the packing and the

items packed inside.

(b) Marking :

Each package delivered under this tender shall be marked by the suppliers at their own

expenses. Such markings shall be distinct and should bear the following:

(i) Name of the supplier.

(ii) Details of the items in the package.

(iii) Weight gross, net and tare.

(iv) Name and address of the consignees as mentioned in the Purchase Order.

Marking shall be carried out with such a material as may be considered necessary as

regards quickness of drying, fastness and indelibility.

7.0 Insurance :-

The supplier shall arrange insurance coverage, according to the dispatch instructions

issued by Rajasthan Co-operative Dairy Federation Ltd., Jaipur and the supplier should

cover all dispatches. However, to avoid any complications that may arise at the time of

settlement of claims by the underwriters for the transit losses it is proposed that the

insurance coverage shall be arranged by the supplier as under :

(a) The insurance coverage shall have to be arranged commencing from their

warehouse/works to the warehouse of the buyer (All Transit risks).

(b) Suppliers are requested to take insurance with any Nationalised Insurance

Company.

(c) The cover provided by the insurance shall be in such amount so as to allow

complete replacement for any item lost or damaged.

Page 24: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

24

8.0 Guarantee :-

The supply of equipment as well as installation, if entrusted shall have to be carried out by the

supplier to the entire satisfaction of the buyer. The supplier shall also guarantee to

repair/replace without any extra cost, the items or parts there of if found defective due to

defective design, workmanship or substandard material brought to the attention within 12

calendar months from the date of satisfactory commissioning or within 24 months from the

date of receipt of material at site, whichever is earlier. If it is necessary to send the defective

equipment or parts thereof for repair/replacement the cost of loading, unloading, repacking

and transportation from the site to works and back to site shall have to be borne by the

supplier. The guarantee however does not cover any damage resulting from normal wear and

tear or improper attendance or mishandling of the equipment by the buyer/his authorised

representatives.

The contractor shall have to guarantee the complete installation for satisfactory performance

for a minimum period of one year from the date of commissioning of the plant. Any defect

arising out of faulty erection/installation or use of substandard material or workmanship shall

have to be rectified by the contractor at his own cost.

8.1 Warranty :

All the suppliers shall provide a warranty for a minimum period of 12 months from the date

of commissioning of the equipment for the satisfactory performance of the equipment

supplied to the designed/rated/installed capacity or any other norms fixed by the buyer.

Also, they should provide a warranty for the period as stated above to the effect that

supplier shall alone be responsible for all the litigations/disputes/claims and other legal

complications that may arise in connection with the patent rights design rights and the

rights of ownership of the materials.

8.2 Right to operate & use unsatisfactory material or equipment :

If after delivery, acceptance and installations and within the guarantee period, the operation

of use of materials or equipment proves to be unsatisfactory to the buyer, he shall have the

right to continue to operate or use such materials or equipment until rectifications of defect,

errors or omissions by repair or by partial replacement can be made without interfering with

the buyer‟s operation.

9.0 Terms of Payment :

Following terms of payment would be applicable to this order subject to supplier/ contractor

having furnished security deposit for 5% of the F.O.R. order value for the due fulfillment of

this contract in form of cash/DD in accordance with the Clause No.1.3 of the tender

document. In case the contractor/supplier completes its contractual obligations before 12

months the cash/DD deposit can be refunded before 12 months at the sole discretion of RCDF

before aforesaid period of 12 months.

Page 25: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

25

9.1 For supply of material :-

30% of the ex-works order value (basic cost) shall be paid on acceptance of the order subject

to the supplier furnishing a Bank Guarantee valid for 12 calendar months from the date of

guarantee for an equivalent amount from a scheduled or Nationalised Bank in the enclosed

proforma given at Annexure-II. The Bank Guarantee can be released by RCDF once the

advance is fully recovered/adjusted. The execution of agreement in the format at Annexure-

III is also a precondition for clearing advance.

60% (90% in case of the supplier/contractor who has not taken advance) on safe receipt of

the equipment ordered at site but not later than 45 days from the date of receipt of the

equipment at site.

The 10% of the FOR site value shall be paid within 12 calendar months from the date of

commissioning or 24 months from the date of receipt of the same at site, whichever is

earlier. However the balance 10% will also be released, if so desired by the supplier,

provided the supplier furnishes a Bank Guarantee from a Scheduled or Nationalised Bank for

the 10% value valid for a period of 12 calendar months from the date of issue of Bank

Guarantee in the proforma enclosed.

9.2 For Erection :-

90% on submission of progressive bills duly certified by the authorised representatives/Site

Engineer of RCDF and balance 10% within 12 months from satisfactory commissioning of

the equipment. However, the balance 10% will also be released, if so desired by the supplier,

provided the supplier furnishes a Bank Guarantee from a Scheduled or Nationalised Bank for

the 10% value valid for a period of 12 calendar months from the date of issue of Bank

Guarantee in the proforma enclosed.

10.0 DELIVERY SCHEDULE OF ITEMS

(a) Bidders should submit a detailed item wise delivery schedule keeping in view the

completion period of the contract. Such items shall be grouped under monthly

delivery schedule with total value of such items. This will facilitate for ensuring the

cash flow requirement for the project.

(b) The delivery time given in the contract is to be adhered to strictly. For this purpose the

supplier has to inform RCDF the progress made towards fabrication of the items ordered

from time to time during the delivery period. The supplier has to maintain good

progress of work during the delivery period so as to deliver the items ordered in time. It

is essential that RCDF is informed of the quantified progress made by the supplier by

Registered Post once after 1/3rd

of delivery time elapses and again after 2/3rd

of

delivery time elapses. In case RCDF does not receive such progress reports it will

presume that the work has not been taken up by the supplier in the right earnest and that

RCDF in such a situation will be at liberty to withdraw the work order and forfeit the

earnest money as well as security deposit simultaneously. The supplier is therefore

advised strictly to follow this essential condition of the contract.

Page 26: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

26

(c) It may be noted that delay/time taken in release of advance payment whether for

reasons of supplier not furnishing the Bank Guarantee exactly in the proforma given

in this tender document or any other reasons whatsoever, will not affect the

delivery period. Similarly delay in execution of the agreement will also not affect the

delivery period. The tenderer is therefore advised to take note of this important

condition. The successful tenderer should therefore take immediate action for execution

of agreement and submission of bank guarantee of advance, if desired, within 10 to 15

days of placement of purchase order. It normally takes 30 days to release the advance,

subject to submission of B.G. as per our format.

(d) In case of failure by supplier in making deliveries within the time specified, the

Rajasthan Co-operative Dairy Federation Ltd. may procure the materials supplies and

services from any other sources and hold the suppliers responsible for any losses

occurred thereby. Further the Rajasthan Co-operative Dairy Federation Ltd. reserves the

right to terminate the services of such suppliers in such case without assigning any

reasons thereof.

(e) In case supplier fails to supply machinery/equipment in delivery period, interest at the

rate of 19% per annum will be charged on the advance amount from the date by which

delivery fails due to the actual date of supply unless an extension in delivery period is

mutually agreed to by the supplier and RCDF.

11.0 Completion of work :

The entire job of “DESIGN, SUPPLY, INSTALLATION, TESTING AND

COMMISSIONING OF 150 TPD CATTLE FEED PLANT (EXPANDABLE UP TO

300 TPD) ON TURNKEY BASIS” EACH AT LAMBIYANKALAN DISTRICT

BHILWARA & PROPOSED SITE AT VILLAGE HATHALAI (GUNDOGE)

DISTRICT PALI (RAJ).

is to be completed within 6 months from the date of issuing the work order.

It may be noted that delay/time taken in release of advance payment whether for

reasons of supplier not furnishing the Bank Guarantee exactly in the proforma given in

this tender document or any other reasons whatsoever, will not affect the completion

period. Similarly delay in execution of the agreement will also not affect the completion

period. The tenderer is therefore advised to take note of this important condition. The

successful tenderer should therefore take immediate action for execution of agreement

and submission of bank guarantee of advance, if desired, within 10 to 15 days of

placement of purchase order.

In case of failure by contractor in completing the job within the time specified, the

Rajasthan Co-operative Dairy Federation Ltd. Will have liberty to get the job completed

from any other sources and hold the contractor responsible for any losses occurred

thereby. Further the Rajasthan Co-operative Dairy Federation Ltd. reserves the right to

terminate the services of such contractor in such case without assigning any reasons

thereof.

Page 27: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

27

12.0 Compensation for delay :

Clause 1 : The time allowed for carrying out the work as entered in the tender shall be strictly

observed by the contractor and shall be reckoned from the 15th

day after the date of

written order to commence the work as given to the contractor. The work shall

throughout the stipulated period of the contract be proceeded with all due diligence,

time being deemed to be the essence of the contract on the part of the contractor and the

contractor shall pay as compensation an amount equal to half percent or such smaller

amount as the Managing Director, RCDF Ltd. (whose decision shall be final) may

decide on the tendered amount for every week that the work remains un-commenced or

unfinished after the proper date subject to a maximum of 5% of the net value of the

accepted order which remains unexecuted or partially executed.

Clause 2 :-

The Managing Director, RCDF Ltd. may without prejudice to his right against the

contractor in respect of any delay or inferior workmanship or otherwise or any claims

for damage in respect of any breaches of the contract and without prejudice to any

rights or remedies under any provisions of this contract or otherwise and whether the

date for completion has or has not elapsed by notice in writing absolutely determine the

contract in any of the following cases :-

(i) If the contractor having been given by the Officer-in-charge or authorised representative,

a notice in writing to rectify, reconstruct or replace any defective work or that the work is

being performed in an inefficient or otherwise improper or unworkman like manner shall

omit to comply with the requirements of such notice for a period of seven days thereafter

or if the contractor shall delay or suspend the execution of the work so that either in the

judgment of the Officer-in-charge or authorised Engineer (which shall be final and

binding) he will be unable to secure completion or he has already failed to complete the

work by that date.

(ii) If the contractor being a company shall pass a resolution or the court shall make an order

that the company shall be wound up or if a receiver or a manager on behalf of a creditor

shall be appointed or if circumstance shall arise which entitle the court or creditor to

appoint a receiver or a manager or which entitle the court to make a winding up order.

(iii) If the contractor commits breach of any of the terms and conditions of the contract.

(iv) If the contractor commits any acts mentioned in clause 19 hereof.

When the contractor has made himself liable for action under any of the cases aforesaid,

the Managing Director, Rajasthan Co-operative Dairy Federation Ltd. shall have powers :-

a. To determine or rescind the contract as aforesaid (of which termination or rescission

notice in writing to the contractor under the hand of the Managing Director, RCDF Ltd.

shall be conclusive evidence). Upon such determination or rescission the full security

Page 28: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

28

deposit of the contractor calculated on the tendered amount shall be liable to be forfeited

and shall absolutely be at the disposal of Rajasthan Co-operative Dairy Federation Ltd.

b. To employ labour paid by the Federation and to supply materials to carry out the work or

any part of the work debiting the contractor with the cost of the labour and the price of the

materials (of the amount of which cost and price certified by the Officer-in-charge shall

be final and conclusive) and crediting him with the value of the work done in all respects

in the same manner and at the same rates as if it has been carried out by the contractor

under the terms of his contract. The certificate of the Officer-in-charge as to the value of

work done shall be final and conclusive against the contractor provided always that action

under the sub-clause shall only be taken after giving notice in writing to the contractor.

Provided also that if the expenses incurred by the Federation are less than the amount

payable to the contractor at his agreement rates, the difference shall not be payable to the

contractor.

c. After giving notice to the contractors on measure up the work of the contractor and to

take such part there of as shall be unexecuted out of his hands and to give it to another

contractor to complete in which case any expenses which may be incurred in excess of the

sum which would have been paid to the original contractor if the whole work had been

executed by him (of the amount of which excess, the certificate in writing of the Officer-

in-charge shall be final and conclusive) shall be borne and paid by the original contractor

and may be deducted from any money due to him by Rajasthan Co-operative Dairy

Federation Ltd. under this contract or on any other account whatsoever or from his

security deposit or the proceeds of sales thereof or a sufficient part thereof as the case

may be.

In the event of any one or more of the above courses as may be deemed best suited to

the interest of the Federation being adopted by the Managing Director, Rajasthan Co-operative

Dairy Federation Ltd., the contractor shall have no claim to compensation for any loss

sustained by him by reason of his having purchased or procured by him by reason of his having

purchased or procured any materials or entered into any engagements, or made any advances

on account of or with a view to execution of the work or the performance of the contract. And

in case action is taken under any of the provisions aforesaid, the contractor shall not be entitled

to recover or be paid any sum for any work there for actually performed under this contract

unless and until the Officer-in-charge has certified in writing the performance of such work and

the value payable in respect thereof and he shall only be entitled to be paid the value as

certified.

Contractor remains liable to pay compensation if action not taken under Clause 3.

Clause 3 :-

In any case in which any of the powers conferred by Clause 3 hereof shall have become

exercisable and the same shall have not been exercised, the non-exercise thereof shall not

constitute waiver of any of the conditions hereof, and such power shall notwithstanding be

exercisable in the event of any future case of default the contractor for which by any clause or

clauses hereof he is declared the contractor for which by any clause or clauses hereof he is

declared liable to pay compensation amounting to the whole of his security deposit and the

liability of the contractor for past and future compensation shall remain unaffected.

Page 29: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

29

13.0 Force Majeure Clause :-

The terms and conditions mutually agreed shall be subject to the Force Majeure Clause. Neither

the supplier nor the buyer shall be considered in default in performance of its obligations

hereunder, if such performance is prevented or delayed because of war, hostilities, revolutions,

civil commotion, strike, epidemic, accident, fire, wind, flood, earthquake or because of any

law, order, proclamation, regulation, or ordinance of any Government or any act of God or any

other cause whether of similar or dissimilar nature, beyond the reasonable control of the party

affected should one or both of the parties be prevented from fulfilling his/their contractual

obligations by a state of Force Majeure lasting continuously for a period of six months, the two

parties should consult with each other regarding the future implementation of the

agreement/purchase order.

14.0 Settlement of disputes :

In the event of any dispute in the interpretation of the terms of this agreement/ Purchase Order

or difference of opinion between the parties on any point in the Purchase Order arising out of,

or in connection with the agreement/accepted purchase order or with regard to performance of

any obligations hereunder by the either party, the parties hereto shall use their best efforts to

settle such disputes or difference of opinion amicable by mutual negotiations.

In case, no agreement is reached between the two parties in respect of or concerning any of the

provisions herein contained or arising out of this supply order/ tender/ agreement as to the

rights, liabilities or duties of the said parties hereunder or as to the recovery of any amount, the

same shall be referred to the Sole Arbitrator M.D., RCDF who in turn may refer the dispute to

any officer of RCDF for adjudication. The arbitration shall be in accordance to the law of

Arbitration & Conciliation Act, 1996. The decision of the Sole Arbitrator shall be final and

binding on both the parties.

All the disputes pertaining to the said contract shall vest to the jurisdiction of Courts at Jaipur.

15.0 Right to Acceptance:

The Rajasthan Co-operative Dairy Federation Ltd. Does not pledge itself to accept the lowest or

any tender and reserves to itself the right to accept the whole or any part of the tender or portion

of the quantity offered. The tenderer is at liberty to tender for whole or any portion or to state

in the tender that the rates quoted shall apply only if the entire quantity is taken from them.

16.0 IMPORTANT NOTES :

16.1 TIMELY DELIVERY, OF SPECIFIED QUALITY OF MATERIAL, PLANT &

MACHINERY SATISFYING ALL DESIGN AND FUNCTIONAL

REQUIREMENTS ORDERED, IS THE ESSENCE OF THE CONTRACT.

THEREFORE, FAILURE TO DELIVER IN TIME OR NOT CONFORMING TO

PRESCRIBED SPECIFICATIONS & QUALITY WILL MAKE THE SUPPLIER

LIABLE FOR BLACKLISTING THE FIRM AND THEREBY DEBARRING

THE SUPPLIER FROM PARTICIPATION IN FUTURE TENDERS BY RCDF,

MILK UNIONS & OTHER AFFILIATED UNITS. AS FOR THE PRESENT

Page 30: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

30

CONTRACT PENALTIES, COMPENSATION AND OTHER PROVISIONS AS

GIVEN IN THE TENDER DOCUMENT SHALL BE INVOKED ON FAILURE

OF THE PARTY.

16.2 RCDF and milk unions shall have the fullest liberty to notify the defaulting firm to

Business/Trade Associations/Public Sector undertakings/autonomous bodies and the like

about the default and breach of contract committed by a firm giving out names of the

partners of the firm. A register is intended to be maintained for such defaulting firms and

their partners.

16.3 RCDF will not consider the tender of such firms who has earlier been

debarred/censured/black listed or even those firms who have on their role key

employees/ key executives/ proprietors/ partners of another already debarred/censured/

black listed firms in one or the other capacity.

16.4 All the tenderers without fail, should furnish full technical details about tendered

project.

1.1 The quantities mentioned in the tender are tentative and the actual quantities to be

procured may vary upward or downward suiting to the actual requirements.

18.0 Supplier will execute agreement on non-judicial stamp paper of Rs.100/- (Rupees

One Hundred only) before 30% advance can be released to him. Format of the

agreement is given at Annexure-III.

19.0 If the Managing Director shall at any time, and for any reasons whatever, think

any portion of the work should not be executed or should be withdrawn from the

contractor he may, by notice in writing to that effect, require the contractor not to

execute the portion of the work specified in the notice or may withdraw from the

contractor the portion of the work so specified and the contractor shall not be

entitled to any compensation by reason of such portion of the work having been

executed by him, and the value (i.e. cost at tendered rates) of the portion of work so

omitted or withdrawn shall in cases where the contractor has for any reason already

received payment for it or in the cases of lump-sum contracts be deducted from any

sum them due or thereafter to become due under the contract or otherwise against

or from the security deposit or the proceeds of sale thereof.

20.0 No term or condition in addition to those mentioned above will be agreed to.

Page 31: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

31

ANNEXURE-I (Part – A)

CFP LAMBIYAKALAN DISTRICT BHILWARA

FORM OF TENDER FOR PRICE FOR (TO BE SUBMITTED IN FINANCIAL BID ENVELOPE)

Time & Date of opening of Tender :

Description of goods :

S.No. Particulars Amount (Rs.) Remarks, if any.

1. Design & supply charges for 150 TPD Cattle

Feed Plant (Expandable upto 300 TPD

equipment and utilities as per the technical

specification & drawings enclosed.

2. Packing & forwarding charges

3. Excise Duty @______

4. Sales Tax (RST/CST/VAT) @______ (see note

no.1given below)

5. Entry Tax if any @________

6. Transportation including Insurance charges

7. Any other charges (if any)

8. Total FOR site price (1 to 7)

9. Installation, testing & commissioning charges for

150 TPD Cattle Feed Plant (Expandable upto

300 TPD equipment and utilities as per the

technical specification & drawings enclosed.

10. Service Tax @_____

11. Total FOR Unit Price (9 to 10)

12. Total Net FOR Unit Price for supply, installation &

commissioning (8+11)

(in figures and in words)

*The FOR rates indicated at sr. no. 8, 11 & 12 includes all duties & taxes even if not

explicitly mentioned here but in vogue/applicable at the time furnishing rates.

Note :

(i) Tenderer should indicate clearly whether the sales tax mentioned above is against any concessional

form. In case the concessional form is not provided, the rate of tax should be mentioned.

(ii) Price negotiations shall be discouraged bidders should therefore quote their most competitive rates

(with conformity to the specifications and commercial stipulations given in the tender) in the very

instance least they run the risk of losing out in absence of negotiations.

(iii) The rate must be written both in words and figures. There should be no erasures and or over

writings, corrections, if any, should be made clearly and initiated with date. In case if there is

variation observed in the rates in between words & figures, the lowest rate shall be considered.

(iv) The conditional offer which affect the rate of the quoted item shall be liable for rejection even

the quoted rate is lowest.

(Signed & sealed by the tenderer

in token of acceptance of above)

Page 32: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

32

ANNEXURE – I (Part – A)

CFP LAMBIYAKALAN DISTRICT BHILWARA

PART 1. : DESIGN, FABRICATION, SUPPLY OF MAJOR EQUIPMENTS, FOR 150 TPD

CATTLE FEED PLANT (EXPANDABLE UP TO 300 TPD) ON TURNKEY BASIS.

LIST OF MAJOR EQUIPMENT

S.

No.

Description Capacity/Size

(cm=Cubic

Meter)

Quantity Unit Price

Rs.

Amount

Rs.

1 RAW MATERIALS STORAGE EQUIPMENTS

1.01 Silo System for DORB/Grain Storage with

handling & Transferring system. 500 MT

2

1.02 Complete Unloading, Cleaning System of 50

TPH with Three Truck at a time and Shed 50 TPH 1

2 RAW MATERIALS INTAKE EQUIPMENT

2.01 INTAKE CHAIN CONVEYOR IN RMG

WITH PNEUMATIC SLIDE GATES 40TPH 55RM 2

2.02 DUMPING HOPPERS FOR INTAKE

CONVEYORS IN RMG 2 M x 1 M 10

2.03 ASPIRATION UNIT FOR DUMP HOPPERS

IN RMG -- 10

2.04 ELEVATOR FOR BATCH PRE-MIXER 10 TPH 1

2.05 HOPPER ABOVE BATCH MIXER WITH

PN. GATE 1 MT 1

2.06 BATCH MIXER FOR PREMIX DUTY WITH

PNEUMATIC OUTLET GATE 1 MT 1

2.07 HOPPER BELOW BATCH MIXER 1 MT 1

2.08 ELECTRONIC PLATFORM WEIGHSCALE 200 KGS 2

2.09 PORTABLE BAG STACK CONVEYORS 250 BAGS/HR;

10 M 3

2.10 INTAKE BUCKET ELEVATOR 40 TPH 2

2.11 ASPIRATION UNITS FOR INTAKE

ELEVATORS -- 2

2.12 CASCADE MAGNET 40 TPH 2

2.13 JUTE TWINE REMOVER 40 TPH 2

2.14 CROSS CONVEYOR 40 TPH 1

2.15 DISTRIBUTION CONVEYORS 40 TPH 2

3 BATCHING EQUIPMENT

3.01 PROPORTIONATE BIN WITH OUTLET

GATE 20 MT 16

3.02 ASPIRATION UNITS FOR

PROPORTIONATE BINS 1 SET

3.03 GRAVITY FEEDERS FOR BIN DISCHARGE 16

3.04 REDLER CHAIN CONVRYOR FOR BIN

DISCHARGE 250 MM 16

3.05 BATCH WEIGH HOPPER ( MAJOR 3 MT 1

Page 33: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

33

INGREDIENTS)

3.06 BATCH WEIGH HOPPER(MINOR INGREDIENTS) 1 MT 1

3.07 PNEUMATIC GATE BELOW WEIGH

HOPPER -- 2

3.08 SURGE HOPPER BELOW BATCH

WEIGHER -- 2

3.09 BATCH CHAIN CONVEYOR 30 TPH 1

3.10 BATCH BUCKET ELEVATOR 30 TPH 1

3.11 ASPIRATION UNITS FOR BATCH

ELEVATOR -- 1

4 GRINDING, MIXING EQUIPMENT

4.01 GRINDING BIN WITH PN. GATE 3 MT 2

4.02 FEEDER ABOVE HAMMER MILL 15 TPH 2

4.03 HAMMER MILL WITH 6 or 8 MM SIEVE 15 TPH 2

4.04 HOPPER BELOW HAMMER MILLS -- 2

4.05 ASPIRATION UNIT FOR HAMMER MILLS -- 2

4.06 BIN ABOVE BATCH MIXER 3 MT 2

4.07 PNEUMATIC GATE ABOVE BATCH

MIXER -- 1 SET

4.08 BATCH MIXER ( RIBBON TYPE) 3 MT 1

4.09 PNEUMATIC GATE BELOW BATCH

MIXER -- 1 SET

4.10 HOPPER BELOW BATCH MIXER 10 MT 1

4.11 CONVEYOR BELOW MIXER 30 TPH 1

4.12 MIXED FEED ELEVATOR 30 TPH 1

4.13 ASPIRATION UNIT FOR MIXED FEED

ELEVATOR -- 1 1

5 PELLETTING EQUIPMENT

5.01 MIXED FEED TRANSFER ELEVATOR

WITH OUTLET CASCAD MAGNET. 30 TPH 1

5.02 PELLETING BIN WITH BIN ACTIVATOR 10 MT 1

5.03 VARIABLE SPEED LOSS IN WEIGHT

FEEDER WITH HOPPER 10 TPH 1

5.04 PELLET MILL WITH CONDITIONER AND

MOLASSES MIXER 10 TPH 1

5.05 ROTARY AIR LOCK FOR PELLET COOLER 10PH 1

5.06 COUNTER CURRENT PELLET COOLER 10 TPH 1

5.07 PELLET COOLER CYCLONE (SS 304) WITH

PN.HAMMERS. -- 1

5.08 ROTARY AIR LOCK FOR CYCLONE (SS ) 10 TPH 1

5.09 PELLET COOLER FAN -- 1

5.10 ASPIRATION DUCTING FOR PELLET

COOLER (SS 304) -- 1 SETS

5.11 PELLET ELEVATOR 30 TPH 1

5.12 PELLET SIEVE 30 TPH 2

Page 34: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

34

5.13 SPARE MOTOR FOR PALLET MILL -- 1

5.14 SPARE MOTOR FOR CYCLONE BLOWER -- 1

6 MOLASSES STORAGE / HANDLING EQUIPMENT

6.01 Molasses Storage Tank 400 MT 2

6.02 MOLASSES UNLOADING TANK (WITH

HOSE)

6.03 MOLASSES UNLOADING PUMP (1 Working

+ 1 Standby) 15 KLPH 2

6.04 MOLASSES PRE-HEATER 1 1

6.05 MOLASSES FEEDING PUMP (1 Working + 1

Standby) 3 KLPH 2

6.06 MOLASSES FLOW METER 3 KLPH 1

6.07 MOLASSES PIPING, CONTROL

VALVES,FITTINGS -- 1 LOT

7 BAGGING EQUIPMENT

7.01 BAGGING BIN (SS LINED) 20 MT 2

7.02 PNEUMATIC SLIDE GATE -- 2

7.03

AUTOMATIC BAG PLACING,

WEIGHING,FILLING, STITCHING

MACHINE WITH CONVEYOR &

CONTROLLER

250 BAGS/HR 1 SET.

704 SLAT CONVEYOR - With WOODEN slats. 250 BAGS / HR;

25 M 1 SET

7.05 PORTABLE BAG STICHING MACHINE -- 2

7.06 ELECTRONIC WEIGH SCALE 200 KG 2

7.07 PORTABLE BAG STACK CONVEYOR 250 BAGS / HR;

10 M 2

8 FEED MILL HOUSING

8.01 MS STRUCTURAL STEEL FOR MAIN

PLANT AND PIPE BRIDGE 240 MT Approx.

8.02 MILD STEEL CHEQUERED PLATE

PLATFORM,TRENCH COVERS ETC 60 MT Approx.

8.03 WINDOWS As per Design

8.04 ROOF SHEETING As per Design 0

8.05 CLADDING SHEETS As per Design 0

8.06 LIGHT FITTINGS & LAMPS ( MAIN

PLANT) -- 75 SETS

9 PRODUCT PIPING/ ACCESSORIES

9.01 PRODUCT PIPING/DUCTING, FLEX.

CONNECTIONS -- 1 LOT

9.02 SMALL HOPPERS/TRANSITION PIECE -- 1 LOT

9.03 PNEUMATIC GATES FOR PROP. BINS

FILLING -- 1 LOT

9.04 PNEUMATIC PIPE FLAPS -- 4

9.05 SIGHT GLASS FOR AIR LOCK -- 2 SETS

Page 35: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

35

10 AUTOMATION EQUIPMENT

10.01 LOAD CELL WITH WEIGHING SYSTEM

FOR BATCH WEIGHER EACH 1 MT; 1 MT 1 SET

10.02 LOAD CELL FOR LOSS-IN-WEIGHT

FEEDER -- 2 SETS.

10.03 PROGRAM SOFTWARE FOR THE ENTIRE

PLANT -- 1 SET

10.04 PLC PANEL , HMI , SENSORS,

COMMUNICATION & DATA CABLES -- 1 LOT.

10.05 MIMIC PANEL, COMPUTER FOR

CONTROL ROOM -- 1 SET

10.06 COMPUTER FURNITURE (MODULAR) -- 1 LOT

10.07 UPS FOR CONTROLS & PLC -- 1 SET

10.08 COMPUTER WITH MIS OF PLANT

INFORMATION IN ENGG. OFFICE -- 1 SET

10.09 INSTRUMENT EARTHING ( CU PLATE)

FOR PLC LOT PANEL ETC -- 1

10.10 SPLIT TYPE AIR CONDITIONING UNIT

FOR CONTROL ROOM -- 1 SET.

SERVICE EQUIPMENTS

11 ELECTRICAL EQUIPMENT (LT)

11.01 MAIN LT PANEL

11.02 MCC FOR MAIN PLANT -- 1

11.03 REMOTE PANELS FOR FEED MILL

EQPTS -- 1 LOT

11.04 AUTOMATIC POWER FACTOR

CORRECTION PANEL -- 1

11.05 MCC FOR RAW MATERIAL INTAKE,

SILO SYSTEM, BOILER , PUMP HOUSE &

MOLASSES UNLOADING TANK

-- 1each

11.06 MCC FOR SILO SYSTEM -- 1

11.07 SOFT-STARTER PANEL -- 1

11.08 POWER CABLES -- 1 LOT

11.09 CONTROL & SIGNAL CABLES -- 1 LOT

11.10 ELECTRICAL ACCESSORIES (CABLE

TRAYS, GI CONDUITS, CABLE GLANDS,

CABLE LUGS, ISOLATORS, PUSH

BUTTONS, RUBBER MATS,FUSE

PULLER, RUBBER GLOVES ETC)

-- 1 LOT

11.11 IN MAIN PLANT BUILDING – LIGHTING

PANEL, LIGHTING DBS, CONDUITS ,SET

WIRING, EMERGENCY LIGHTS FOR

CONTROL ROOM (Excluding RMG & FPG)

-- 1

11.12 EARTH PITS AND NETWORK FOR

PANELS, DB ETC -- 1 LOT

Page 36: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

36

11.13

LIGHTENING ARRESTOR WITH CU

EARTH CONDUCTOR, GI EARTH PITS,

AVIATION LIGHTS

-- 1 SET

12 STEAM DISTRIBUTION & CONDENSATE RECOVERY

12.01

LOW PRESSURE STEAM PIPES WITH

INSULATION LOT & CLADDING,

VALVES, FITTINGS, FLOW

CONTROLLERS

-- 1

12.02 CONDENSATE RECOVERY SYSTEM -- 1 SET

12.03 CONDENSATE PIPES, VALVES, AND

FITTINGS -- -- 1 LOT

13 COMPRESSED AIR GENERATION & HANDLING EQUIPMENT

13.01 AIR COMPRESSOR (SCREW) PNEU.

FLAPS, GATES, ASPIRATION UNITS 60 CUM/HR 2

13.02 REFRIGERATED AIR DRYER 60 CUM/HR 1

13.03 AIR RECEIVER WITH AUTO DRAIN 1000 LITRE 1

13.04 COMPRESSED AIR PIPES, VALVES ,

FITTINGS -- 1 LOT

13.05 Mineral Mixture Plant 1 LOT

Total of Part – I.

14 PART – II ERECTION & COMMISSIONING

14.01 Erection, testing & commissioning of

equipment as per the above list. 1 LOT 1

14.02 Erection & commissioning of steel structure

sheeting and internal lighting etc. 1 LOT 1

Total of Part – II.

Total of Part – I & II. (In figures)

Total of Part – I & II. (In words)

Note:- The above list of equipment is as per preliminary design of the plant. The final list of

equipment & their individual capacity may vary as per detailed engineering of the bidder to

achieve the MINIMUM rated capacity of 150 TPD and further provision for expansion of

capacity up to 300 TPD. It is required to keep a provision for adding of all the equipments that

will be needed in future for achieving a capacity of 300 TPD on 20 hrs per day of working. All

suitable structure, cables and relevant works for the same are required to be done in first phase

along with ordered execution. It is also required that the design be made on a basis that capacity

can be increased to 300 TPD in future without any shut down needed in running plant of first

150 TPD. However capacities mentioned above for individual equipment can not be increased

to achieve overall plant capacity.

Page 37: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

37

ANNEXURE-I (Part – B)

PROPOSED SITE AT VILLAGE HATHALAI (GUNDOGE) DISTRICT PALI FORM OF TENDER FOR PRICE

(TO BE SUBMITTED IN FINANCIAL BID ENVELOPE)

Time & Date of opening of Tender :

Description of goods :

S.No. Particulars Amount (Rs.) Remarks, if any.

1. Design & supply charges for 150 TPD Cattle

Feed Plant (Expandable upto 300 TPD

equipment and utilities as per the technical

specification & drawings enclosed.

2. Packing & forwarding charges

3. Excise Duty @______

4. Sales Tax (RST/CST/VAT) @______ (see note

no.1given below)

5. Entry Tax if any @________

6. Transportation including Insurance charges

7. Any other charges (if any)

8. Total FOR site price (1 to 7)

9. Installation, testing & commissioning charges for

150 TPD Cattle Feed Plant (Expandable upto

300 TPD equipment and utilities as per the

technical specification & drawings enclosed.

10. Service Tax @_____

11. Total FOR Unit Price (9 to 10)

12. Total Net FOR Unit Price for supply, installation &

commissioning (8+11)

(in figures and in words)

*The FOR rates indicated at sr. no. 8, 11 & 12 includes all duties & taxes even if not

explicitly mentioned here but in vogue/applicable at the time furnishing rates.

Note :

(v) Tenderer should indicate clearly whether the sales tax mentioned above is against any concessional

form. In case the concessional form is not provided, the rate of tax should be mentioned.

(vi) Price negotiations shall be discouraged bidders should therefore quote their most competitive rates

(with conformity to the specifications and commercial stipulations given in the tender) in the very

instance least they run the risk of losing out in absence of negotiations.

(vii) The rate must be written both in words and figures. There should be no erasures and or over

writings, corrections, if any, should be made clearly and initiated with date. In case if there is

variation observed in the rates in between words & figures, the lowest rate shall be considered.

(viii) The conditional offer which affect the rate of the quoted item shall be liable for rejection even

the quoted rate is lowest.

(Signed & sealed by the tenderer

in token of acceptance of above)

Page 38: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

38

ANNEXURE – I (Part – B)

PROPOSED SITE AT VILLAGE HATHALAI (GUNDOGE) DISTRICT PALI PART 1. : DESIGN, FABRICATION, SUPPLY OF MAJOR EQUIPMENTS, FOR 150 TPD

CATTLE FEED PLANT (EXPANDABLE UP TO 300 TPD) ON TURNKEY BASIS

LIST OF MAJOR EQUIPMENT

S.

No.

Description Capacity/Size

(cm=Cubic

Meter)

Quantity Unit Price

Rs.

Amount

Rs.

1 RAW MATERIALS STORAGE EQUIPMENTS

1.01 Silo System for DORB/Grain Storage with

handling & Transferring system. 500 MT

2

1.02 Complete Unloading, Cleaning System of 50

TPH with Three Truck at a time and Shed 50 TPH 1

2 RAW MATERIALS INTAKE EQUIPMENT

2.01 INTAKE CHAIN CONVEYOR IN RMG

WITH PNEUMATIC SLIDE GATES 40TPH 55RM 2

2.02 DUMPING HOPPERS FOR INTAKE

CONVEYORS IN RMG 2 M x 1 M 10

2.03 ASPIRATION UNIT FOR DUMP HOPPERS

IN RMG -- 10

2.04 ELEVATOR FOR BATCH PRE-MIXER 10 TPH 1

2.05 HOPPER ABOVE BATCH MIXER WITH

PN. GATE 1 MT 1

2.06 BATCH MIXER FOR PREMIX DUTY WITH

PNEUMATIC OUTLET GATE 1 MT 1

2.07 HOPPER BELOW BATCH MIXER 1 MT 1

2.08 ELECTRONIC PLATFORM WEIGHSCALE 200 KGS 2

2.09 PORTABLE BAG STACK CONVEYORS 250 BAGS/HR;

10 M 3

2.10 INTAKE BUCKET ELEVATOR 40 TPH 2

2.11 ASPIRATION UNITS FOR INTAKE

ELEVATORS -- 2

2.12 CASCADE MAGNET 40 TPH 2

2.13 JUTE TWINE REMOVER 40 TPH 2

2.14 CROSS CONVEYOR 40 TPH 1

2.15 DISTRIBUTION CONVEYORS 40 TPH 2

3 BATCHING EQUIPMENT

3.01 PROPORTIONATE BIN WITH OUTLET

GATE 20 MT 16

3.02 ASPIRATION UNITS FOR

PROPORTIONATE BINS 1 SET

3.03 GRAVITY FEEDERS FOR BIN DISCHARGE 16

3.04 REDLER CHAIN CONVRYOR FOR BIN

DISCHARGE 250 MM 16

3.05 BATCH WEIGH HOPPER ( MAJOR 3 MT 1

Page 39: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

39

INGREDIENTS)

3.06 BATCH WEIGH HOPPER(MINOR INGREDIENTS) 1 MT 1

3.07 PNEUMATIC GATE BELOW WEIGH

HOPPER -- 2

3.08 SURGE HOPPER BELOW BATCH

WEIGHER -- 2

3.09 BATCH CHAIN CONVEYOR 30 TPH 1

3.10 BATCH BUCKET ELEVATOR 30 TPH 1

3.11 ASPIRATION UNITS FOR BATCH

ELEVATOR -- 1

4 GRINDING, MIXING EQUIPMENT

4.01 GRINDING BIN WITH PN. GATE 3 MT 2

4.02 FEEDER ABOVE HAMMER MILL 15 TPH 2

4.03 HAMMER MILL WITH 6 or 8 MM SIEVE 15 TPH 2

4.04 HOPPER BELOW HAMMER MILLS -- 2

4.05 ASPIRATION UNIT FOR HAMMER MILLS -- 2

4.06 BIN ABOVE BATCH MIXER 3 MT 2

4.07 PNEUMATIC GATE ABOVE BATCH

MIXER -- 1 SET

4.08 BATCH MIXER ( RIBBON TYPE) 3 MT 1

4.09 PNEUMATIC GATE BELOW BATCH

MIXER -- 1 SET

4.10 HOPPER BELOW BATCH MIXER 10 MT 1

4.11 CONVEYOR BELOW MIXER 30 TPH 1

4.12 MIXED FEED ELEVATOR 30 TPH 1

4.13 ASPIRATION UNIT FOR MIXED FEED

ELEVATOR -- 1 1

5 PELLETTING EQUIPMENT

5.01 MIXED FEED TRANSFER ELEVATOR

WITH OUTLET CASCAD MAGNET. 30 TPH 1

5.02 PELLETING BIN WITH BIN ACTIVATOR 10 MT 1

5.03 VARIABLE SPEED LOSS IN WEIGHT

FEEDER WITH HOPPER 10 TPH 1

5.04 PELLET MILL WITH CONDITIONER AND

MOLASSES MIXER 10 TPH 1

5.05 ROTARY AIR LOCK FOR PELLET COOLER 10PH 1

5.06 COUNTER CURRENT PELLET COOLER 10 TPH 1

5.07 PELLET COOLER CYCLONE (SS 304) WITH

PN.HAMMERS. -- 1

5.08 ROTARY AIR LOCK FOR CYCLONE (SS ) 10 TPH 1

5.09 PELLET COOLER FAN -- 1

5.10 ASPIRATION DUCTING FOR PELLET

COOLER (SS 304) -- 1 SETS

5.11 PELLET ELEVATOR 30 TPH 1

5.12 PELLET SIEVE 30 TPH 2

Page 40: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

40

5.13 SPARE MOTOR FOR PALLET MILL -- 1

5.14 SPARE MOTOR FOR CYCLONE BLOWER -- 1

6 MOLASSES STORAGE / HANDLING EQUIPMENT

6.01 Molasses Storage Tank 400 MT 2

6.02 MOLASSES UNLOADING TANK (WITH

HOSE)

6.03 MOLASSES UNLOADING PUMP (1 Working

+ 1 Standby) 15 KLPH 2

6.04 MOLASSES PRE-HEATER 1 1

6.05 MOLASSES FEEDING PUMP (1 Working + 1

Standby) 3 KLPH 2

6.06 MOLASSES FLOW METER 3 KLPH 1

6.07 MOLASSES PIPING, CONTROL

VALVES,FITTINGS -- 1 LOT

7 BAGGING EQUIPMENT

7.01 BAGGING BIN (SS LINED) 20 MT 2

7.02 PNEUMATIC SLIDE GATE -- 2

7.03

AUTOMATIC BAG PLACING,

WEIGHING,FILLING, STITCHING

MACHINE WITH CONVEYOR &

CONTROLLER

250 BAGS/HR 1 SET.

704 SLAT CONVEYOR - With WOODEN slats. 250 BAGS / HR;

25 M 1 SET

7.05 PORTABLE BAG STICHING MACHINE -- 2

7.06 ELECTRONIC WEIGH SCALE 200 KG 2

7.07 PORTABLE BAG STACK CONVEYOR 250 BAGS / HR;

10 M 2

8 FEED MILL HOUSING

8.01 MS STRUCTURAL STEEL FOR MAIN

PLANT AND PIPE BRIDGE 240 MT Approx.

8.02 MILD STEEL CHEQUERED PLATE

PLATFORM,TRENCH COVERS ETC 60 MT Approx.

8.03 WINDOWS As per Design

8.04 ROOF SHEETING As per Design 0

8.05 CLADDING SHEETS As per Design 0

8.06 LIGHT FITTINGS & LAMPS ( MAIN

PLANT) -- 75 SETS

9 PRODUCT PIPING/ ACCESSORIES

9.01 PRODUCT PIPING/DUCTING, FLEX.

CONNECTIONS -- 1 LOT

9.02 SMALL HOPPERS/TRANSITION PIECE -- 1 LOT

9.03 PNEUMATIC GATES FOR PROP. BINS

FILLING -- 1 LOT

9.04 PNEUMATIC PIPE FLAPS -- 4

9.05 SIGHT GLASS FOR AIR LOCK -- 2 SETS

Page 41: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

41

10 AUTOMATION EQUIPMENT

10.01 LOAD CELL WITH WEIGHING SYSTEM

FOR BATCH WEIGHER EACH 1 MT; 1 MT 1 SET

10.02 LOAD CELL FOR LOSS-IN-WEIGHT

FEEDER -- 2 SETS.

10.03 PROGRAM SOFTWARE FOR THE ENTIRE

PLANT -- 1 SET

10.04 PLC PANEL , HMI , SENSORS,

COMMUNICATION & DATA CABLES -- 1 LOT.

10.05 MIMIC PANEL, COMPUTER FOR

CONTROL ROOM -- 1 SET

10.06 COMPUTER FURNITURE (MODULAR) -- 1 LOT

10.07 UPS FOR CONTROLS & PLC -- 1 SET

10.08 COMPUTER WITH MIS OF PLANT

INFORMATION IN ENGG. OFFICE -- 1 SET

10.09 INSTRUMENT EARTHING ( CU PLATE)

FOR PLC LOT PANEL ETC -- 1

10.10 SPLIT TYPE AIR CONDITIONING UNIT

FOR CONTROL ROOM -- 1 SET.

SERVICE EQUIPMENTS

11 ELECTRICAL EQUIPMENT (LT)

11.01 MAIN LT PANEL

11.02 MCC FOR MAIN PLANT -- 1

11.03 REMOTE PANELS FOR FEED MILL

EQPTS -- 1 LOT

11.04 AUTOMATIC POWER FACTOR

CORRECTION PANEL -- 1

11.05 MCC FOR RAW MATERIAL INTAKE,

SILO SYSTEM, BOILER , PUMP HOUSE &

MOLASSES UNLOADING TANK

-- 1each

11.06 MCC FOR SILO SYSTEM -- 1

11.07 SOFT-STARTER PANEL -- 1

11.08 POWER CABLES -- 1 LOT

11.09 CONTROL & SIGNAL CABLES -- 1 LOT

11.10 ELECTRICAL ACCESSORIES (CABLE

TRAYS, GI CONDUITS, CABLE GLANDS,

CABLE LUGS, ISOLATORS, PUSH

BUTTONS, RUBBER MATS,FUSE

PULLER, RUBBER GLOVES ETC)

-- 1 LOT

11.11 IN MAIN PLANT BUILDING – LIGHTING

PANEL, LIGHTING DBS, CONDUITS ,SET

WIRING, EMERGENCY LIGHTS FOR

CONTROL ROOM (Excluding RMG & FPG)

-- 1

11.12 EARTH PITS AND NETWORK FOR

PANELS, DB ETC -- 1 LOT

Page 42: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

42

11.13

LIGHTENING ARRESTOR WITH CU

EARTH CONDUCTOR, GI EARTH PITS,

AVIATION LIGHTS

-- 1 SET

12 STEAM DISTRIBUTION & CONDENSATE RECOVERY

12.01

LOW PRESSURE STEAM PIPES WITH

INSULATION LOT & CLADDING,

VALVES, FITTINGS, FLOW

CONTROLLERS

-- 1

12.02 CONDENSATE RECOVERY SYSTEM -- 1 SET

12.03 CONDENSATE PIPES, VALVES, AND

FITTINGS -- -- 1 LOT

13 COMPRESSED AIR GENERATION & HANDLING EQUIPMENT

13.01 AIR COMPRESSOR (SCREW) PNEU.

FLAPS, GATES, ASPIRATION UNITS 60 CUM/HR 2

13.02 REFRIGERATED AIR DRYER 60 CUM/HR 1

13.03 AIR RECEIVER WITH AUTO DRAIN 1000 LITRE 1

13.04 COMPRESSED AIR PIPES, VALVES ,

FITTINGS -- 1 LOT

13.05 Mineral Mixture Plant 1 LOT

Total of Part – I.

14 PART – II ERECTION & COMMISSIONING

14.01 Erection, testing & commissioning of

equipment as per the above list. 1 LOT 1

14.02 Erection & commissioning of steel structure

sheeting and internal lighting etc. 1 LOT 1

Total of Part – II.

Total of Part – I & II. (In figures)

Total of Part – I & II. (In words)

Note:- The above list of equipment is as per preliminary design of the plant. The final list of

equipment & their individual capacity may vary as per detailed engineering of the bidder to

achieve the MINIMUM rated capacity of 150 TPD and further provision for expansion of

capacity up to 300 TPD. It is required to keep a provision for adding of all the equipments that

will be needed in future for achieving a capacity of 300 TPD on 20 hrs per day of working. All

suitable structure, cables and relevant works for the same are required to be done in first phase

along with ordered execution. It is also required that the design be made on a basis that capacity

can be increased to 300 TPD in future without any shut down needed in running plant of first

150 TPD. However capacities mentioned above for individual equipment can not be increased

to achieve overall plant capacity.

Page 43: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

43

ANNEXURE-II

(Form of Bank Guarantee against 30% advance sought from the Dugdh Sanghs for

supply/erection contracts)

1. In consideration of the ______________ ZILA DUGDH UTPADAK SAHAKARI SANGH

LTD.,_______________ (hereinafter called “The SANGH”) having agreed to grant an

advance of Rs.___________________(Rupees___________________________________

only) to M/s.________________________ (hereinafter called the said supplier(s) under the

terms and conditions of an agreement /Purchase Order No._________________ dated

_____________ made between the Rajasthan Co-operative Dairy Federation Ltd., Jaipur

and / or SANGH and M/s.______________________ for supply/erection and

commissioning (hereinafter called the said agreement/purchase order) on production of a

Bank Guarantee for Rs.________________ (Rupees ___________________________

only). We _______________________(hereinafter called “The Bank”) do hereby undertake

to pay the SANGH an amount not exceeding

Rs.______________(Rupees________________________ only) against any loss/damage

caused to or suffered or would be caused to or suffered by the SANGH by reasons of any

breach by the said supplier(s) or any of the terms and conditions mentioned in the said

agreement/Purchase Order.

2. We ________________________ (Name of the Bank) do hereby undertake to pay the amount

due and payable under this guarantee without any demur, merely on a demand from the

SANGH stating that the amount claimed is due by way of loss or damage caused to or would

be caused to or suffered by the SANGH by reasons of any breach by the said supplier(s) or

any of the terms and conditions contained in the said agreement/Purchase Order, or by reason

of the supplier(s), failure to perform the said agreement/purchase order, or by reasons of the

supplier‟s failure to perform the said agreement/purchase order. Any such demand made on

the Bank shall be conclusive as regards the amount due and payable by the Bank under this

guarantee. However our liability under this guarantee shall be restricted to an amount not

exceeding Rs.___________ (Rupees ____________ only).

3. We _______________ (Name of the Bank) further agree that the guarantee herein contained

shall remain in full force and effect during the period that would be taken for the

performance of the said agreement/purchase order and that it shall continue to be

enforceable till all the dues of the SANGH, under or by virtue of the said

agreement/purchase order have been fully paid and its claims satisfied or discharged or till

the SANGH certifies that the terms and conditions of the said agreement/purchase order

have been fully and properly carried out by the said supplier(s) and accordingly discharge

the guarantee unless a demand of claim under this guarantee made on us in writing on or

before _______________. We shall be discharged from all liabilities under this guarantee

thereafter.

4. We _______________ (Name of the Bank) further agree with the SANGH that the SANGH

shall have the fullest liberty without our consent and without affecting in any manner our

obligations hereunder to vary any of the terms and conditions of the said agreement/purchase

order to extended the time of performance by the said supplier (s) from time to time or to

postpone for any time or from the time to time any of the power exercisable by the SANGH

Page 44: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

44

against the said supplier(s) and to forbear or endorse any of the terms and conditions relating

to the said agreement/purchase order and we shall not be relived from our liability by reason

of any such variation of extension or for any forbearance, act or omission on the part of the

SANGH or any indulgence by the SANGH to the said supplier(s) or by any such matter or

thing whatsoever which under the law relating to sureties would but for this provision have

effect of so relieving us.

5. We _________________ (Name of the Bank) lastly undertake not to revoke this guarantee

during its currency except with the previous consent of the SANGH in writing.

6. Notwithstanding anything stated above our liability under this guarantee is restricted to

Rs.________________(Rupees __________________________ only). Our guarantee shall

remain in force until unless a suit or an action to enforce a claim under this guarantee is filed

against us before that date, i.e. on or before ____________ all your rights under the said

guarantee shall be forfeited and we shall be released and discharged from all liability

thereunder.

The Bank agrees that the amount hereby guaranteed shall be due and payable to the SANGH

on SANGH‟s serving a notice requiring the payment of the amount and such notice shall be

served on the Bank either by actual delivery thereof to the Bank or by despatch thereof to the

Bank by registered post at the address of the said Bank. Any notice sent to the Bank at its

address by Registered Post shall be deemed to have been duly served on the Bank

notwithstanding that the notice may not in fact have been delivered.

NOTWITHSTANDING – anything contained herein :

i) Our liability under this Bank Guarantee shall not exceed

Rs.____________(Rupees__________________________________________only).

ii) This Bank Guarantee shall be valid upto _________________ and,

(iii)We are liable to pay the guaranteed amount under this Bank Guarantee only and only if you

serve upon us a written claim or demand in the manner specified above on or before

______________.

7. Notwithstanding anything stated above the Bank Guarantee shall be discharged by the

SANGH once the advance amount released against the Bank Guarantee along with interest or

penalty if any payable on such advance has been fully recovered/adjusted.

Place :

Date :

Signature & Seal

Page 45: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

45

ANNEXURE – III

AGREEMENT

(On non judicial stamped paper of value Rs.100/-)

1. An agreement made this ___________ day of ____________ between

M/s.____________________ hereinafter called “approved supplier” which expression

shall where the context so admits, be deemed to include his heirs, successors, executors

and administrators of the one part and the Rajasthan Cooperative Dairy Federation Ltd.

(hereinafter called “the Federation” which expression shall, where the context so admits,

be deemed to include his successors in office and assigns) of the other part.

2. Whereas the approved supplier has agreed with the Federation for supply,

installation, testing and commissioning of & all those articles set forth in the

supply order/work order issued vide No._________ and in the manner set forth in

the aforesaid order.

3(a) And whereas the approved supplier has deposited a sum of Rs._______ in form of

Demand Draft as security for the due performance of the agreement.

3(b) And whereas the approved tenderer/supplier has agreed :

(i) to keep the security deposit with the Federation in form of demand draft for an initial

period of 12 months or such extended period so as to cover the period of performance of

contract i.e. supply/erection/commissioning as per purchase order. In case the

contractor/supplier completes its contractual obligations before 12 months the deposit

can be refunded before 12 months at the sole discretion of RCDF before aforesaid

period of 12 months.

(ii) that no interest shall be paid by the Federation on the security deposit.

(iii) that in case of breach of any terms & conditions of the aforesaid supply order of

this agreement by the contractor/supplier the amount of security deposit shall be

liable to forfeiture in full or part by the Federation.

NOW THESE PRESENT WITNESS

1. In consideration of the payment to be made by the Federation at the rates setforth in the

aforesaid supply order/work order, the approved supplier will duly supply the articles

setforth/execute the work in the aforesaid supply order/work order and in the manner

setforth and within the period stipulated in the conditions of the tender and order.

Page 46: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

46

2. The conditions of the tender as given in the tender document for the work,

conditions of the aforesaid supply order/work order and also any subsequent

amendment as may be issued by the Federation will be deemed to be taken as part

of this agreement and are binding on the parties executing this agreement.

3(a) The Federation do hereby agree that if the approved supplier shall duly supply the

said articles/execute the work in the time and manner aforesaid, observe and keep

the said terms & conditions, the Federation shall pay or cause to be paid to the

approved supplier, at the time and in manner set forth in the said conditions, the

amount payable for each and every consignment/work executed on supplier‟s

raising bills.

3(b) The mode of payment will be as specified in the supply order/work order.

4. Delivery shall be effected and completed in the manner and time specified in the

supply order.

5. In case the approved supplier fails to deliver the goods/execute the work within the

time specified in the aforesaid supply order/work order, the conditions of

liquidated damages clause and penalty those for late deliveries as stipulated in the

aforesaid tender/supply order/contract shall be enforced.

6. In case of any doubt or question arising on the interpretation pertaining to the supply

order/tender the terms of the contract shall be binding, override and final over the supply

order/tender.

7. If any dispute or difference shall at any time arise between the two parties in

respect of or concerning any of this herein contained or arising out of this supply

order/tender/agreement as to the rights, liabilities or duties of the said parties

hereunder or as to the recovery of any amount, the same shall be referred to the

sole arbitrator M.D., RCDF who in turn may refer the dispute to any officer of

RCDF for adjudication. The arbitration shall be in accordance to the law of

Arbitration and Conciliation Act, 1996. The decision of the Sole Arbitrator shall be

final and binding on both the parties.

8. All the disputes pertaining to the said contract shall vest to the jurisdiction of

Courts at Jaipur.

In witness whereof the parties hereto have set their hands on the _____________ day

______________________.

SIGNATURE OF THE SIGNATURE FOR AND ON

APPROVED SUPPLIER: BEHALF OF the Federation :

Page 47: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

47

Witness No.1 Witness No.1

Signature :______________________ Signature :_________________

Name :______________________ Name :_________________

Address :______________________ Address :_________________

______________________ _________________

______________________ _________________

Witness No.2 Witness No.2

Signature :______________________ Signature :_________________

Name :______________________ Name :_________________

Address :______________________ Address :_________________

______________________ _________________

______________________ _________________

Page 48: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

48

ANNEXURE – IV

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LTD.,

JAIPUR : 302 017.

General Terms and Conditions form an integral part of Purchase Order

1. INSPECTION :

The equipment under the purview of your supply should be inspected by your own

technical experts at your works and such inspection report should be forwarded to

us in triplicate along with despatch documents. However, the RCDF, reserves its

right of inspection at any stage of fabrication manufacture of the

equipment/material. The final inspection if any case will be carried out at RCDF

project site.

You should forward to us the test certificate, wherever applicable, obtained from

the concerned authorities/principal manufacturers either regarding quality or any

other details of the items utilised in the process of manufacture/fabrication.

2. DESPATCH INSTRUCTIONS :

The material are to be despatched to the project site by the mode of transport

specified in the order under intimation to us. Depending on the type of material,

you shall have to carryout proper packing/creating to avoid breakage in transit.

Other details of despatch such as marking, consignee a particulars etc. are given

under clause No.4 of this purchase order. For using any mode of transport other

than the specified one prior concurrence from us in writing should be obtained. All

consignments should be despatched on freight paid basis irrespective of price basis.

In the event of freight paid basis irrespective of price basis. In the event of freight

payable by us, you shall have to obtain our prior approval and produce necessary

documentary evidence in support of your claims. Unless otherwise stated, the

original RR/LR should be sent by registered post directly to the consignee

alongwith a copy of invoice and two copies of delivery challan/packing list.

3. INSURANCE :

You shall have to arrange all transit risk insurance on warehouse basis for the items

to be supplied by you. In the cases, where orders are placed on ex-works basis, the

premium shall be paid by us at actual to you against production of documentary

evidence. In the event of any damage to /loss of consignment in transit, it will be

your responsibility to lodge necessary claims with the carriers/underwriters and

pursue them till settlement. Since insurance policy will be taken in our name, if

required, we shall give you necessary authorisation letter, authorising you to lodge

and pursue claims on your behalf with the carriers/underwriters. Also you shall

have to make good the losses/damages occurred in transit by making

replacement/payment to us in the first instance and if claims are settled by the

Page 49: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

49

underwriters and any amounts are released by us, the amount thus realised in

settlement of claims shall be reimbursed to you.

In other words, the prime facie responsibility rests on you for getting compensation

of the damages/losses incurred if any, due to all transit hazards.

In the case, when order is placed on „free delivery at site‟ basis, no insurance

premium will be paid by us. However, in such case also, all transit risk insurance

policy must be taken to safeguard your own interest and to protect the material

against transit hazards.

4. DELIVERY CLAUSE :

The stipulated delivery time given in the order is the essence of this contract. You

must, therefore, strictly adhere to the delivery schedule mentioned in the order.

5. DEMURRAGE :

You shall bear and reimburse to useful demurrage charges, if any paid by reason of

delay on your part in forwarding the original despatch documents to destination

given in the purchase order.

6. REJECTION :

We reserve the right to reject the goods either in part or full if at the time of

delivery, it is noticed that the goods supplied do not conform to the

specifications/description given in the order. The rejection, if any, will intimated to

you in writing within a reasonable time. You will be liable to repair/replace the

rejected goods within the stipulated time. Till the repair/replacement is done, the

rejected goods shall be lying at your risk, cost and responsibility. If you do not

arrange to repair/replace the rejected goods within a period stipulated by us, we

may dispose of such goods at your risk and in the manner which we think fit. We

shall be entitled to retain the incurred on storage, handling and disposal of the

rejected goods. We shall also be entitled to recover the expenses made by us on

storage land handling of such rejected goods till the goods are removed from our

premises/stores.

7. COMPENSATION FOR DELAY :

The accepted delivery schedule of supply and/or installation shall be governed by

the compensation for delay clause as given in the tender. Under the clause, if the

delivery or installation of the equipment is not made by the stipulated date, you

shall have to pay a penalty @ half percent the value of each item per week subject

to a maximum of five percent of the net value of the unexecuted part of the

accepted order. Alternatively in the event of non delivery of the materials or non

completion of installation within the stipulated time, we reserve the right to cancel

the order and procure the material/get installed from any other the order land the

party.

Page 50: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

50

8.0 GUARANTEE :

The supply of equipment as well as installation, if entrusted, shall have to be

carried out by you to the entire satisfaction of RCDF.

You shall also guarantee to repair/replace without any extra cost, the items or parts

thereof, if found defective due to bad designing, workmanship or substandard

material, within 12 months from the date of commissioning or 24 months from the

date of receipt of material at site whichever is earlier. If it is necessary to send the

defective equipment or parts thereof to your works for repair/replacement, without

forming any precedence the cost of repacking, loading, unloading, transportation

from the site to your works and back to site shall have to be borne by you. The

guarantee however, does not cover any damage resulting from normal wear and

tear or improper attendance or mishandling of the equipment during repair by

personnel other than the supplier or their authorised agents.

9. WARRANTY :

You must provide a warranty for a minimum period of one year from the date of

commissioning of the equipment for satisfactory performance of the supplied

equipment according to the designed/rated/installed capacity or any other norms

fixed by RCDF.

10. DRAWINGS, SPECIFICATIONS & MANUALS :

10.1 Prior to commencement of fabrication, you shall have to submit for our approval,

two sets of drawings of all the items ordered for supply showing overall

dimensions with typical sections, details of service connection and their

requirement, details of drive units etc. The drawing should also show a complete

bill of material, wherever applicable.

10.2 Three copies of each operation and maintenance manuals and service instructions

alongwith the drawings showing details of part list, against each item of your

supply should be sent to us. You should also furnish us service requirements like

water (hot water, chilled water and main‟s water), electricity, lubricant air etc. for

each equipment, wherever applicable.

10.3 You shall provide a list of spare parts, which will be required for the plants and

equipments supplied by you for atleast two years of normal operation with the

names and the addresses of the manufacturers from whom they can be procured.

The list should contain the code numbers of the parts, which are required to be

procured in addition to the machine number and model etc.

10.4 In case, any documents, drawings are supplied to you by RCDF the same must be

treated as confidential, must not be copies, reproduced, transmitted or disclosed

otherwise in whole or part, not duplicated, modified, divulged or discussed to any

third party nor misused in any other way without the consent of the RCDF in

writing. All such documents, and drawings shall be the property of RCDF and they

must be returned to RCDF after done with.

11. SUBMISSION OF BILLS :

Page 51: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

51

Bills in triplicate under registered post, stating therein our purchase order reference

along with necessary inspection certificates from your inspector in respect of the

material supplied and copies of despatch documents should be sent to our Head

Office at Jaipur/ Concern Milk Union/ Units. Unless otherwise state, the payment

shall be made to you by Crossed Account Payee Cheque by post according to the

terms of payment mentioned in the Purchase Order.

12. CANCELLATION OF CONTRACT AND REFUND OF ADVANCES :

We shall be free to cancel our order in part or full, in the case of non-delivery of

material/non-completion of installation within the stipulated delivery period or

breach of any one of the clauses mentioned herein. Consequential losses, if any, on

account of our getting installation done or obtaining supplies from alternative

sources besides payment of higher price shall be recovered from you. In the event

of cancellation of the order, you will be liable to refund the advance amount, if

any, to the RCDF in full. Suppliers will have no right to forfeit the advance amount

received by them.

13. SUB-CONTRACT :

In the event of awarding sub-contract to any of the parties by you for the

manufacture/supply/erection of any parts/spares/components that will be used in

the ordered equipment, you must furnish us details about your sub-contractors,

their experience, specification etc. The sub-contract can be awarded by you only

after obtaining written approval from us. In the event of sub-contract also the prime

facie responsibility rests on you regarding quality, quantity, guarantee/warranty of

the materials supplied by the sub-contractors.

14. FORCE MAJEURE CLAUSE :

The terms and conditions mutually agreed upon shall be subject to For Majeure

Clause. Neither the supplier nor the purchaser shall be considered in default in

performance of its obligations hereunder, if such performance is prevented or

delayed because of war hostilities, revolution, civil commotion, strike, epidemic,

order, proclamation, regulation, or ordinance of any Government or of any act of

God or of any other cause whether of similar or dissimilar nature, beyond the

reasonable control of the party affected. Should one or both the parties be

prevented from fulfilling his/their contractual obligations by a state of Force

Majeure lasting continuously for a period of six months, the two parties should

consult each other regarding the future implementation of the contract.

15. ARBITRATION CLAUSE :

For settlement of any dispute arising out of this order, Jaipur shall be the

jurisdiction irrespective of any jurisdiction clause mentioned in your

correspondence. The arbitration proceedings shall be governed by the provisions of

the Indian Arbitration Act, 1940 and the rules made thereunder or any enactment or

statutory modifications thereof for the time being in force subject to condition

No.13 of General Terms & Conditions Schedule – I of the tender document.

Page 52: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

52

ANNEXURE-VI

(Proforma Bank Guarante against 10% balance)

(On Non-judicial stamp paper)

This deed of Guarantee made this __________ day of ____________ 200 (Two

thousand___________________) by _____________ (Name and address of the Bank)

(hereinafter referred to as “The Bank”) which expression shall be here the context or

meaning so requires, includes the successors and assignees of the Bank and the Rajasthan

Co-operative Dairy Federation Ltd., Jaipur, Rajasthan, (hereinafter referred to as “The

Federation which expression shall unless repugnant to the context or the meaning there of

include its legal representatives, successors and assignees.

WHEREAS the Federation has placed its purchase order bearing No._________

dated ________ (Name and address of the party) (Hereinafter called “The supplier”) for

supply of ________________ and WHEREAS the Federation has agreed to pay to the

supplier final 10% of the value of the equipment on submission of a Bank Guarantee of

equal amount, which will be kept valid upto ________ from the date of despatch/receipt

of material at site.

In consideration of the Federation having agreed to pay to the supplier

Rs.___________(Rupees_______________only) being the last 10% of the value of the

equipment, we__________(Name of the Bank) hereby undertake and guarantee to make

repayment to the Federation of the said 10% amount or any part thereof which does not

become payable to the supplier by the Federation in accordance with the terms and

conditions of the said purchase order within _____ days from the date of despatch/ receipt

of material at site. The Bank further undertakes not to revoke this guarantee during its

currency except with the previous consent of the Federation in writing and this guarantee

shall be a continuous and irrevocable guarantee upto a sum of Rs.______

(Rupees___________only). The Bank shall not be discharged or released from this

guarantee by any arrangement between the supplier and the Federation with or without the

consent of the Bank or any alterations in the obligations of the parties or by any

indulgence, forbearance shown by the Federation to the supplier and that the same shall

not prejudice or restrict remedies against the Bank nor shall the same in any event be a

ground of defense by the Bank against the Federation. We_________ (Name of the Bank)

do hereby undertake to pay an amount due and payable under this guarantee without any

demur, merely or demand from the Federation stating that the amount claimed is due to

the Federation. In case the Federation puts forth a demand in writing on the Bank for the

payment of the amount in full or in part against this guarantee, the Bank shall consider

that such demand by itself is a conclusive evidence and proof that the supplier has failed

in complying with the terms and conditions stipulated by the Federation without raising

any dispute regarding the reasons for any such lapse/failure on the part or the supplier.

Page 53: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

53

This guarantee shall be in addition to and without prejudice to any other securities

or remedies which the Federation may have or hereafter possess against the

supplier/tenderer and the Federation shall be under no obligation to marshal in favour of

the Bank any such securities or fund or assets that the Federation may be entitled to

receiving or have a claim upon and the Federation at its absolute discretion may vary,

exchange, renew, modify or refuse to complete or enforce or assign any security or

instrument.

The Bank agrees that the amount hereby guaranteed shall be due and payable to the

Federation on Federation‟s serving a notice requiring the payment of the amount and such

notice shall be served on the Bank either by actual delivery thereof to the Bank or by

despatch thereof to the Bank by registered post at the address of the said Bank. Any notice

set to the Bank at its address by Registered Post shall be deemed to have been duly served

on the Bank notwithstanding that the notice may not in fact have been delivered to the

Bank.

In order to give full effect to the provisions of this guarantee the Bank hereby

waives all rights inconsistent with the above provisions and which the Bank might

otherwise as a guarantor be entitled to claim and enforce.

Notwithstanding anything contained here in before, our liability under this

guarantee is restricted to Rs.____________(Rupees_______________________only) and

it shall remain in force until __________, unless a suit or action is filed against us enforce

such claims, within three months from the aforesaid date, all the Federation‟s rights under

this guarantee shall be forfeited and we shall be relieved and discharged from all liabilities

thereunder.

Place :

Date :

(SIGNATURE)

Seal

Page 54: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

54

ANNEXURE – VII

Eligibility & Qualifications Criterion

1. The bidder shall furnish, as Part-I of its bid, documents establishing the bidder‟s

eligibility to bid and its qualifications to perform the contract if its bid is accepted.

The bidder should also give information in the format attached to the bid

document.

2. The documentary evidence of the bidder‟s qualification to perform the contract if

its bid is accepted shall establish to the purchaser‟s satisfaction :

(a) that in the case of a bidder offering to supply goods under the contract

which the bidder did not manufacture or otherwise produce the bidder has

been duly authorised by the goods manufacturer or producer to supply the

goods. The bid shall include Manufacturers Authorisation Form given under

Section-I. Offers from other agents, brokers & middlemen shall not be

accepted.

(b) that the bidder has the financial, technical and production capability

necessary to perform the contract. To this end, all bids submitted shall

include the following information under Section – II :

(i) Copies of original documents defining the constitution or legal status,

place of registration and principal place of business of the company or

firm or partnership etc.

(ii) Power of Attorney or a true copy thereof duly attested by a Gazetted

Officer in case an authorised representative has signed the bid.

(iii) Details of experience and past performance of the bidder (or each party

to a joint venture) on works of similar nature within the past five years,

and details of current works in hand and other contractual

commitments shall be submitted as per Schedule-I and Schedule-II

given in Section-II respectively of this bidding document.

(iv) Reports on financial standing of the bidder such as profit and loss

statements, balance sheets and auditors report of the past three years,

bankers certificates etc.

(v) Information regarding any current litigation in which the bidder is

involved.

3. For the purpose of this particular contract, bidders shall meet the following criteria

as minimum :

Page 55: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

55

(a) The bidder should be in business of the jobs tendered for a minimum period

of five years at the time of bid opening in the same name and style.

(b) The bidder‟s annual financial turnover in the same name and style during the

last three years shall not be less than Rs. 20 crores in each year.

(c) The bidder in the same name and style shall have completed / having in hand,

the three projects of similar nature or above i.e. cattle feed plant capacity

150TPD or above.

(d) The bidder shall furnish a copy of the Income Tax Returns and the Income

Tax Clearance Certificates for the previous three years in original certified

true copies.

(e) Solvency certificate equal to 3 months requirements of cash flow at the peak

execution period for the project.

(f) Major items of plant and equipment available/installed in the bidders factory

premises.

(g) The bidder should have in house manufacturing setup for the Cattle Feed

plant & machineries and their spare parts to ensure proper support of spares

and services after successful execution of the project..

4. Bid submitted by a joint venture of two or more firms as partners shall comply

with the following requirements :

(a) the bid and in case of a successful bid, the form of agreement shall be signed so

as to be legally binding on all the partners; This parternership or association or

alliance or JV should have completed / having in hand, in the same form 3 or

more successful projects.

(b) one of the partners shall be nominated as being incharge and this authorisation

shall be evidenced by submitted a power of attorney signed by legally authorised

signatories of all the partners;

(c) the partner incharge shall be authorised to incur liabilities and received

instructions for an on behalf of any and all the partners of the joint venture and

the entire execution of the contract including payment shall be done exclusively

with the partner incharge;

(d) all the partners of the joint venture shall be liable jointly and severally for the

execution of the contract in accordance with the contract terms and a relevant

statement to this effect shall be included in the authorisation mentioned (b)

above as well as in the form of bid and the form of agreement (in case of the

successful bid) and

(e) a copy of the agreement entered into by the joint venture partners shall be

submitted with the bid;

(f) experience, resources, men and machinery of each party to the joint venture will

be taken into account only to the extent of their participation for performing

tasks under the joint venture agreement.

Page 56: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

56

(g) A newly formed JV or partenership or alliance of any sort will not be eligible for

this project unless they have executed successfully / having in hand, at least

three similar feed plant turnkey projects.

5. Documents Establishing Goods – Eligibility and Conformity to Bidding

Documents

5.1 The bidder shall furnish as part of its bid, documents establishing the eligibility and

conformity to the bidding documents of all goods and services which the bidder

proposes to supply under the contract.

5.2 The documentary evidence of the goods and services eligibility shall consist of a

statement in the price schedule on the country of origin of the goods and services

offered which shall be confirmed by a certificate of origin issued at the time of

shipment.

5.3 The documentary evidence of the goods and services conformity to the bidding

documents may be in the form of literature, drawing and data and shall furnish :

(a) a detailed description of the goods essential technical and performance

characteristics;

(b) a list giving full particulars, including available sources and current prices of all

spare parts, special tools etc. necessary for the proper and continuing

functioning of the goods for a period of two years, following commencement of

the goods use by the purchaser ; and

(c) a statement of deviations and exceptions to the provisions of the technical

specifications demonstrating the goods and services substantial responsiveness

to those specifications in the form provided under Section-III.

5.4 The bidder should clearly confirm that all the facilities exist for inspection and

shall be made available to the inspecting authority.

5.5 Pursuant to Clause-5.3(c) above, the bidder shall note that standards for

workmanship, material and equipment, and references to brand names of catalogue

numbers designated by the purchaser in its technical specifications are intended to

be descriptive only and not restrictive. The bidder may substitute alternative

standards, brand names and/or catalogue numbers in its bid, provided that it

demonstrates to the purchaser‟s satisfaction that the substitutions are substantially

equivalent or superior to those designated in the technical specifications.

Page 57: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

57

SECTION-I

MANUFACTURERS’ AUTHORISATION FORM

(Please see Clause 2(a) of Eligibility Criterion)

No.__________________________________Dated___________________________

To,

RAJASTHAN CO-OPERATIVE DAIRY FEDERATION

“SARAS SANKUL”, J.L.N. MARG,

JAIPUR – 302 017.

Sub : - Tender reference No._______________________________________.

Dear Sir,

We________________________________________ an established and reputable

manufacturers of ______________________________________________ having factories at

________________ and _______________________ do hereby authorise

M/s._____________________________________________ (Name and address of Agents) to

bid, negotiate and conclude the contract with you against tender reference

No.__________________________________ for the above said goods manufactured by us.

No company or firm or individual other than

M/s._________________________ ________________________________ are

authorise to bid, negotiate and conclude the contract in regard to this business against

this specific tender.

We hereby extend our full guarantee and warranty for the goods offered for supply

against your tender.

Yours faithfully,

(NAME)

for and on behalf of M/s.

(Name of Manufacturers)

Note : This letter of authority should be on the Letter Head of the manufacturing concern and

should be signed by a person competent and having the power of attorney to bind the

manufacturer.

Page 58: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

58

SECTION-II – SCHEDULE-I

(Refer clause No.2(b) of Eligibility Criterion)

Major works successfully completed during the past five years

Sr. Name of Place Contract Name of Value of Time of Date

No. Work Reference Client work Completion of

Completion

Note : Indicae plant capacity and major parameters handled.

Completion Certificate from Clients should be enclosed with the bid.

Page 59: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

59

SECTION-II – SCHEDULE-II

(Refer clause No.2(b) (iii) of Eligibility Criterion)

WORKS IN HAND DURING THE CURRENT FINANCIAL YEAR

______________________________________________________________________ Sr. Name Work Name Place Value Completion

No. of work order of client of work Order of Period Date

reference Work Order

Note : Indicate plant capacity and major parameters handled.

Page 60: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

60

SECTION – III

TECHNICAL DEVIATION STATEMENT FORM

(Refer Clause 5 of Eligibility Criterion)

The following are the particulars of deviations from the requirements of the tender

specifications :

CLAUSE DEVIATION REMARKS

(Including justification)

Dated Signature and seal of

the Manufacturer/Bidder

NOTE :

(1) Where there is no deviation, the statement should be returned duly signed with an

endorsement indicating “No Deviations”.

(2) The technical specifications furnished in the bidding document shall prevail over

those of any other document forming a part of our bid, except only to the extent of

deviation furnished in the statement.

Page 61: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

61

SCHEDULE - II

TECHNICAL SPECIFICATION

PROJECT INFORMATION (SUB SECTION – 1.)

BASIS OF DESIGN AND DESIGN DATA (SUB SECTION – 2.)

PROCESS FLOW DESCRIPTION (SUB SECTION – 3)

TECHNICAL DATA & INFORMATION TO BE

PROVIDED BY THE BIDDER (SUB SECTION – 4.)

PROJECT MANAGEMENT (SUB SECTION – 5.)

SCOPE OF WORK (SUB SECTION – 6.)

Page 62: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

62

(SUB SECTION – 1.)

PROJECT INFORMATION

Page 63: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

63

Project Information

“DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF 150 TPD

CATTLE FEED PLANT (EXPANDABLE UP TO 300 TPD) ON TURNKEY BASIS” EACH

AT LAMBIYANKALAN DISTRICT BHILWARA & PROPOSED SITE AT VILLAGE

HATHALAI (GUNDOGE) DISTRICT PALI (RAJ).

Introduction

1. The scope of this tender shall include only the design, fabrication, supply, erection,

testing & commissioning of the cattle feed manufacturing plant required for producing

150 Tons per day balanced cattle feed with a provision to expand the plant to 300 TPD.

The equipment shall include mainly intake conveyors, storage bins, auto batching,

grinding, molasses storage tanks, silos, mineral mix plant, molasses mixing, pelleting,

bagging, aspiration systems, air compressor and LT electrical. The scope of the bidder

shall necessarily include the supply as well as erection and commissioning. Any bid for

part job will be summarily rejected.

2. The plant will be installed on the fabricated MS structure and covered with the pre-

coated sheets and fitted with lighting and lightening arrestor by the bidder.

3. All the civil works, foundations, water, steam, molasses and electrical power shall be

provided by the Rajasthan Cooperative Dairy Federation Ltd., Jaipur.

4. The Tenderer shall be responsible for developing the conceptual layout and flow

diagram to ensure automatic operation of the plant with minimum investment.

5. Since this will be Turnkey Job it will be the full responsibility of the Tenderer to carry

out all minor works necessary to achieve the rated capacity of the plant even though

they might not have been expressly mentioned in the tender document.

6. All the equipment to be supplied will have to be manufactured as per the standard

specifications adopted by the cattle feed industry in the country.

7. This contract will be “Fixed Rate Contract” and the contractor will have to supply the

equipment and complete the erection and commissioning within the agreed contract

value and no escalation of prices will be allowed.

8. It is absolutely essential to complete the job of design, fabrication, supply, erection and

commissioning of cattle feed plant within six months from the date of signing the

contract and receipt of advance.

9. The tenderer is advised to visit to site so as to apprise himself of actual site condition

and quantum of work involved. Civil work at site already commenced and tenderer

should plan with consideration of actual site condition.

Page 64: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

64

Instructions to Bidder

This section of the bidding document defines the way that bidders are required to structure the

presentation of the technical section of the bids. All technical data are to be provided in the

format given in this section. Any bidder not following the bid format structure or providing

insufficient technical data/information or presenting data that is not in the required format is

liable to be deemed non-responsive.

Introduction:

The bidder is to take note of the various points listed in the introduction and they are to describe

their technical proposal and systems, which they have applied in designing the plant. Also to

highlight any special technical innovation that the bidder proposes to include in the plant that

will improve the performance, reduce operating costs, reduce maintenance or improve product

quality.

The preamble should commence at the start of the process and work logically through the

process. Any such highlights should be cross referenced with the Bid Schedule, Annexure and

paragraph number to which they apply.

Technical Specification – Schedule – II.

Design Data and Design Basis

This sub-section gives in brief the design basis to be followed and gives the basic design data

like operating/storage capacities and special requirements for major equipment/system, the

typical ingredient types which will be used, required type and quality parameters of the feed

etc.

The bidder is required to follow the Basis of design given in the bidding document, and indicate

clearly where additional processes or alternative processes or equipment are considered to be

necessary or desirable to achieve optimum plant operating efficiency, optimum product quality

etc., within the standards specified, and optimum plant operating convenience and maintenance.

These additional items/sections & processes may be included as optional.

Process Flow Description

The tentative process description is detailed in this sub-section, which is also shown in the

tentative flow diagram enclosed with the bidding document, the preliminary site plan indicating

the proposed area of the feed plant is also enclosed.

It may please be noted that these drawings are only a tentative one to give an idea of buildings,

process and equipment required. It can be developed further as per the process flow and

equipment layout designed by the bidder to improve the operating flexibility and efficiency,

reducing maintenance, easier expansion in future, less investment etc. Additional or alternate

process or sections must be clearly detailed if proposed.

Page 65: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

65

Technical Information and Data to be provided by the bidder with

Bids

This sub-section specifies the various technical drawings, data and information, which each

bidder has to provide along with their bid, without which the bid shall be considered incomplete

and will be liable for rejection.

Deviations from Technical Requirement

All technical deviations are to be stated. If there is no deviation, nil is to be recorded. This is

mandatory and failure to comply will make the bid liable to be deemed non-responsive.

Optional Items

Optional items, which the bidder proposes, shall be included in this sub-section. Items that the

bidder includes in this section shall be used if considered during the evaluation to be essential

for the satisfactory operation of the plant and shall not be included in the overall techno

commercial evaluation of the bid. All break-up prices for all such optional items to be given.

Major responsibilities of Bidder/Purchaser

Responsibilities of bidder: The bidder is required to specifically state his acceptance or non-

acceptance of each clause in this Sub-section. Non- acceptance shall be deemed as a deviation

from the bidding document, and should be mentioned in deviations.

Responsibilities of Purchaser: The bidder is required to state here any additional responsibilities

that they consider to be borne by Purchaser besides those described in the bidding document.

Project Management

Time Schedule: The bidder is to state the proposed schedule of execution from receipt of

order to commencement of product trials and handing over of the project. Bar Chart or PERT

network shall be provided.

Management Team: The bidder is to detail the make-up of the project management team in

terms of designation, qualifications and their role /function in accordance with this section of

the bidding document.

The bidder is to ensure that the following sections are fully detailed and quantify the duration

and manpower applied to each:

Commissioning, Product Trials & warranty runs

Training

Standby Technical Supervisory Support

Drawings and Documentation

In this section, list of drawings enclosed with bidding documents have been indicated.

Drawings and documentation to be submitted by bidders with their bid for technical evaluation

of the bids are explained (technical information and data to be provided by the bidder). Bidder

Page 66: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

66

to indicate and list out in this section the drawings, data and documents provided for technical

portion of their bid.

Battery Limits

The battery limits of the various utilities and Engineering services are clearly given in this

subsection.

Performance Guarantees

The bidder is to take note of the various performance tests and guarantees stated in this sub-

section and confirm the same being given.

SCOPE OF WORKS

LIST OF EQUIPMENTS TO BE SUPPLIED, INSTALLED & COMMSSIONED

Design & Supply, Installation, Testing and Commissioning

In this section, a consolidated list of all major equipment to be supplied and installed as per

preliminary design of the plant by purchaser are indicated with capacity and quantities. The

bidder has to provide in this section a consolidated list of all major equipment being supplied

and installed as per their design and detailing along with quantity, capacity, size, length, height

etc. of each item. The bidder is required to follow the sequence in their list as followed in

purchaser‟s list as far as possible to enable purchaser to compare the bids for evaluation. New

items, if required, can be added section wise by bidder.

Technical Specifications for Feed Milling Equipment

It provides the brief general technical specification of each important feed milling equipment.

Lengths, heights, capacities, inlet, outlet, driving motor HP and drive parts etc. may be worked

out by the bidder to meet the overall capacities of section and complete plant as specified in

design data and process flow. It may be noted that specification of the equipment mentioned in

this section is very brief, but the bidders should ensure that all equipments are designed and

manufactured to ensure the best performance of the individual equipment / system. The

technical specifications of equipment are generally based on a particular design, but bidders can

supply equipment, as per their design, to meet the functional requirement of equipment

specified in these technical specifications.

Technical Specifications for Utilities/Services

This sub-section provides the brief technical specifications for the various utilities / services

including supply of its main equipment wherever required. The controlling and distribution

piping network with valves, fittings and all required accessories for utilities like LP steam,

Compressed air up-to each of the equipment where these are required is to be provided and

clearly indicated in the bid.

This sub-section also includes brief technical specification of electrical substation, all main

electrical equipment for receiving and distribution of electrical power in the plant and utilizing

it for control and monitoring of equipment / process. Though the prices of motors and geared

motors etc. may be included with the machines, the specifications of these are mentioned in this

section.

Page 67: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

67

Technical Specifications of Production Block Housing

Under this sub-section technical specification of the production block housing steel structure,

side and roof sheeting, windows etc. shall be provided.

Technical Specifications for Erection, testing & commissioning

The bidder is to note carefully the specifications in the scope of erection, testing and

commissioning.

Technical details to be submitted by the bidder:

Under this section, the bidder has to furnish all the technical details for equipment, items under

the scope of supply for technical evaluation of the bid.

Preferred makes of bought out items Multiple makes for the bought items have been given,

category-wise. The bidder may choose the make of the bought items from the list provided.

Page 68: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

68

(SUB SECTION – 2.)

BASIS OF DESIGN AND DESIGN DATA

Page 69: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

69

Basis of Design

Design Data and Design basis of Cattle Feed Plant 150 MTPD, expandable to 300 MTPD Cattle

feed would be formulated by using various ingredients such as: Maize, Groundnut De-oiled

cake, De-oiled Rice Bran, Broken Rice, Rice Polish, De-Oiled Cotton Seed Cake, Molasses,

mineral mixture, common salt, urea, Wheat Br. Jawar, Bajra , Gur cake, Gur k., Rape, Ext.,

mus. cake, soya DOC, GNEXP, Barley, Dal Chura, D.Wheat, Calcite. etc.

Other Details

Capacity 10 TPH (Minimum) of pelletized feed for milk cattle (150 MTPD minimum with 20

hours operation)

Size of

pellets 4-10 mm diameter & 15 mm long

Formulated

System

Generally manual formulation is done by trial and error & method by combining

various cattle feed ingredients in different proportion by working out crude protein,

crude fat, crude fiber, ash, and energy content. The tenderer should provide software for

least cost formulation. The formulation will be done through the computer on the basis

of least cost formulation. The feed prepared shall be as per BIS standards.

Feed Standards

Proximate Composition of Cattle Feeds of BIS Standards

Type – II Type – I Special Feed for High

Milk Yielders

Crude Protein 20% Min 22% Min 24% Min

Ether Extract 2.5% Min 3% Min 4% Min

AI Ash 4% Max 3% Max 2.5% Max

Fiber 12% Max 7% Max 6% Max

Moisture 11% Max 11% Max 11% Max

ME 2200 Kcal/Kg Min 2500Kcal/Kg Min 3000Kcal/Kg Min

Urea 1% Max 1% Max 1% Max

Salt by Mass 1.5% Max 1.5% Max 1% Max

Calcium by mass 0.5% Min 0.8% Min 1% Min

Phosphorous by mass 0.5% Min 0.8% Min 1% Min

Vitamin A 5000 IU/Kg Min 7000 IU/Kg Min 7000 IU/Kg Min

Vitamin D3 1000 IU/Kg Min 1200 IU/Kg Min 1200 IU/Kg Min

Vitamin E 30 IU/Kg Min 30 IU/Kg 30 IU/Kg Min

Formula for Type II BIS Standard Feed

Ingredients Proportions

Rice Bran 14%

Rice Bran Extn. 42%

Mustard Oil Cake 3%

Page 70: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

70

Mustard de-oiled cake 14%

Wheat/Maize/Barley 5%

Guar Korma 3%

Calcite Powder 1.5%

Urea 1%

Salt 1.5%

Molasses 8%

Malt Sprout 6%

Mineral Mixture 1%

Vitamin AD3 100 gram per ton

Total cost per Qtl. 100%

Typical Feed Formula used in Cattle Feed Plants of RCDF

(Tentative figures and can change with seasons/costing etc.)

Percentage Basis of Dry Matter

Existing Percentage Limit

D,R,BRAB 45 Minimum

R,BRAB 11 Minimum

R.KANI 5 Minimum

GUAR C. 14 Minimum

GAUR K. 38 Minimum

RAPE, EXT 10 Minimum

MAIZE 5 Minimum

MOLASSES 5.62 Minimum

CALCITE 1.5 Minimum

MINMIX 1 Minimum

SALT 1.5 Minimum

Note: A premix shall be made for mineral mixture, calcite, common salt, urea, with 2-3%

carrier DORB.

Typical Raw Materials

Maize, Groundnut De-oiled cake, De-oiled Rice Bran, Broken Rice, Rice Polish, De-Oiled

Cotton Seed Cake, Molasses, mineral mixture, common salt, urea, Wheat Br. Jawar, Bajra , Gur

cake, Gur k., Rape, Ext., mus.cake, soya DOC, GNEXP, Barley, Dal Chura, D.Wheat, Calcite.

etc.

Raw Material Storage

Raw Material Storage Description

In gunny bags, Roofed Godown

Enough built space is available for powder, oil

cakes, DORB & meals etc.

Bulk Storage silo Capacity 500 MT , Qty. 2 Nos. for DORB / Grain.

Average bulk density of solid raw materials 600 KG/CUM to 700 KG/CUM (Grains)

Cleaning, Unloading System Complete Unloading, Cleaning System of 50 TPH

with three trucks at a time & shed

Page 71: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

71

Intake of Raw Materials

Premix batch mixer, horizontal, paddle type capacity (in Raw Material Godown).

Pre-weighed ingredients shall be dumped through a mechanized system of conveyor,

elevator in pre-mixer

1000 Kg – 1 No

Intake line to have PLC operated cascade type magnet, jute twine remover before

feeding to any of the proportionate bin. For feeding to proportionate bins, two sets of

distribution conveyors with PLC operated pneumatic slide gates to be used.

2 line of 40 TPH

Portable bag stack conveyor required for conveying / stacking DORB Bags/Other

Material etc. in RMG

2 set of 250

bags/ hr

Cascade Magnet, & Jute twine remover for each intake line. 2 set each of 30

TPH

SILO FOR GRAIN/ DORB STORAGE : Design, fabrication, supply , installation

and commissioning of DORB Silo System of 1000 MT (2x500 MT) capacity

complete with supporting steel structure and platforms as required for 150 MTPD

cattle feed plant as per technical specifications, scope of works, battery limits etc.

(Complete with required conveying system i.e. feeding & transferring system to the

plant)

One Job

Batching

Modular type Steel proportionate bins – (Total 16 Nos.) Level sensors

(2 nos.) shall be placed for each of the silos, to give indicative

information of levels and control of the filling and emptying operations.

One of the proportionate bins for premix shall be fabricated with 1 mm

thick SS 304 sheet inner lining. All bins shall have manual outlet gates.

16 Bin of 20 MT each.

Outlet Feeders from Proportionate bins. Gravity type & 250 mm screw

type (controlled by common VFD). : 16 Nos.

Automatic Batch weighment in two separate hoppers to get a composite

batch of 2 MT with load cells & display in Control Room & Mimic

panel

3 MT Hopper 1 No

Batch Chain conveyor 30 TPH 1 Set

Batch Elevator (Bucket Type) 30 TPH 1 Set

Grinding & Mixing

100 % Post Grinding ( Entire Batch is ground)

(One working & One Standby) (8 to 10 TPH) x 2

Maximum grindables in formulation 60%

Bin above Hammer Mill 3 MT – 2 No

Feeder for Hammer Mill ( Rotary vane type) (15 TPH) x 2 Nos

Hammer Mill ( Full circle type, Horizontal) with 4 mm Sieve (15 TPH) x 2 Nos

Hopper below Hammer Mill 2 Nos.

Bin above Batch Mixer with outlet gates 3 MT – 1 No

Batch Mixer with inlet & outlet gates 3 MT – 1 No

Surge Bin Below Batch Mixer 10 MT, 1 No.

Page 72: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

72

Mixed Feed Chain conveyor 30 TPH – 1 Set

Mixed Feed Elevator (Bucket) 30 TPH – 1 Set

Pelleting

100 % pelleting of Mixed mash feed

Pelleting lines with provision of Second Line for future expansion. 1 lines of 10 TPH

capacity

Bins above Pellet mill 10 MT – 1 No

Loss in weight Feeders for proportioning the Feed & Molasses for a set

formulation 10 TPH – 1 Nos

Pellet Mill with conditioner & Molasses Mixer (Twin Paddle – Adjustable) 10 TPH – 1 No

Rotary Air lock ( SS 304) 10 TPH – 1 No

Pellet Cooler (vertical, Induced draft type) with ambient air 10 TPH – 1 Nos

SS 304 Cyclone separator for Fines with Aspiration ducting complete with

Sight Glass, Rotary Air Lock 1 set

Pellet Cooler fan (Exhaust type) 1 No

Pellet Feed Transfer conveyor 30 TPH 1 Nos.

Pellet Elevators ( Bucket Type) 30 TPH 1 Nos.

Pellet Sieve 10 TPH – 1 No

Molasses Handling

Molasses Storage Tank 400 MT 02 Nos.

Maximum Molasses to be added in the formulation 10 % Maximum

Molasses Pre-heater (Indirect Type; Horizontal insulated steel tank) 1 Job

Tanker unloading pumps ( Shuttle Block type , Motor with gearbox) (1

working + 1 standby ) 15 KLPH – 2 No

Molasses Feed pumps to plant ( Shuttle Block type , Motor with gearbox) -(2

working + 1 standby ) 3 KLPH – 3 No

Molasses Flow Meter for flow measurement (PID Controller type) 3 KLPH – 2 Nos

Molasses pipes , valves & fittings (Insulated) 1 Lot

Finished Feed Handling

CYLINDRICAL Bagging bins with 1 mm thick, SS 304 Lining

with outlet pneumatic Gates 20 MT 2 Nos.

Automatic Bagging System complete with placer, filler, weigher,

stitching with conveyor machine (with manual bagging system) 250 Bags/Hr set, 1 Set for 70

kg baqs

Bag Capacity (HDPE/Gunny Bags) 50 kg for HDPE &

70 kg for Gunny Bags

Electronic weighing machine check weighers 200 kg 2 No.

Slat conveyor to FPG with wooden slates. 250 bags/hr 1 SET 15 mtrs.

Portable Bag stack conveyor (2 Working + 1 Standby) 250 Bags/hr 3 sets

Page 73: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

73

Automation

Automation for the main plant shall include controlled operation of electrically driven units,

with sensors / meters etc, with a predetermined logic to produce pellets from dumping of raw

materials in the godown, upto Bagging operation in the production plant. The Automation shall

optimise the power utilization and improve the overall operational efficiency of the plant. The

system also envisages collection of information from various points and shall collate such data

to determine losses, utility consumption/ unit of production and shall generate plant reports with

all necessary data.

Aspiration system with compressed Air generation

Few decentralized, modular type rather than one centralized. All dust producing

equipment/hoppers/bins to be connected to aspiration systems.

Dust collected to be reused.

Automatic compressed air operated compact units.

Feed Mill Housing, platforms, Pipe Bridge, trench covers.

RCC columns foundation excluding foundation bolts upto plinth, shall be provided by

purchaser & steel structure including structural platforms, staircase shall be in bidder's

scope.

Separate structure with the Main plant would be required for hammer mills and would not

be connected to the main plant structure.

Basement to be avoided to the extent possible. Limited basements or pits can be provided

for elevators legs and Freight/passenger elevators, and trenches for intake conveyors.

Wall cladding and roofing with GALVALUME (AL-ZINC) profile rib sheets. Minimum

thickness of Sheet 0.5 MM

Feed mill housing to have windows, regular industrial staircase, railing, steel chequered

plate flooring and artificial electric lighting. Provision of 1 MT capacity industrial Elevator

(Lift) to be made in the Main plant structure.

Pipe bridge between Boiler house and Main plant shall be executed as per site requirement.

Steam Distribution Condensate recovery

Low pressure steam piping from outlet of PRS to Main plant, in Pipe Bridge, for pellet mill

conditioner in feed mill, Molasses pre-heater etc shall be in the scope of work. Condensate

generated from Molasses pre-heating sections shall be returned to Boiler feed water tank.

Electrical Distribution

Electrical Power distribution for plant requirement 3 phase, 415 V, 50 Hz

Electrical panel for Main plant, Raw material Intake Equipments, Silo

System Equipments. 1 each

Page 74: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

74

APFC panel with capacitors. 1 No.

Power cables for Main plant MCC shall be drawn from LT Panel

located in substation room. Raw material intake, Silo system shall be

drawn from Main Plant MCC.

1 Lot

Power & Control Cables, Signal cables , cable trays 1 Lot

Lighting Distribution Boards, Light fittings, cables 1 Lot

Lightening Arrestor with Earth-pits, Earthing Network 1 Set

Compressed Air Handling System

Generation of Compressed Air & its distribution, to meet requirement of complete plant for

pneumatic cylinders, cleaning and aspiration units is included in the scope.

Screw Air compressor (1 working + 1 standby) 60 CUM/Hr.

Refrigerated Air drier 60 CUM/Hr.

Air Receiver 1000 KL

Compressed Air pipes, valves , fittings including FRL etc.

General Requirements for Equipments

2 Nos. portable filled bag conveyor for mechanised conveying of bags to be provided for

transferring bags from Bagging System to the godown for stacking / upto point of loading in

trucks.

All bolted type drag chain conveyors shall have following:

Maximum linear speed 0.5 meter/second

Minimum cover plate thickness 2 mm

Minimum side plate thickness 4 mm

Minimum bottom plate thickness 4 mm

Minimum intermediate plate thickness 3 mm

All belt bucket elevator with flanged double trough shall have following

Maximum liner belt speed 2 meter/second

Minimum trough plate thickness 2 mm

Minimum head and bottom plate thickness 4 mm

All screw conveyers shall have the following Minimum trough plate thickness 3 mm

Minimum flight screw plate thickness 3 mm

Minimum too cover plate thickness 2 mm

Wear Parts

Following wear parts are to be supplied with the plant and their cost shall be considered in the

technical and financial evaluation: Pellet Mill die 5 Nos

Pellet Mill roller Shell 5 sets

Hammers for hammer mill 5 sets

Page 75: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

75

Sieve for hammer mill 5 sets

Beaters and knives for molasses mixer 5 sets

Filter bags for aspiration unit 1 set for each unit

Flexible canvass/rubber sleeves 1 set for complete plant

Spare Jute twine remover rotor 4 sets

Spare parts

For one year operation of plant, spare parts to be indicated and quoted item wise separately, as

these shall be ordered separately as per the plants requirements.

Future Expansion

Plant to be designed for future expansion up to 300 MTPD capacity

Not in Scope of Supplier

Following shall be arranged by the purchaser and is not included in scope of supplier.

All building works for offices, godown, roads, service block etc., feed production block up

to plinth, molasses tanks foundation, foundation and building for silo system.

Fire fighting and detection wherever required.

Laboratory equipment

Workshop m/c and tools for feed plant operation.

Lighting for all buildings except production block of feed mill.

Internal Communication system.

Note:

Wherever there is a discrepancy with the technical specification of services utility in General

Terms of Contract – General, Electrical, Mechanical and Installation, specifications i.e.

Schedule – III, its interpretation in this section shall prevail.

The responsibility of design, performance of the proprietary equipment performance of bought

out equipment shall be with the bidder.

Page 76: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

76

SUB SECTION – 3

PROCESS FLOW DESCRIPTION

Page 77: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

77

Process Flow Description

Raw Material Intake

All the solid ingredients packed in bags for feed production would be received at the plant by

road. These shall be first weighed at Road Weigh Bridge (not in scope) and then samples will

be drawn for testing for acceptance. Acceptable ingredients in trucks shall then be directed to

either to Raw Material Godown or to Raw Material Silo system for its storage. At the Raw

Material Godown, the bags will be manually unloaded from the Trucks and stacked in the

Godown.

Trucks of DORB / grains / similar raw materials diverted to silo storage system, where raw

materials either in bags or bulk are unloaded manually & then dumped manually in dumping

hoppers and conveyed to any one of the bulk storage silos through a mechanised conveying

system.

As per the requirement of production, there are two sets of intake chain conveyors (30 TPH) in

the RMG for transferring ingredients to Main production plant. Ingredient bags are brought

manually to various dumping hoppers located suitably in the RMG, where the bags will be

opened manually and contents dumped. One cross conveyor in the RAW MATERIAL Godown

can be use for either pre-mix or RAW MATERIAL, as per requirement.

Ingredients such as salt, urea, and mineral mixture etc are to be added in batch in very small

quantity and hence a premix is prepared. The Mineral Mixture in prepared in a plant located in

the Godown. Pre-weighed quantities of mineral mixture per formulation for a batch are

manually dumped along with a pre-weighed carrier ingredient. Mineral mix & carrier ingredient

is mixed in a 500 Kg batch pre-mixer installed in Godown, installed on one of the cross

conveyors. After mixing, pre-mixed batch is conveyed to the 20 MT storage Bin.

Main intake conveyors transfer ingredients, to the adjoining Main production plant through set

of elevators. Raw materials from grain/DORB silos are also conveyed to production block

though a mechanised conveying system.

Ingredients on reaching the production block are directed to proportionate bins for storage

before batching. Before filling proportionate bins, the ingredients shall pass through Cascade

magnet (Hump back) and Jute twine remover, to remove ferrous impurities and other foreign

materials such as stems, jute fibre etc. Two intake lines from RMG & One intake line from Silo

system above proportionate bins, a set of cross conveyors & distribution conveyors are

provided to direct raw materials automatically to a pre-decided proportionate bin. Operation

and selection of Proportionate bin is done from control room through PLC logic.

Batching

Formulae containing various available ingredients in the plant based on least cost to produce a

specific type of balance concentrate feed are made available by quality control officer of the

plant for production. All the major & minor ingredients of these formulae are stored in 16 nos

proportionate bins. Plant is provided with two automatic microprocessor controlled batching

plants, one for major (1 MT) & other for minor (1 MT) ingredients, by which the desired

quantity of each ingredient and premix is discharged from proportionate bins into one main

hopper (for main ingredients) and other small hopper (for minor ingredients) to make a

Page 78: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

78

composite batch of 2 MT (maximum). Once the batch is prepared, it is conveyed mechanically

to a 2 MT Bin above Hammer Mills.

Grinding & Mixing

Ingredients of one batch of 2 MT can be transferred into two Hammer mills from their

respective bins located above. The feeders for the hammer Mills regulates the flow of

ingredients to the Hammer Mill. Permanent magnet in feeder of Hammer mill separates ferrous

material from the ingredients before the batch is ground. Feeders of Hammer mills shall also

have provision to separate big size stone or lump of material in the feed before the batch is

ground. In the Hammer mill, the coarse material is broken into powder till they pass through the

sieve of the grinder. The operation of the Hammer mills and their feeders should be automated

& controlled by a VFD, based on the preset electrical load of the Hammer Mill.

Powdered ingredients are conveyed to the Bin above Batch Mixer. Powdered batch is fed into a

Ribbon type batch mixer through a set of pneumatic gates. Mixing of batch in batch mixer is

done generally for 2 to 3 minutes. Interlocks shall be provided to ensure exclusivity of batches.

Molassing

Molasses is an important source of energy and hence is generally included in the feed

formulation. Molasses is received at plant through road tankers and these after weighment on

Road weigh bridge , it is unloaded through a intermediate underground tank, & pumped to

vertical steel storage tanks. As per the requirement of production, molasses is drawn from the

storage tank by the feed pump. Molasses pumped to the plant, is pre-heated in a molasses pre-

heater before being fed to molasses mixer and feeder conditioners of pellet mills, in a controlled

manner for mixing with feed. The feed from the pelleting bin is drawn by a Loss–in-weight

feeder which regulates the flow of feed to the Pellet Mill. A fixed % of molasses is mixed to the

feed in the Molasses mixer. Molasses is metered before being sprayed within the molasses

mixer (major percentage) as well as in conditioner of pellet mills. Molassing of the feed shall be

automatically controlled (coarse controlled) by the speed of the feeder and fine control of the

molasses shall be done by the field operator, if required.

Pelleting

Feed is converted from mash form to pellet form by pelleting machines. In pellet mill, the

mixed molasses mash after being cooked with steam, is pressed between die & press rolls

resulting into formation of pellets, which are cut to required length by pre-adjusted knife of the

mill. Feeder for pellet mill shall control the feed to the Pellet Mill in the same way as feeder to

the Hammer mill. The pellet Mill shall be controlled for parameters such as constant electrical

load based on amperage of pellet mill and conditioning temperature in conditioner based on

PID loop. Steam controller shall control the steam inlet to the conditioner so as to achieve a

preset cooking temperature. Immediately after discharged from pellet mills, pellets are cooled

in counter current pellet coolers by flow of ambient air across column of pellets through a

suitable capacity Exhaust fan. Cooled pellets from the cooler are directed to the elevator by

gravity. These pellets are directed to respective pellet sieve for separation of crumbles from

Page 79: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

79

pellets. The crumbles from the Pellet sieve is returned to the Pellet Mill conditioner and fines

from the cyclone shall be returned to feeder of pellet Mill for re-pelleting. Good pellets are

directed to any of the four Bagging bins for bagging.

Bagging & Dispatch

Finished product from one of the SS Bagging bins selected weighed, filled in Gunny / HDPE

bags in automatic bagging system, which shall place, fill, weigh, & stitch the bags

automatically for a pre-decided quantity. Filled bags are then conveyed to Finished Product

Godown on a slat conveyor. From the Finished product Godown, bags are conveyed to the

trucks for dispatch, through manual Bag stack conveyors.

Aspiration System

To minimize the generation of dust in the plant, all dust-generating points are identified and a

few small aspiration systems operating with compressed air and having filters and blower etc.

are provided which serve to a limited area. Aspiration connection is given to all major

conveying equipment. Dust Powder collected by aspiration system is put back to the system for

minimizing product losses.

Services

For supplying electric power to all the equipment, Motor Control Centre (MCC) for Main plant

is installed in the Electrical panel room of the Main plant, to which cables are connected to all

machines, control equipment like PLC panel, Mimic panel and remote control panels. Separate

panels for Raw material intake section & soft-starters shall be supplied to cater to RMG &

DORB load requirements. For operating the plant, the remote control panels / local control

panels shall be provided in each section for intake, grinding, molassing, pelletting and bagging.

For all automatic operations for the running of the plant, a PLC based system shall be provided

in the control room. The PLC and its computer, shall be located in the control room, are used

for automation of the plant operation.

Steam at 10.5 kg/sq.cm is generated in boilers located in the Boiler house. LP Steam is received

at the outlet of PRS and is piped through Pipe Bridge to the pellet mill area, where it is mainly

used to cook the molassed feed, in conditioner of pellet mills at a desired cooking temperature.

Steam line is traced along with the molasses feeding line to the molasses mixer with a common

insulation. All steam/condensate lines, valves & fittings shall be insulated & cladded to prevent

heat loss in piping.

There are number of pneumatic flaps and slide gates in the plant for diverting and controlling

the flow of material as per requirement of plant operation. For operation of these flaps and slide

gates, compressed air generated by Air Compressors, is fed to an Air receiver, before

distribution to various consumption points through pipes. Moisture is removed from

compressed air by a Refrigerated Air dryer before it is received in an Air receiver. Compressed

air is also used for purging operation of jet filters of aspiration systems.

Page 80: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

80

Automation

Objective

Automation for this plant shall be intended to ensure uniform & preset parameters for quality in

production, uninterrupted operation of equipments, optimally run equipments and reduce

manual involvement & errors. PLC with SCADA shall be used to automate various operations

by sequencing the activities of the system, as per flow logic.

Raw Material Intake

The control panel operator with the information of level in proportionate bins in Main plant and

requirement, shall decide, which ingredients are required and information on the requirement

shall be flashed on the operator panel in the RMG/ DORB Godown for loading operation.

Ingredients on reaching the production block are directed to preset proportionate bin for storage

before batching. The operation of cross conveyor, respective distribution conveyor and

pneumatic gate for the proportionate bin shall be activated by the software logic of the PLC

depending on type of ingredient. Interlocks shall be made such that ingredients from different

intake lines do not fall into same distribution conveyor. Each proportionate bin shall have two

level probes to provide feedback on the status of bin and further loading /unloading operations

to the control room operator.

Batching

PLC based batching operation as per formulation arrived by QC officer, shall automatically

prepare batch from the ingredients available in proportionate bins. The outlet feeders (gravity &

screw) from the proportionate bins shall control discharge of all ingredients for a batch through

the software program specific for the recipe. The flow of minor ingredients shall be controlled

through a common VFD for accurate material dosage in the weigh Hopper. Batching is done in

two weigh hoppers, with a set of load cells of 750 Kgs capacity each, to prepare a composite

batch of 2 MT.

Grinding & Mixing

Probes shall be placed on the Grinding bin. Ingredients of one batch of 2 MT can be transferred

into two Hammer mills from their respective bins located above with Low and high level

indications for control of feed to the Hammer Mill Feeder. These feeders control the feed to the

Hammer mill, through a VFD through a PID loop. The current drawn by the respective grinding

hammer mill in turn controls the speed of the feeder. The batch is conveyed mechanically to the

bin above batch mixer. This bin has a low and high level sensor to avoid accidental mixing of

successive batches. The entire batch is mixed in batch mixer with timer controlled operation for

2 to 3 minutes. Interlocks are provided to ensure exclusivity of batches. For this level probes are

placed on the bin above Mixer.

Molassing

After grinding & mixing, the powdered feed is conveyed to pelleting bins. For a particular flow

rate of the Feed, a fixed % of Molasses by weight is measured for blending with the feed in the

Molasses mixer. The Molasses mixer shall be capable of mixing about 10 to 13% by weight of

Molasses to the mixed feed and is controlled by the speed of the loss-in-weight feeder. To

Page 81: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

81

achieve this, a pneumatically /electrically operated control valve for Molasses is installed to

regulate Molasses feed to Mixer & conditioner to control molasses in coarse adjustment.

However, Final correction of Molasses if required can be done by the operator, near pellet mill.

Pelleting

Feeder for pellet mill shall control the feed to the Pellet Mill in the same way as feeder to the

Hammer mill. Pelleting bins, shall have High and Low level probes to control the operations of

the equipments before and after bin. The pellet Mill shall be controlled for parameters such as

constant electrical load based on amperage of pellet mill and conditioning temperature in

conditioner based on PID loop. The temperature of conditioned feed shall be set in the PLC, as

per requirement and the flow of steam regulated through a control valve and temperature sensor

with transmitter. Steam controller shall control the steam inlet to the conditioner so as to

achieve a preset cooking temperature.

Bagging & Dispatch

Pellets from vibro-sieve are directly discharged into any of the two bagging bins, through a set

of pneumatic flaps before being bagged. High and low level probes in this bin shall control the

operation of upstream and downstream equipment. Pellets from the bagging bin are discharged

to Automatic bagging system wherein bags are automatically placed, filled, prefixed quantity of

pellets is filled & stitched in a sequence. PLC shall keep track of the no. of bags bagged for

particular formulae and data shall be used to compile the production figures and in a shift /

day/month/year and overall losses. There should be the provision for Manually Bagging system,

in case of any failure in automatic bagging system.

General Requirement:

The system shall be used to automate and co-ordinate, monitor the plant operations for

production, to ensure smooth and continuous operations.

All idle machinery shall be put off when not in use.

Systematic and regular report generation for shift, day, month, year to be made available.

Various recipes for formulation shall be created as per Least Cost Formula & provision for

changing the recipe from time to time by Quality control officer shall be included feature in

the scope.

Production reports for shift, day, month, year shall be generated and hence loss report shall

be prepared.

Operating loads of Hammer Mill & Pellet Mill motors shall be tracked and recorded.

Inputs for Steam flowmeter in Boiler house shall be picked up & recorded and consumption

of utility/ton of production shall be calculated.

The density variation with temperature for Molasses along with Flow rate shall together be

computed in the PLC to arrive at the mass of Molasses being fed in the Molasses Mixer.

All hardware for dynamic and static panel, PLC, panels shall be supplied.

PLC for the Main plant shall communicate with the PLC for the silo system. Main PLC

shall receive data and instruction from Silo PLC for loading, unloading/transfer operations.

The control room shall house the PLC panel, Control system for SCADA shall be dust free

& air conditioned. For this a suitable capacity split type air conditioning unit shall be

supplied and installed.

Page 82: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

82

SUB SECTION – 4

TECHNICAL DATA & INFORMATION TO BE

PROVIDED BY THE BIDDER

Page 83: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

83

Technical Data & Information to be Provided by the Bidder

Flow Diagram

This shall be for the complete plant being offered similar to one prepared by purchaser and

attached with bidding document, starting from receipt of material from godown / silos,

production and conveying of finished product to godown. Flow diagram also to include raw

material storage silo system. All sections of feed mill including aspiration, utilities, pre-mix etc.

have to be indicated.

Equipment Layout

The scaled layouts shall be in the form of plans (for each floor), sections and elevations with

major dimensions of the equipment as well as that of the building for production block

suggested by the bidder.

Modular Layout of Production Area

Layout similar to one prepared by purchaser and attached with bidding document shall be

shown in one drawing (plan) the overall relative locations of RMG, FPG, Production Block,

Mineral Mixture Plant, By-pass Protein Plant, Raw Material Storage Silo System, Molasses

Tanks, Boiler House, Electric Sub-station, Engineering Workshop and Store. The design of the

plant building shall take into account of wind loading (maximum as per historical data), seismic

zone of the area.

Services Schematics

For all the services like air, LP steam, Molasses, separate single line schematic diagram

indicating piping with valves, fittings etc., up to utility points to be provided.

Electricals

1. Consolidated List of Motors ( equipment-wise), with drive mechanism, connected KW/HP,

RPM of Motor, Type of Geared motor/Gear box, RPM of driven parts, Full Load amperes

of drives

2. Consolidated single line power diagram of electrical installation showing Motor Control

Centres, PLC Control panels, Remote panels, APFC Panel, Electric motors

3. The total capacity of capacitors considered in KVAR for APFC panel for total load and

their quantity and individual ratings.

Page 84: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

84

Equipment

List of equipment (Section-wise) with adequate brief specification of each item including

construction material, critical thickness, length/height/ capacity, drive details, make/model etc.

Additional technical details of following main machine:

Machine / Technical Detail Unit Detail

Pellet mill Die

Inner Diameter mm

Overall width mm

Working width mm

Working Area Sq.mm

Effective length mm

Total Thickness mm

MOC

Expected Life MT

Press Roller shell

Inner Diameter mm

Overall Diameter mm

Pad width mm

Pattern of outside of shell

MOC

Expected life MT

Motor HP

Driven pulley size:

Motor pulley size :

No of belts :

Conditioner

Diameter mm

Length mm

Steam requirement at full capacity Kg/hr

Cooking time at full capacity sec

MOC

Motor HP

Hammer Mill

Screen area sq.m

Size of the beater (LXBXT)

Tip speed m/min

Open screen Area / HP sq.cm

Open screen area %

Page 85: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

85

MOC & No. of beaters in one set no.

Distance between Hammer & screen mm

Expected life of beaters MT

Batch Mixer ( 2 MT & 0.5 MT )

Main body thickness mm

Size L X B x H

Air Cylinder dia and stoke in mm

No. of paddles

RPM after speed reduction rpm

Motor HP

Molasses Mixer

Main body thickness mm

Size L X B x H

No. of paddles

RPM after speed reduction rpm

Motor HP

Mineral mixture plant

Pellet cooler Blower: Air flow rate : ________ cum/hr at ______ static pressure differential

Chain Conveyor

General arrangement drawing of a typical chain conveyor showing thickness of various plates,

detail of wear plates, detail of chain, designed breaking load, chain speed, type of bearing, drive

arrangement, etc.

Bucket Elevator

General arrangement drawing of a typical belt bucket elevator showing thickness of various

plates, size, type and thickness of buckets, size and type of belt, type of bearings, belt speed,

drive arrangements, head and tail pulley etc.

Screw Conveyors

General arrangement drawing of a typical screw conveyor showing thickness of various plates,

size and type of main shaft, pitch of screw, type of bearing, screw speed, drive arrangement,

drive parts etc.

Proportionate Bins and Big Bins / Hoppers

General arrangement drawing of a typical proportionate bin and a big hoppers, molasses tanks,

showing thickness of various plates, height and diameter, flange joints, slops and construction

material, inspection window, sight glass etc.

Feed Mill Housing Structure

General arrangement drawing of elevation and section showing columns, beams, side cladding,

roof cladding, windows, flooring etc.

Page 86: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

86

Approx. quantity of following to be provided for technical evaluation:

Item Quantity Other Details

Structural steel for Main plant, pipe bridge In MT

Chequered plate flooring material In MT

Side cladding In Sq.mts Thickness & profile

Roof Sheeting In Sq.mts Thickness & profile

Windows In Sq.mts

Bidder shall quote for a minimum quantity of 250 MT of Structural steel for plant Main

structure, pipe bridge including platform, trench covers based on which the bids would be

assessed.

Automation System and PLC Panel

Details of the Automation scheme, network diagram, type & model of the PLC offered

Technical detail of Raw material loading in bins, auto-batching, Hammer Mills load

controlling, Molasses dozing, feed conditioning & computer system with a write-up

describing the process controls, type of reports that can be printed and provision for future

expansion. Detail of input/ output ports and other technical details of the PLC panel &

hardware of computer systems.

Page 87: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

87

Make/Model Specific Important Details of Following Equipment/Items – 1

Description Make of Items

1st Preference 2

nd Preference

Screw Discharger

Chain Conveyors

Screw Discharger

Bucket Elevators

Paddle Batch Mixer

Hammer Mill

Molasses Mixer

Bin Activators

Pellet Mill

Rotary Air-locks

Bagging of Weigher

Bin Discharger

Counter Current Pellet Cooler

Aspiration Filter

Centrifugal Fans

Air-compressors

Air dryer

Molasses Flow meter

Load cells for Weighing System

Computer System

PLC

Software for Plant operations

Electric Motors

Geared Motors

Gearboxes

Molasses Pumps

Motor Control Centre (MCC)

Power and control cable

Pneumatic cylinders and solenoid valves

Structural Steel

Light fittings

Loss-in-weight Feeder

Air Conditioner

Utility Pipes

Condensate rec. system

Page 88: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

88

Make/Model Specific Important Details of Following Equipment/Items – 2

S. No. Name of Items Makes of Items

1st Preference 2

nd Preference

1 ACB and its relays

2 Moulded Case Circuit Breaker (MCCB)

3 Motor Protection Circuit Breaker (MPCB)

4 Switch Disconnector Fuse Unit

5 HRC Fuse Links

6 Miniature Circuit Breaker (MCB)

7 Soft-starter

8 Variable Frequency Drive (VFD)

9 Contactors

10 Starter Relays

11 Electronic Timers

12 Push Buttons

13 Indicating Lamps

14 Current Transformers

15 Measuring Instruments

16 PVC Insulated Control wires

17 PVC Insulated Power wires

18 Terminal Blocks

19 Junction Box

20 Power Isolator

21 Power Capacitor

Deviations From Technical Requirement

This bidding document provides guidelines for the processes and equipment to be used for the

cattle feed plant and the „Design data and Design basis‟ and „Technical Specifications‟ define

the qualitative parameters and frame work against which equipment will be required to perform.

It is imperative on bidders to provide the fully detailed technical specification of the equipment

and services, which they intend to provide, to fully execute the contract in line with the bidding

document. Items, which deviate from the bidding proposal, shall be as per design specifications

of the bidder and shall be treated as a deviation from the text of this bidding document.

Deviated items should fulfil the minimum performance parameters as specified in this bidding

document. This bidding document does not allow bidders to make exclusions from any part of

the bid and an incomplete list of equipment or an incomplete schedule of service utilities to be

provided would be considered as a non-responsive bid.

Page 89: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

89

Optional Items

There may be items or sections offered as „OPTIONAL‟ by the bidder. The entire system shall

be designed with all provisions to include the optional items in such a way that no major

changes would be required in the system. The specifications of `Optional‟ items shall be the

same as that of similar items in the tender.

The cost of `Optional‟ items shall not be included in the calculation of total bid price for

evaluation. In the event that the optional items are selected by the purchaser for supply, these

shall be in addition to evaluated price. The quoted price for the “optional” item shall include all

incidental costs of installing that item as part of the contract.

Break Up Price

For all items including LOT or SET items, which are detailed in the bidding document, break-

up price whether in Nos., RM or Sq. meters, Kilograms or MT is to be provided. unless

specifically asked under technical information and data, which is meant only for technical

evaluation and not for the commercial evaluation of the bid. The bidding document will be

evaluated on a total lump-sum basis as specified price schedule.

Page 90: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

90

SUB SECTION – V

PROJECT MANAGEMENT

Page 91: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

91

Project Management

Major Responsibilities of Bidder & Purchaser

Major responsibilities of Bidder

1. Developing the process design, complete engineering design supply of all equipment and

systems, ensuring best performance of individual equipment/system, for which bidder shall

avail the assistance of reputed specialists in their respective fields, wherever required, as per

the details given in the bidding document and as per battery limits.

2. Performance and suitability of the total system: Performance tests should be carried out by

the bidder in the presence of and to the satisfaction of Purchaser.

3. Arranging and obtaining approvals from various statutory authorities on behalf of the

Purchaser. The statutory fees shall be reimbursed by the Purchaser on production of

receipts.

4. Ensuring satisfactory performance, training of operating staff, stand by services after

commissioning and after sales services of the complete plant supplied and installed.

5. First charge of oil, lubricants and consumables. “First charges” means that these items shall

be replenished whenever and wherever required till the successful completion of product

trials. However, supply of electricity, water, petrol and diesel etc. is not covered in bidder‟s

scope.

6. Test kits required for establishing performance parameters.

7. Necessary manpower and tools for installation, testing and commissioning

8. Performance guarantees with regards to the following:

a. Rated performance of individual equipment and complete system.

b. Product quality standards conforming to the prevailing Standards.

c. Three sets of installation, operation and maintenance manuals of all machines should

be supplied. Two sets should be handed over to Site while handing over the plant to

Site Engineer/Project Authority along with the equipment while the third set is to be

handed over to the RCDF controlling office. As built drawings in soft i.e. in CD

(AUTOCAD) with manuals to be handed over to purchaser.

9. The Bidder shall furnish to the Purchaser, the total load on each of the foundations to enable

the purchaser to design & arrive at the footing/pedestal details.

10. The Bidder shall furnish all equipment details as indicated in Technical Data & information

to be provided by Bidder

Major responsibilities of Purchaser

1. Temporary store at site.

2. Details of civil design, building layout and drainage and sewage details.

3. Adequate labour force with operators/supervisors and engineers for trial, testing and

commissioning at no charge.

4. All buildings including roads, drainage and minor civil works during plant and pipe work

installation.

5. Provision of services, Raw material, packaging material etc.

6. Fire fighting system.

7. Lighting distribution system in RMG and FPG and non-plant areas.

Page 92: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

92

8. Internal telephone system.

9. Engineering personnel to liase with the supplier, Project Manager and the execution team.

10. Provision of personnel for training and on going jobs supervision.

11. Telephone facility on chargeable basis.

12. Permanent water and power supply at the time of testing and commissioning of the plant,

including petrol and diesel etc.

Project Management

1. The project execution shall be time-bound as per the mutually agreed time schedule.

Supplier shall nominate an experienced project engineer who shall be responsible for

activities of project in office and site. A competent execution team shall be deputed at site

by supplier who shall be stationed at site and adequately experienced in Project

Management of such magnitude and type.

The Project Engineer shall avail assistance wherever required from reputed experts in

various fields who shall be directly responsible for satisfactory execution. The Project

Engineer shall be responsible for overall implementation of the entire project, from

commencement to the final take over of the plant. The services of the Project Engineer shall

be ensured for the day to day operations and coordination to ensure successful and

satisfactory design, procurement, manufacture, inspection, erection, testing and

commissioning of all the equipment/ facilities/systems within the time-bound schedule. He

shall be assisted by a Site Engineer to take care of all site activities.

The Project Engineer and Site Engineer shall attend all technical and review meetings

between various parties involved in the project and ensure implementation of all decisions

taken in the meetings. The Site Engineer shall be responsible for detailed material

accounting at site and management of the store maintained at site.

2. The purchaser shall also nominate a Project In-charge with whom the supplier shall

communicate/coordinate. The purchaser shall also post a Site Engineer at project site for

supervision and coordination with Site Engineer of the supplier. Approval on technical

documentation (with or without specified amendments) shall be given by purchaser within

ten working days after submission. The amendments which are not in the original scope of

work or due to changes in concept, shall be taken-up by the supplier as per mutually agreed

rates (decided either before or after execution), and shall be binding on the supplier.

3. Supplier shall obtain approval for purchase of specific makes of equipment whose makes

are not mentioned in his offer. If two or more makes of the same equipment are mentioned

in the form of alternatives, the supplier shall seek approval for choosing one make over

another. All the detailed design calculations regarding the selection of equipment sizes,

system types, etc. shall be submitted to Purchaser for their specific observation and record

whenever asked for.

4. The supplier‟s Project Engineer will provide to the purchaser‟s Project In-charge with

monthly progress reports which clearly indicate the actual vis-à-vis planned progress and

the new likely completion date of supply, erection and commissioning of the plant.

5. For indigenous items, the supplier shall invite Purchaser for inspection and preliminary

testing. The inspection may be required at various stages of manufacture/assembly for some

items.

Page 93: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

93

6. Details of documentation to be submitted shall be according to the overall project

programme. The Project / Site Engineer of supplier shall be fully authorised to take on the

spot decision with regard to:

a. Modification in layout and execution programme to suit local conditions.

b. To purchase essential materials from local market to avoid delays.

7. For smooth execution of the project, the supplier‟s team of Project Engineer, Site Engineer

and key Personnel shall remain consistent throughout the execution period.

8. After satisfactory erection and testing, competent commissioning team shall be deputed to

establish the performance parameters for a specific period.

Testing & Commissioning

After installation of all equipment and completion of product piping and connection of all

utilities including electrical, all major equipment shall be tested at no load after checking all

alignments. On completion of satisfactory no load test, section-wise testing at no load shall be

carried out. Any defect notice during no load shall be attended to. After testing of all sections

on no load, the plant as a whole shall be tested with raw material for trial run and ultimately

commissioning the complete plant to the satisfaction of purchase/project authority.

Establishing Performance Guarantees

On completion of supply, erection, testing and commissioning of the plant, the plant has to be

operated at full capacity continuously in 3 shifts of 8 hours basis for seven days to the

satisfaction of the Purchaser/Project Authority, to establish performance guarantees provided by

the bidder. However if purchaser/client is unable to provide operating staff for three shifts,

number of days can be increased with mutual discussions.

Performance Guarantees

If the plant or any part thereof does not give the offered process performance, capacities and

consumption guarantees as confirmed in design data and technical data and information, during

the commissioning due to reasons attributable to the supplier, suitable recovery shall be made

by purchaser from supplier‟s bill.

Training

Training of plant personnel in the operation and maintenance of the various equipment of the

plant shall form an important component of Project Management. Training shall be imparted by

the bidder for a period of two weeks during which the contractor should guide and train the

staff of the client in operation and maintenance of the plant equipment to achieve the optimum

plant efficiency and product quality. Training should commence during the testing/

commissioning period and shall include:

1. Familiarization with all major feed milling equipment of all sections of the feed plant and

utilities etc. including the operation of the computer/PLC based auto batch weigher and

other systems.

2. Procedure for attaining the rated output and optimum product quality.

Page 94: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

94

3. Familiarization with the basic principle of Electronic/Electrical control systems, including

faultfinding.

4. Familiarization with start-up procedures, regular maintenance and operational procedures

including dismantling of machine parts, replacement of spares/components, preventive

maintenance etc.

5. Condition monitoring of equipments.

6. Generating production and maintenance log sheets of important equipment and systems.

Training shall be given to all the personnel required to operate the plant, and their immediate

Supervisors/ Engineers.

The training schedule should be proposed by the bidder together with the content of training

programmes, their duration etc.

Standby Services after Commissioning

Once the commissioning and warranty runs are over and the plant is taken over by

Purchaser/Project Authority, the supplier shall provide to the plant standby technical

supervisory support as follows:

1. For one week after warranty runs in which further training of the Purchaser/Project

Authority's operating staff shall be done and equipment/system still needing finer

adjustment/changes shall be carried out.

2. For two days after 4 months, 8 months and 1 year from warranty runs, to have discussions

with plant staff and assistance to review the correctness of operations / maintenance

procedures and necessary corrections.

3. These visits of the Supplier are other than those covered under guarantee/warranty clause,

which shall be undertaken whenever required separately.

The bidder shall provide drawing/data and technical details with their bid as specified in tender.

After commissioning and during handing over of the plant by Supplier to Purchaser/Project

Authority, the contractor to provide the following:

1. As executed final drawings and technical data of the complete plant for operation,

maintenance and permanent record in soft and hard copies.

2. The final software and source codes of the systems.

3. A consolidated operation and maintenance manual of the complete plant along with

operation and maintenance of each key equipment as provided by manufacturer.

Page 95: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

95

SUB SECTION – VI

SCOPE OF WORK

Page 96: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

96

Scope of Work

List of Major Equipment to be Supplied and Commissioned

The list given below of equipment is as per preliminary design of the plant by Purchaser. The

detail list of equipment & their individual capacity may vary as per design and detailed

engineering by the bidder to achieve the minimum plant‟s rated capacity of minimum 7.5

MT/Hr ( 150 TPD for 20 operating hours) or as specified in design data & battery limits. If

required, the bidder can break-up an item into further detail, but wherever purchaser has

indicated quantity as one lot, no further detail is required. Bidders may add additional items

section wise if these are required as per their detail engineering.

These additional / optional / alternatives items offered by the bidder will be considered during

technical evaluation of the bids and would be subjected to acceptance by the purchaser.

Schedule of Quantities for Design, Supply, Installation, Testing and Commissioning of Equipment

Part - A

CFP LAMBIYAKALAN DISTRICT BHILWARA

PART 1. : DESIGN, FABRICATION, SUPPLY OF MAJOR EQUIPMENTS, FOR 150

TPD CATTLE FEED PLANT (EXPANDABLE UP TO 300 TPD) ON TURNKEY BASIS.

LIST OF MAJOR EQUIPMENT

S. No. Description Capacity/Size

(cm=Cubic

Meter)

Quantity Unit Price

Rs.

Amount

Rs.

1 RAW MATERIALS STORAGE EQUIPMENTS

1.1 Silo System for DORB/Grain Storage

with handling & Transferring system. 500 MT

2

1.2

Complete Unloading, Cleaning System

of 50 TPH with Three Truck at a time

and Shed -- 1

2 RAW MATERIALS INTAKE

EQUIPMENT

2.01

INTAKE CHAIN CONVEYOR IN

RMG WITH PNEUMATIC SLIDE

GATES

40TPH 55RM 2

2.02 DUMPING HOPPERS FOR INTAKE

CONVEYORS IN RMG 2 M x 1 M 10

2.03 ASPIRATION UNIT FOR DUMP

HOPPERS IN RMG -- 10

2.04 ELEVATOR FOR BATCH PRE-

MIXER 10 TPH 1

2.05 HOPPER ABOVE BATCH MIXER

WITH PN. GATE 1 MT 1

2.06 BATCH MIXER FOR PREMIX DUTY

WITH PNEUMATIC OUTLET GATE 1 MT 1

2.07 HOPPER BELOW BATCH MIXER 1 MT 1

Page 97: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

97

2.08 ELECTRONIC PLATFORM

WEIGHSCALE 200 KGS 2

2.09 PORTABLE BAG STACK

CONVEYORS

250 BAGS/HR;

10 M 3

2.10 INTAKE BUCKET ELEVATOR 40 TPH 2

2.11 ASPIRATION UNITS FOR INTAKE

ELEVATORS -- 2

2.12 CASCADE MAGNET 40 TPH 2

2.13 JUTE TWINE REMOVER 40 TPH 2

2.14 CROSS CONVEYOR 40 TPH 1

2.15 DISTRIBUTION CONVEYORS 40 TPH 2

3 BATCHING EQUIPMENT

2.01 PROPORTIONATE BIN WITH

OUTLET GATE 20 MT 16

3.02 ASPIRATION UNITS FOR

PROPORTIONATE BINS 1 SET

3.03 GRAVITY FEEDERS FOR BIN

DISCHARGE 16

3.04 REDLER CHAIN CONVRYOR FOR

BIN DISCHARGE 250 MM 16

3.05 BATCH WEIGH HOPPER ( MAJOR

INGREDIENTS) 3 MT 1

3.06 BATCH WEIGH HOPPER( MINOR

INGREDIENTS) 1 MT 1

3.07 PNEUMATIC GATE BELOW WEIGH

HOPPER -- 2

3.08 SURGE HOPPER BELOW BATCH

WEIGHER -- 2

3.09 BATCH CHAIN CONVEYOR 30 TPH 1

3.10 BATCH BUCKET ELEVATOR 30 TPH 1

3.11 ASPIRATION UNITS FOR BATCH

ELEVATOR -- 1

4 GRINDING, MIXING EQUIPMENT

4.01 GRINDING BIN WITH PN. GATE 3 MT 2

4.02 FEEDER ABOVE HAMMER MILL 15 TPH 2

4.03 HAMMER MILL WITH 6 or 8 MM

SIEVE 15 TPH 2

4.04 HOPPER BELOW HAMMER MILLS -- 2

4.05 ASPIRATION UNIT FOR HAMMER

MILLS -- 2

4.06 BIN ABOVE BATCH MIXER 3 MT 2

4.07 PNEUMATIC GATE ABOVE BATCH

MIXER -- 1 SET

4.08 BATCH MIXER ( RIBBON TYPE) 3 MT 1

4.09 PNEUMATIC GATE BELOW BATCH

MIXER -- 1 SET

4.10 HOPPER BELOW BATCH MIXER 10 MT 1

Page 98: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

98

4.11 CONVEYOR BELOW MIXER 30 TPH 1

4.12 MIXED FEED ELEVATOR 30 TPH 1

4.13 ASPIRATION UNIT FOR MIXED

FEED ELEVATOR -- 1 1

5 PELLETTING EQUIPMENT

5.01

MIXED FEED TRANSFER

ELEVATOR WITH OUTLET CASCAD

MAGNET.

30 TPH 1

5.02 PELLETING BIN WITH BIN

ACTIVATOR 10 MT 1

5.03 VARIABLE SPEED LOSS IN WEIGHT

FEEDER WITH HOPPER 10 TPH 1

5.04 PELLET MILL WITH CONDITIONER

AND MOLASSES MIXER 10 TPH 1

5.05 ROTARY AIR LOCK FOR PELLET

COOLER 10PH 1

5.06 COUNTER CURRENT PELLET

COOLER 10 TPH 1

5.07 PELLET COOLER CYCLONE (SS 304)

WITH PN.HAMMERS. -- 1

5.08 ROTARY AIR LOCK FOR CYCLONE

(SS ) 10 TPH 1

5.09 PELLET COOLER FAN -- 1

5.10 ASPIRATION DUCTING FOR

PELLET COOLER (SS 304) -- 1 SETS

5.11 PELLET ELEVATOR 30 TPH 1

5.12 PELLET SIEVE 30 TPH 2

5.13 SPARE MOTOR FOR PALLET MILL -- 1

5.14 SPARE MOTOR FOR CYCLONE

BLOWER -- 1

6 MOLASSES STORAGE / HANDLING EQUIPMENT

6.01 MOLASSES STORAGE TANK 400 MT 2

6.02 MOLASSES UNLOADING TANK

(WITH HOSE)

6.03 MOLASSES UNLOADING PUMP (1

Working + 1 Standby) 15 KLPH 2

6.04 MOLASSES PRE-HEATER 1 1

6.05 MOLASSES FEEDING PUMP (1

Working + 1 Standby) 3 KLPH 2

6.06 MOLASSES FLOW METER 3 KLPH 1

6.07 MOLASSES PIPING, CONTROL

VALVES,FITTINGS -- 1 LOT

7 BAGGING EQUIPMENT

7.01 BAGGING BIN (SS LINED) 20 MT 2

Page 99: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

99

7.02 PNEUMATIC SLIDE GATE -- 2

7.03

AUTOMATIC BAG PLACING,

WEIGHING,FILLING, STITCHING

MACHINE WITH CONVEYOR &

CONTROLLER

250 BAGS/HR 1 SET.

7.04 SLAT CONVEYOR - With WOODEN

slats.

250 BAGS / HR;

25 M 1 SET

7.05 PORTABLE BAG STICHING

MACHINE -- 2

7.06 ELECTRONIC WEIGH SCALE 200 KG 2

7.07 PORTABLE BAG STACK

CONVEYOR

250 BAGS / HR;

10 M 2

8 FEED MILL HOUSING

8.01 MS STRUCTURAL STEEL FOR MAIN

PLANT AND PIPE BRIDGE 240 MT Approx.

8.02 MILD STEEL CHEQUERED PLATE

PLATFORM,TRENCH COVERS ETC 60 MT Approx.

8.03 WINDOWS As per Design

8.04 ROOF SHEETING As per Design 0

8.05 CLADDING SHEETS As per Design 0

8.06 LIGHT FITTINGS & LAMPS ( MAIN

PLANT) -- 75 SETS

9 PRODUCT PIPING/ ACCESSORIES

9.01 PRODUCT PIPING/DUCTING, FLEX.

CONNECTIONS -- 1 LOT

9.02 SMALL HOPPERS/TRANSITION

PIECE -- 1 LOT

9.03 PNEUMATIC GATES FOR PROP.

BINS FILLING -- 1 LOT

9.04 PNEUMATIC PIPE FLAPS -- 4

9.05 SIGHT GLASS FOR AIR LOCK -- 2 SETS

10 AUTOMATION EQUIPMENT

10.1

LOAD CELL WITH WEIGHING

SYSTEM FOR BATCH WEIGHER

EACH

1 MT; 1 MT 1 SET

10.2 LOAD CELL FOR LOSS-IN-WEIGHT

FEEDER -- 2 SETS.

10.3 PROGRAM SOFTWARE FOR THE

ENTIRE PLANT -- 1 SET

10.4

PLC PANEL , HMI , SENSORS,

COMMUNICATION & DATA

CABLES

-- 1 LOT.

10.5 MIMIC PANEL, COMPUTER FOR

CONTROL ROOM -- 1 SET

10.6 COMPUTER FURNITURE

(MODULAR) -- 1 LOT

10.7 UPS FOR CONTROLS & PLC -- 1 SET

Page 100: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

100

10.8 COMPUTER WITH MIS OF PLANT

INFORMATION IN ENGG. OFFICE -- 1 SET

10.9 INSTRUMENT EARTHING ( CU

PLATE) FOR PLC LOT PANEL ETC -- 1

10.10 SPLIT TYPE AIR CONDITIONING

UNIT FOR CONTROL ROOM -- 1 SET.

SERVICE EQUIPMENTS

11 ELECTRICAL EQUIPMENT (LT)

11.01 Main LT Panel

11.02 MCC FOR MAIN PLANT -- 1

11.03 REMOTE PANELS FOR FEED MILL

EQPTS -- 1 LOT

11.04 AUTOMATIC POWER FACTOR

CORRECTION PANEL -- 1

11.05

MCC FOR RAW MATERIAL

INTAKE, SILO SYSTEM, BOILER ,

PUMP HOUSE & MOLASSES

UNLOADING TANK

-- 1each

11.06 MCC FOR SILO SYSTEM -- 1

11.07 SOFT-STARTER PANEL -- 1

11.08 POWER CABLES -- 1 LOT

11.09 CONTROL & SIGNAL CABLES -- 1 LOT

11.10

ELECTRICAL ACCESSORIES

(CABLE TRAYS, GI CONDUITS,

CABLE GLANDS, CABLE LUGS,

ISOLATORS, PUSH BUTTONS,

RUBBER MATS,FUSE PULLER,

RUBBER GLOVES ETC)

-- 1 LOT

11.11

IN MAIN PLANT BUILDING –

LIGHTING PANEL, LIGHTING DBS,

CONDUITS ,SET WIRING,

EMERGENCY LIGHTS FOR

CONTROL ROOM (Excluding RMG &

FPG)

-- 1

11.12 EARTH PITS AND NETWORK FOR

PANELS, DB ETC -- 1 LOT

11.13

LIGHTENING ARRESTOR WITH CU

EARTH CONDUCTOR, GI EARTH

PITS, AVIATION LIGHTS

-- 1 SET

12 STEAM DISTRIBUTION & CONDENSATE RECOVERY

12.01

LOW PRESSURE STEAM PIPES

WITH INSULATION LOT &

CLADDING, VALVES, FITTINGS,

FLOW CONTROLLERS

-- 1

12.02 CONDENSATE RECOVERY SYSTEM -- 1 SET

12.03 CONDENSATE PIPES, VALVES, -- 1 LOT

Page 101: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

101

AND FITTINGS --

13 COMPRESSED AIR GENERATION & HANDLING EQUIPMENT

13.01 AIR COMPRESSOR (SCREW) PNEU.

FLAPS, GATES, ASPIRATION UNITS 60 CUM/HR 2

13.02 REFRIGERATED AIR DRYER 60 CUM/HR 1

13.03 AIR RECEIVER WITH AUTO DRAIN 1000 LITRE 1

13.04 COMPRESSED AIR PIPES, VALVES ,

FITTINGS -- 1 LOT

13.05 Mineral Mixture Plant 1 LOT

Total of Part – I.

14 PART – II ERECTION & COMMISSIONING

14.01 Erection, testing & commissioning of

equipment as per the above list. 1 LOT 1

14.02

Erection & commissioning of steel

structure sheeting and internal lighting

etc.

1 LOT 1

Total of Part – II.

Total of Part – I & II. (In figures)

Total of Part – I & II. (In words)

Page 102: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

102

Part - B

PROPOSED SITE AT VILLAGE HATHALAI (GUNDOGE) DISTRICT PALI

PART 1. : DESIGN, FABRICATION, SUPPLY OF MAJOR EQUIPMENTS, FOR 150

TPD CATTLE FEED PLANT (EXPANDABLE UP TO 300 TPD) ON TURNKEY BASIS.

LIST OF MAJOR EQUIPMENT

S. No. Description Capacity/Size

(cm=Cubic

Meter)

Quantity Unit Price

Rs.

Amount

Rs.

1 RAW MATERIALS STORAGE EQUIPMENTS

1.1 Silo System for DORB/Grain Storage

with handling & Transferring system. 500 MT

2

1.2

Complete Unloading, Cleaning System

of 50 TPH with Three Truck at a time

and Shed -- 1

2 RAW MATERIALS INTAKE

EQUIPMENT

2.01

INTAKE CHAIN CONVEYOR IN

RMG WITH PNEUMATIC SLIDE

GATES

40TPH 55RM 2

2.02 DUMPING HOPPERS FOR INTAKE

CONVEYORS IN RMG 2 M x 1 M 10

2.03 ASPIRATION UNIT FOR DUMP

HOPPERS IN RMG -- 10

2.04 ELEVATOR FOR BATCH PRE-

MIXER 10 TPH 1

2.05 HOPPER ABOVE BATCH MIXER

WITH PN. GATE 1 MT 1

2.06 BATCH MIXER FOR PREMIX DUTY

WITH PNEUMATIC OUTLET GATE 1 MT 1

2.07 HOPPER BELOW BATCH MIXER 1 MT 1

2.08 ELECTRONIC PLATFORM

WEIGHSCALE 200 KGS 2

2.09 PORTABLE BAG STACK

CONVEYORS

250 BAGS/HR;

10 M 3

2.10 INTAKE BUCKET ELEVATOR 40 TPH 2

2.11 ASPIRATION UNITS FOR INTAKE

ELEVATORS -- 2

2.12 CASCADE MAGNET 40 TPH 2

2.13 JUTE TWINE REMOVER 40 TPH 2

2.14 CROSS CONVEYOR 40 TPH 1

2.15 DISTRIBUTION CONVEYORS 40 TPH 2

3 BATCHING EQUIPMENT

2.01 PROPORTIONATE BIN WITH

OUTLET GATE 20 MT 16

3.02 ASPIRATION UNITS FOR

PROPORTIONATE BINS 1 SET

Page 103: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

103

3.03 GRAVITY FEEDERS FOR BIN

DISCHARGE 16

3.04 REDLER CHAIN CONVRYOR FOR

BIN DISCHARGE 250 MM 16

3.05 BATCH WEIGH HOPPER ( MAJOR

INGREDIENTS) 3 MT 1

3.06 BATCH WEIGH HOPPER( MINOR

INGREDIENTS) 1 MT 1

3.07 PNEUMATIC GATE BELOW WEIGH

HOPPER -- 2

3.08 SURGE HOPPER BELOW BATCH

WEIGHER -- 2

3.09 BATCH CHAIN CONVEYOR 30 TPH 1

3.10 BATCH BUCKET ELEVATOR 30 TPH 1

3.11 ASPIRATION UNITS FOR BATCH

ELEVATOR -- 1

4 GRINDING, MIXING EQUIPMENT

4.01 GRINDING BIN WITH PN. GATE 3 MT 2

4.02 FEEDER ABOVE HAMMER MILL 15 TPH 2

4.03 HAMMER MILL WITH 6 or 8 MM

SIEVE 15 TPH 2

4.04 HOPPER BELOW HAMMER MILLS -- 2

4.05 ASPIRATION UNIT FOR HAMMER

MILLS -- 2

4.06 BIN ABOVE BATCH MIXER 3 MT 2

4.07 PNEUMATIC GATE ABOVE BATCH

MIXER -- 1 SET

4.08 BATCH MIXER ( RIBBON TYPE) 3 MT 1

4.09 PNEUMATIC GATE BELOW BATCH

MIXER -- 1 SET

4.10 HOPPER BELOW BATCH MIXER 10 MT 1

4.11 CONVEYOR BELOW MIXER 30 TPH 1

4.12 MIXED FEED ELEVATOR 30 TPH 1

4.13 ASPIRATION UNIT FOR MIXED

FEED ELEVATOR -- 1 1

5 PELLETTING EQUIPMENT

5.01

MIXED FEED TRANSFER

ELEVATOR WITH OUTLET CASCAD

MAGNET.

30 TPH 1

5.02 PELLETING BIN WITH BIN

ACTIVATOR 10 MT 1

5.03 VARIABLE SPEED LOSS IN WEIGHT

FEEDER WITH HOPPER 10 TPH 1

5.04 PELLET MILL WITH CONDITIONER

AND MOLASSES MIXER 10 TPH 1

5.05 ROTARY AIR LOCK FOR PELLET

COOLER 10PH 1

Page 104: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

104

5.06 COUNTER CURRENT PELLET

COOLER 10 TPH 1

5.07 PELLET COOLER CYCLONE (SS 304)

WITH PN.HAMMERS. -- 1

5.08 ROTARY AIR LOCK FOR CYCLONE

(SS ) 10 TPH 1

5.09 PELLET COOLER FAN -- 1

5.10 ASPIRATION DUCTING FOR

PELLET COOLER (SS 304) -- 1 SETS

5.11 PELLET ELEVATOR 30 TPH 1

5.12 PELLET SIEVE 30 TPH 2

5.13 SPARE MOTOR FOR PALLET MILL -- 1

5.14 SPARE MOTOR FOR CYCLONE

BLOWER -- 1

6 MOLASSES STORAGE / HANDLING EQUIPMENT

6.01 MOLASSES STORAGE TANK 400 MT 2

6.02 MOLASSES UNLOADING TANK

(WITH HOSE)

6.03 MOLASSES UNLOADING PUMP (1

Working + 1 Standby) 15 KLPH 2

6.04 MOLASSES PRE-HEATER 1 1

6.05 MOLASSES FEEDING PUMP (1

Working + 1 Standby) 3 KLPH 2

6.06 MOLASSES FLOW METER 3 KLPH 1

6.07 MOLASSES PIPING, CONTROL

VALVES,FITTINGS -- 1 LOT

7 BAGGING EQUIPMENT

7.01 BAGGING BIN (SS LINED) 20 MT 2

7.02 PNEUMATIC SLIDE GATE -- 2

7.03

AUTOMATIC BAG PLACING,

WEIGHING,FILLING, STITCHING

MACHINE WITH CONVEYOR &

CONTROLLER

250 BAGS/HR 1 SET.

7.04 SLAT CONVEYOR - With WOODEN

slats.

250 BAGS / HR;

25 M 1 SET

7.05 PORTABLE BAG STICHING

MACHINE -- 2

7.06 ELECTRONIC WEIGH SCALE 200 KG 2

7.07 PORTABLE BAG STACK

CONVEYOR

250 BAGS / HR;

10 M 2

8 FEED MILL HOUSING

8.01 MS STRUCTURAL STEEL FOR MAIN

PLANT AND PIPE BRIDGE 240 MT Approx.

Page 105: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

105

8.02 MILD STEEL CHEQUERED PLATE

PLATFORM,TRENCH COVERS ETC 60 MT Approx.

8.03 WINDOWS As per Design

8.04 ROOF SHEETING As per Design 0

8.05 CLADDING SHEETS As per Design 0

8.06 LIGHT FITTINGS & LAMPS ( MAIN

PLANT) -- 75 SETS

9 PRODUCT PIPING/ ACCESSORIES

9.01 PRODUCT PIPING/DUCTING, FLEX.

CONNECTIONS -- 1 LOT

9.02 SMALL HOPPERS/TRANSITION

PIECE -- 1 LOT

9.03 PNEUMATIC GATES FOR PROP.

BINS FILLING -- 1 LOT

9.04 PNEUMATIC PIPE FLAPS -- 4

9.05 SIGHT GLASS FOR AIR LOCK -- 2 SETS

10 AUTOMATION EQUIPMENT

10.1

LOAD CELL WITH WEIGHING

SYSTEM FOR BATCH WEIGHER

EACH

1 MT; 1 MT 1 SET

10.2 LOAD CELL FOR LOSS-IN-WEIGHT

FEEDER -- 2 SETS.

10.3 PROGRAM SOFTWARE FOR THE

ENTIRE PLANT -- 1 SET

10.4

PLC PANEL , HMI , SENSORS,

COMMUNICATION & DATA

CABLES

-- 1 LOT.

10.5 MIMIC PANEL, COMPUTER FOR

CONTROL ROOM -- 1 SET

10.6 COMPUTER FURNITURE

(MODULAR) -- 1 LOT

10.7 UPS FOR CONTROLS & PLC -- 1 SET

10.8 COMPUTER WITH MIS OF PLANT

INFORMATION IN ENGG. OFFICE -- 1 SET

10.9 INSTRUMENT EARTHING ( CU

PLATE) FOR PLC LOT PANEL ETC -- 1

10.10 SPLIT TYPE AIR CONDITIONING

UNIT FOR CONTROL ROOM -- 1 SET.

SERVICE EQUIPMENTS

11 ELECTRICAL EQUIPMENT (LT)

11.01 Main LT Panel

11.02 MCC FOR MAIN PLANT -- 1

11.03 REMOTE PANELS FOR FEED MILL

EQPTS -- 1 LOT

Page 106: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

106

11.04 AUTOMATIC POWER FACTOR

CORRECTION PANEL -- 1

11.05

MCC FOR RAW MATERIAL

INTAKE, SILO SYSTEM, BOILER ,

PUMP HOUSE & MOLASSES

UNLOADING TANK

-- 1each

11.06 MCC FOR SILO SYSTEM -- 1

11.07 SOFT-STARTER PANEL -- 1

11.08 POWER CABLES -- 1 LOT

11.09 CONTROL & SIGNAL CABLES -- 1 LOT

11.10

ELECTRICAL ACCESSORIES

(CABLE TRAYS, GI CONDUITS,

CABLE GLANDS, CABLE LUGS,

ISOLATORS, PUSH BUTTONS,

RUBBER MATS,FUSE PULLER,

RUBBER GLOVES ETC)

-- 1 LOT

11.11

IN MAIN PLANT BUILDING –

LIGHTING PANEL, LIGHTING DBS,

CONDUITS ,SET WIRING,

EMERGENCY LIGHTS FOR

CONTROL ROOM (Excluding RMG &

FPG)

-- 1

11.12 EARTH PITS AND NETWORK FOR

PANELS, DB ETC -- 1 LOT

11.13

LIGHTENING ARRESTOR WITH CU

EARTH CONDUCTOR, GI EARTH

PITS, AVIATION LIGHTS

-- 1 SET

12 STEAM DISTRIBUTION & CONDENSATE RECOVERY

12.01

LOW PRESSURE STEAM PIPES

WITH INSULATION LOT &

CLADDING, VALVES, FITTINGS,

FLOW CONTROLLERS

-- 1

12.02 CONDENSATE RECOVERY SYSTEM -- 1 SET

12.03 CONDENSATE PIPES, VALVES,

AND FITTINGS -- -- 1 LOT

13 COMPRESSED AIR GENERATION & HANDLING EQUIPMENT

13.01 AIR COMPRESSOR (SCREW) PNEU.

FLAPS, GATES, ASPIRATION UNITS 60 CUM/HR 2

13.02 REFRIGERATED AIR DRYER 60 CUM/HR 1

13.03 AIR RECEIVER WITH AUTO DRAIN 1000 LITRE 1

13.04 COMPRESSED AIR PIPES, VALVES ,

FITTINGS -- 1 LOT

13.05 Mineral Mixture Plant 1 LOT

Total of Part – I.

14 PART – II ERECTION & COMMISSIONING

Page 107: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

107

14.01 Erection, testing & commissioning of

equipment as per the above list. 1 LOT 1

14.02

Erection & commissioning of steel

structure sheeting and internal lighting

etc.

1 LOT 1

Total of Part – II.

Total of Part – I & II. (In figures)

Total of Part – I & II. (In words)

Note:- The above list of equipment is as per preliminary design of the plant. The final list of

equipment & their individual capacity may vary as per detailed engineering of the bidder to

achieve the MINIMUM rated capacity of 150 TPD and further provision for expansion of

capacity up to 300 TPD. It is required to keep a provision for adding of all the equipments

that will be needed in future for achieving a capacity of 300 TPD on 20 hrs per day of

working. All suitable structure, cables and relevant works for the same are required to be

done in first phase along with ordered execution. It is also required that the design be made

on a basis that capacity can be increased to 300 TPD in future without any shut down

needed in running plant of first 150 TPD. However capacities mentioned above for

individual equipment can not be increased to achieve overall plant capacity.

Page 108: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

108

Important Note for Bidder

a. The unit rates to be quoted by bidder shall include Packing & forwarding, insurance,

freight, taxes, Duties etc on FOR site basis.

b. As stated above, this requirement is for design, supply, labour job for installation, testing

and commissioning of Cattle Feed Plant equipments & service equipments, as per schedule

of quantities.

c. All minor works, which may be necessary to achieve the rated capacity of the plant, is

included in the scope of work, though not specifically mentioned.

d. Bidder shall include the cost of all the wear parts indicated at page no. 68.

e. Bidder will have to indicate and quote separately equipment wise spare parts for one-year

operation.

f. All equipments indicated above shall include suitable rated drives.

g. The quantities indicated for intake conveyors are approximate as per attached drawings &

for tender purpose only. However supply & payment shall be made as per site requirement.

Mode of Measurement for Payment

Payment for items shall be aid as below interpretation:

S.

No

Description of

Unit of Payment

Paid as

1 No./Number Number

2 Set Complete Set as per work scope

3 Lot Lot as per specific clause mentioned in terms of payment

4

Structural steel

Shall be paid on actual weight in MT received for supplies. Final payment of

steel shall be based on theoretical sp. weights of total steel erected in MT

after reconciliation. Loss/ wastages shall be to the account of the bidder.

5

Cladding sheets,

windows

Shall be paid on actual quantity in sq.m received for supplies. Final payment

shall be based on actual measurement of total area of sheets/windows erected

in sq.m after reconciliation. Loss/ wastages shall be to the account of the

bidder.

General Requirements

Feed milling equipment The following may be noted in general with respect to the technical specifications of the supply

of Feed milling equipment.

1. Capacities of all machines and hoppers etc. as specified in the tentative list of equipment to

be supplied are based on raw material of 600 gs cum bulk density unless otherwise

specified.

2. All machines are to be provided with motor/geared motor/motor-gear box and drive parts.

The term drive parts cover the supply of items as follows:

3. Chain drive: Driving and driven sprockets, required length of simplex/duplex chain with

closing links and key in the driven shaft. All the sprockets should be of MS and flame

hardened.

4. V belt drive: Driving and driven pulleys, required no., type and length of V belts of

polyester reinforced type, key in driven shaft and side rails for motor.

5. Direct coupled drives: Suitable chain type coupling with accessories and key in driven

shaft unless specified otherwise.

6. As per details specified in individual equipments specification / design data.

Page 109: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

109

7. Apart from the above, the supply of steel base frame for motor/geared motor and guard for

drive parts of minimum 2 mm thick MS sheet is also included in drive parts.

8. Packing for flanged joints of machines/hoppers/bins etc. should be felt or rubber depending

on the application. Packing shall be fixed with glue rather than simple grease. If equipment

is being dispatched in dismantled condition, necessary packing materials along with glue

shall be sent separately.

9. Discharging angle of raw material in pipes/transition pieces/hopper bottoms etc., in general

should be min. 55 degree from horizontal for meals and 45 degree for pellet and grains.

10. All equipment should have suitable provision for inspection, lubrication and maintenance.

11. All equipment in general should have dust-proofing arrangement.

12. All equipment should be supplied with first charge of lubricant (grease/gear oil) etc. either

filled in equipment or supplied loose and to be filled before testing and commissioning.

13. All weld joints for fabricated equipment/hoppers/bins/piping etc. should be ground smooth

from inside to facilitate easy and free flow of material.

14. In detail specification of equipment/hoppers and accessories etc., the thicknesses of

construction material have been specified wherever required. It has to be noticed that these

are the minimum but the supplier may provide these thicknesses more than these if required

by their design/detailing of the equipment.

15. Painting: All bought out standard manufactured equipment may be supplied as per

manufacturer's standard painting practice. However, all fabricated equipments shall be

provided with standard cleaning, degreasing practice before painting, then primer coating

before applying one coat of approved shade of synthetic enamel paint. Second coat of

synthetic enamel paint shall be provided at site after installation and before commissioning.

Supporting steel structure, transition pieces & piping etc. being fabricated at site should be

applied with corrosion resistant zinc oxide primer before erecting/installing and then

applying one coat of synthetic enamel paint after erection. Approved colour shades for

equipments are as follow unless otherwise specified in equipment specifications or agreed

during execution of contract. However, final decision on colour shade shall be confirmed

with the engineer -in-charge before commencement of painting.

Colour Shades for Equipments

Equipment Approved Colour Shades

Conveyors and elevators

Machines

Hoppers

Proportionate bins/storage bins

Steel structure

Manual/ pneumatic flaps

Product piping

Aspiration piping

Inspection door of machines/hoppers/bins

Inside of machine/hopper/bins

All supports, stands and frame of machine

All equipments bins in the scope shall be lettered in English (in capital) with black (Description

Capacity 6”size) at observable height.

Page 110: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

110

Conveying and Handling System

Chain Conveyors

Chain conveyors are required to transfer all types of solid feed ingredients for the Feed plant

horizontally or at an inclination not exceeding 10 degree. These shall be of dust proof and

bolted design, having steel plate thickness as follow:

Item Description

casing bottom minimum 4 mm

casing side minimum 4 mm

casing partition minimum 3 mm

casing top cover minimum 2 mm

end plates minimum 8 mm

Note: CHAIN'S LINEAR SPEED NOT TO EXCEED 0.5 M/SEC.

Conveying chain shall be Drag Bush Chain type of sufficient breaking load with special forged

steel & case hardened parts along with special nylon wear pads. Screw type chain tensioning

device, conveying chain wheel of hardened special steel, shaft supported on both sides in pillow

block self aligned ball bearings, exchangeable wear rail of TISCRAL (Wear resistant Abrasion

Resistance Steel Plates) or equivalent material to be provided at trough top & bottom for chain

guide. Cleaning strips of UHMW to be provided after a few links. Spring loaded safety device

at tail end with limit switch for protection of chain against overloading, necessary inlets &

outlets to be provided. Conveyor to be run by horizontal foot mounted geared motor with

chain/direct coupled drive parts etc. as per requirement. Wipers for the conveyors shall be

provided for Distribution conveyors.

Screw Paddle Conveyors

Screw Conveyors are required to convey/distribute all types of solid feed ingredients

horizontally or at inclination (maximum 10 Deg.) for lengths not exceeding 15 M. Maximum

length of screw trough shall not exceed 2.8 M.

These shall be of constant / variable pitch, as per requirement and dust-proof design, having

steel construction, flanged bearing with stuffing boxes, intermediate hanger bearings with

maintenance ¬free, self lubricated special nylon bushes, screw or paddle flights of steel of

uniform / variable pitch welded on screw shaft, necessary inlet & outlet. Overflow flap at

discharge end with limit switch to be provided. Conveyor to be run by foot mounted horizontal

geared motor and chain type direct coupling. Construction detail of various major items shall be

as follows.

Item Construction Details

Trough minimum 3 mm thick MS sheet

Flight minimum 3 mm thick MS sheet

Saddles minimum 5 mm thick MS late

Main shaft Heavy Duty C class MS ERW pipe

End plates minimum 8 mm thick MS late

Top cover minimum 2 mm thick MS sheet

Page 111: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

111

Bucket Elevators

Bucket Elevators are required to convey all solid feed ingredients vertically at the rated

capacity. These shall be of dust-proof design, having steel construction, two leg bolted trough

type, food and oil resistant antistatic belting of PVC - lined fabric, (M-24 grade 3 ply nylon

fabric), pressed steel buckets, Elevators boot with two inlets, screw type belt tightening device

and cage type pulley. Elevator head with rubber lagged crown pulley and wear resistant guide

plate. Elevator to be provided with necessary clean out slides, inspection windows, steel back

stop, special bolts for fixing buckets on belt, casing retention frame and leg spacers. Elevator

shall be driven by a foot mounted horizontal geared motor, and chain type direct coupling drive

parts. Elevators shall have provision of mounting Aspiration units. All Elevators shall be

provided with air breather arrangement at suitable locations, to enable effective air movement

& quick replacement, wherever aspiration units are not specified. Belt speed sensors for

stopping the elevator motor not required.

Construction details of materials shall be as follows: Item Construction Details

Trough Minimum 2 mm thick MS sheet

Buckets Minimum 2 mm thick MS sheet

Top Head Minimum 4 mm thick MS plate

Cover of Top Head Minimum 2 mm thick MS sheet

Bottom Head Minimum 4 mm thick MS plate

Foundation Plate Minimum 12 mm thick MS plate

Slat Conveyor

These conveyors are used for transfer of filled bags from production area to finished product

Godown on an inclination up to 10 degree. Conveyor is designed for moving of filled bags on

number of steel slats linked with each other with fabricated steel chain and malleable cast steel

wheels. Conveyor is having steel plate body with stiffeners and steel guide plates for wheels

and pipe railing for bags. 2 Nos. hardened (EN-8) sprockets wheels with suitable sealed

bearings are to be provided at feed end and discharged end to facilitate movement of chain. MS

heavy duty ERW pipes are provided for support of conveyor. Conveyor is run by horizontal

foot mounted electric geared motor with chain-type direct coupling drive parts. The conveyor

shall also have a tilting device, so that the bags can be directly received by loaders on their

backs.

Cascade Type Magnetic Separator

Cascade Magnets are used to effectively remove the ferrous impurities from raw materials feed

flow.

The unit is fabricated from stainless steel plates in Diamond shaped chute. On each section of

Diamond shaped chute, a permanent ferrite magnet (with high remanence after magnetization)

is housed in stainless steel 304 enclosure with heavy duty hinges and magnet to be swing away

from the body of chute by pneumatic air cylinder after a pre-determined time through signal

from a PLC. Cleaning cycle of magnet shall be fully automatic. Ferrous impurities shall be

collected in a separate steel hopper and regular material to be guided to a different chute.

Page 112: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

112

Jute Twine Remover

Jute Twine removers are required as a pre-cleaning machine to remove jute strings, in the intake

section before ingredients are stored in bins. The machine shall consist of MS enclosed housing

with double rotor arrangement with extended spike like attachments to entwine jute fibre and

also break loose lumps. The end plates of the rotor shall be machined 8 mm thick MS plates

with suitable end bearings fitted on the shaft. Both rotors shall be of removable type with quick

opening access door with locking arrangement. The drive shall be of horizontal foot mounted

geared motor mounted on a common base frame with the remover. Main body - 3 mm thick MS

sheet

Dumping Hoppers

Hoppers are required in Godown for dumping of ingredients from bags to conveyor running

below.

These shall be fabricated from steel plates for sufficient holding capacity, with removable

Galvanized M.S. grill on top. MS angle frame for installation of these hoppers in RCC opening

shall also be supplied with the dumping hoppers. These grills shall be magnetic and shall attract

ferrous materials during dumping operation. Construction detail of dumping hoppers shall be as

follows:

Main body minimum 3 mm thick MS sheet

Grill 15 mm MS square bar

Frame 65 x 65 x 6 mm MS angle

Hoppers and Storage Bins

Bins are required for temporarily storing solid feed ingredients materials as per the Design data.

These shall be fabricated from mild steel plates /profile ribbed steel sheets with welded/bolted

joints wherever required for required holding capacity with stiffening arrangements. However,

main body shall be fabricated from minimum 3 mm thick MS sheets. Proportionate Bins shall

be rectangular /square cross-section, modular type with bolted segments complete with

stiffeners, with air equalizing connections within the bins. All bins shall have discharge hoppers

with inspection window to view ingredient flow. All bins supplied shall have proximity level

sensors (non-contact type) to ensure continuous operation with feedback indication. All Bins

shall have manual discharge gates & suitable sized Air breathers. SS Lined bins in the Main

plant shall be fabricated from 1 mm thick SS 304 sheet. The discharge angle for the Hoppers &

Bins shall be 55 Deg (minimum). Air equalizing duct shall be supplied as a part of scope,

between successive bin/hopper and hopper separated by a pneumatic gate, apart from suitably

sized Air breathers, to facilitate air exchange within & outside the system.

Portable Bag Stack Conveyors

These portable conveyors are used in godown for stacking of filled raw material and finished

bags mechanically or dispatch to trucks rather than manually.

The stacker to be mounted on chassis fabricated from ISMC/C Class heavy duty MS ERW pipe

with castor wheels and pneumatic ADV tyres for easy movement. Delivery height of stacker

shall be adjustable by suitable winch assembly. Stacker shall be fabricated from suitable MS

angle and flats. Bags shall be transferred on MS slats fitted with bushed chain with K1

Page 113: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

113

attachment and malleable cast steel wheels. Bags shall move on slats with suitable electric

motor, gear box, tyre type flexible coupling between motor and gear box and chain type drive

parts and bearings. Stacker shall be provided with a DOL starter (near the drive) and copper

wiring between this starter and electric motor. Bag stacker shall be complete in all respect,

ready to use. Feeders (MPCB) for the starter shall be located in the relevant MCC.

Pellet Cooler Cyclone

Cyclone for separation of fines from cooling ambient air shall be designed & selected for most

efficient operation suitable for the required Air flow rate for cooling of the pellets. The Cyclone

shall be fabricated from 3 mm thick SS 304 sheet with a fines discharge size of 200 mm & shall

have provision for lifting, supporting etc. The cyclone shall have SS pads for 3 nos. pneumatic

hammers, at suitable locations in the conical portion, for removal of fines when necessary &

provisions for installing these hammers.

Air Lock

Airlocks are required to air seal the cyclones, pellet Mill cooler & dust collectors etc. Air

lock shall have stainless steel (SS 304) fabricated body. Rotor shall be wane type, fabricated

from stainless steel (SS 304) plate & shall rotate within the housing with very close tolerance

with self-lubricating bearings. Nylon wire cleaning brush shall be provided for each Airlock.

Air locks shall be driven by suitably rated horizontal foot mounted geared motor and coupling.

If function desires, adjustable UHMW wear pads to be used in rotor.

Batch Mixer

Batch mixer is required to improve the homogeneity of a batch consisting of dry solids e.g.

flours, meals and fine powders to achieve a set Co-efficient of Variance. Provision of

vitamin/liquid dozing in the mixer shall be considered while designing the mixer.

The Mixer shall be horizontal, Double Helical design, Ribbon Mixer and shall be designed to

achieve mixing by turning of rotor in the mixing chamber. The Mixer is to be designed to

operate efficiently even for 50% of full capacity filling. The Mixer is to be dust-tight, single

shaft with cylindrical mixing trough, of sturdy steel construction, rotor supported by two

outboard pillow blocks, heavy duty ball bearings and fitted with sturdy paddles. Quick

emptying of the mixer to be ensured through a full length bottom opening pneumatically

operated gate. There should not be any product leakage through this gate when mixer is being

charged. The Mixer is to be complete with Manhole, safeties, shaft seals, limit switches for gate

position, duplex chain drive between gear box and motor shaft, drive guard, air balancing ducts

with above & below hoppers, horizontal foot mounted geared motor, Air breathers, pneumatic

cylinders and solenoid valves etc. Geared motor shall be coupled through tyre type flexible

direct coupling.

Main body: 6 mm thk.MS plate minimum.

Air cylinder: 150 mm diameter ; 150 mm stroke (min)

Control panel for the mixer shall have ammeter, ON-OFF indicative type push buttons for

operation & safeties for related position of pneumatic gates etc.

Page 114: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

114

Batch Mixer for pre mix duty shall be horizontal type with paddle design, based on the average

density of the premix for the rated capacity.

Molasses Mixer

Molasses mixers are required to prepare a homogeneous dispersion of heated molasses

throughout the incoming powdered mixed feed. The Mixer shall be horizontal in construction

with twin intermeshing rotor with paddles in low speed beating action. All plates touching the

feed shall be of AISI 304. Design shall ensure that there is very little sticking of molasses on

inside surface of stator and it can run continuously without cleaning. For this purpose, the mixer

is to be provided with Teflon or equivalent coating on inside surface of the stator. The design

shall ensure that no molasses is dozed, when the feeder /feeding is stopped. The Mixer shall be

complete with 4 nos. of swing type cleaning doors, all safeties, driving geared motor, direct tyre

type coupling arrangement with separate MS base frame and anti-vibration pads. Rotors shall

be statically and dynamically balanced with adjustable SS 304 paddles.

Body thickness: 4 mm thick SS 304 plate (minimum)

Side plate: 8 mm MS plate with 4 mm thick AISI 304 lining.

Pellet Mill

Pellet mills are required for the pelleting of conditioned Molassed feed, by forcing the feed

between rotating die and press rolls.

Pellet Mill shall be vertical type with pulley & "V" belt drive arrangement. Pellet mill to have

the following specific features:

Solidly constructed and welded steel frame for mill.

Die chamber casing in corrosion resistant stainless steel. (AISI 304)

Quick release knife assemblies for regulating the pellets length.

Servicing hoist mounted on the pellet mill to facilitate changing of dies and press rolls.

A shear pin and limit switch device, mounted on the main support shaft, to protect the

mechanical press components, drive belts and main drive motor from overloading.

Die fixing arrangement mounted on the die holder body for quick die changing.

Digital type thermometer with sensor for measuring the temperature of mash feed entering

the mill.

Powerful permanent magnet in pellet mill inlet to eliminate ferrous foreign particles.

Main drive motor (IP 55) of RPM not exceeding 1500 with additional pillow block bearing

and extra shaft for motor.

V belts & pulleys

Anti-vibration mountings.

Die of 8 mm dia. holes.

Distributor for uniform delivery of mash to rolls.

Hand tools for maintenance, adjustable torque wrench and hydraulic press for removing

shells from press rolls.

Feeder and Conditioner

Feeder & conditioners are to be two separate units installed on either side of Molasses

Mixer.

Page 115: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

115

Feeder shall be continuous loss-in-weight type with hopper, load cell etc. The feedback

from load cell of this feeder, shall determine control the dozing of Molasses in the Molasses

Mixer, through the PLC logic and PID controller in Molasses.

Feeder to be driven by an infinitely variable speed motor, variable frequency drive type.

Double conditioner required to condition the mash feed with steam. All parts of the

adjustable twin paddle conditioners coming in contact with the feed are to be of stainless

steel (AISI 304) and the unit should be suitable for direct mounting over pellet mill.

Conditioner to have arrangement for electric heat shield for body for sanitary feed

production.

Conditioners to have arrangement of injecting and mixing steam and molasses liquids

(minimum 3% of each) by the help of adjustable pitch paddles .Design shall be such that the

cooking time of the feed, shall be at least 30 seconds.

Conditioner‟s drive motor and drive parts for both conditioners shall be supplied.

Control panel for complete automatic operation and safeties of the pelleting plant for

controlled feed flow, steam injection, molasses, interlocking with various units, with

ammeter, ON-OFF indicator type push buttons for manual operations etc.

Hammer Mill

Hammer mill shall grind coarse ingredients, such as cereals, oil meals etc, to obtain a more

uniform & desired particle size of the batched ingredients. The design of the Hammer Mill shall

be horizontal & full circle type with bottom discharge. Machine shall grind batched ingredients,

on a single pass and to reduce particle size of desired mesh size, according to the sieve fitted.

The sieve is fitted all around the rotor to give maximum sieving area. The open screen area

shall not be lesser than 1.15 sq.m. The Hammer Mill shall have air assisted system for efficient

removal of ground particles across the sieve. Hammer mill shall be directly coupled to the drive

IP 55 Motor of 2880 rpm. Grinding in hammer mill shall be obtained by mechanical impact of a

set of free swinging rotating “M” type hammers (mounted on rods) on individual ingredient

particle, till it is small enough to pass through the 4.0 mm screen, along with aspiration air. The

screen of the Hammer Mill shall be placed around the grinding chamber to maximize the

screening area. Control panel for complete automatic operation and safeties of the Hammer

Mill to control feeding operation with manual intervention, ammeter, ON-OFF indicator type

push buttons etc.

The machine to have the following general & special features :

Large Hinged Doors for Quick opening & changing /interchanging of Grinding screen &

Reversibility & replacability of hammers.

Directional reversal for grinding shall be possible for increased life of the Hammers.

Long life & dustproof bearings for the Hammer Mill. All protection/safety devices for the

Mill.

Statically & dynamically balanced for Low noise & vibration. The composite unit of

Hammer Mill & Motor shall be mounted on a common base frame with heavy duty

Vibration dampers.

Control panel for automatic controlled operation of hammer mill, its feeder and to ensure

operation safeties.

Design of the screen perforations shall be to maximize the open screen area.

Page 116: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

116

Feeder for Hammer Mill

The Feeder for the Hammer mill shall control the Feeding rate of batched ingredients flowing

across to the Grinding equipment. The design of the feeder shall be rotary, vane type controlled

through a variable speed drive for continuous & controlled feeding of batch material to hammer

mill. The variable speed drive shall be slaved by a Controller in PLC, so that feed to Hammer

mill could be automatically regulated depending upon electric load of hammer mill motor for

most efficient operation for the desired throughput of the mill. The Feeder shall have strong

permanent Ferrite magnet at its inlet to protect the Hammer Mill from iron parts/particles by

separating them, before the batched feed enters the grinding chamber.

Pellet Cooler (Vertical)

Pellet Cooler is required to cool hot and moist pellets by drawing ambient air, immediately after

discharge from Pellet Mills. Pellet cooler shall be vertical box type, bolted construction of

counter current design, using ambient air for cooling. The discharge arrangement shall be of

oscillating top grill with eccentric mechanism.

Product inlet, holding and exhaust place shall be of non-rusting material (SS 304) whereas

collection hopper from mild steel sheets. All interior parts not made of non rusting material

shall have anticorrosion painting. Cooler should be complete with geared motor, pellet

discharger, hinged type inspector door with sight glass, air inlet and discharge connections,

uniform and regular distribution of the air across the complete cross section of cooler should be

ensured to permit optimum utilisation of the air. The pellet discharge from the cooler shall be

automatic based on level sensor. Coolers to have arrangement for manual and automatic

adjustment of discharge rate for pellets, after getting cooled. Major construction materials shall

be as follows:

Top conical pellet inlet and air outlet minimum 2 mm thick SS 304

Box type cooling column minimum 2 mm thick SS 304

Collection hopper below tray minimum 5 mm thick steel plates

Stator and rotor of air lock minimum 5 mm thick SS 304

Grill type trays Mild steel plate / flat, hot -dip galvanised

Aspiration Filter Unit

This unit shall be modular in construction & is used for cleaning of dust laden air or the

separation of solids from gas/ solids mixes from connected equipment, in order to recover

materials and clean the exhaust air. Dust laden air enters in aspiration filter and then air escapes

through filter bags and dust is deposited on the outside of filter bags. For removing the dust

retained on the outside of filter bags, high pressure reverse air shocks are provided at regular

intervals to the inside of the filter bags through an automatic electronic/pneumatic control

system for sequential air release for a set of filter bag rows. Dust shall be collected in a bottom

cone and discharged through an airlock.

Aspiration filter to consist of sheet steel bag housing fabricated from minimum 3 mm thick

mild steel sheet with inlet spout and dust collecting cone. Filter to be provided with sheet steel

hinged covers with integral filter-row purge system in IP-65 protection class. Filter bags to be

provided with suitable GI cage and fastening system. It should be ensured that bags and cages

can be easily removed for cleaning in position by special annular brush. The unit to be complete

with electronic/ pneumatic control apparatus having provision for adjustable bag cleaning cycle

Page 117: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

117

and the length of the cleaning pulses, pressure reducing station for air supply to control system,

steel supporting legs, etc. as per requirement.

Pellet Sieve

Pellet sieve is used to separate pellets from pellet crumbles & fines through a vibratory

mechanism of the sieve and directs pellets & crumbles for further operations. The sieve shall be

mounted on a sturdy MS frame work and shall be of totally enclosed construction. The sieve

shall be of SS 304 MOC. The design considerations of size & pattern of the perforations on the

sieve shall be as per the throughput mentioned in Design data. Vibrations produced by

unbalanced motors attached to the inclined sieve housing mounted on helical springs shall be

designed for quick & efficient separation. Adjustable moving flap Counter weights shall be

used for retaining pellets. The sieve shall have arrangement for quick opening & replacement of

sieves. The Pellet sieve shall be complete with anti-vibration & canvas cloth joints at inlet &

outlet.

Pellet Cooler Fan

Pellet Cooler Fans are required for creating low pressure in Pellet cooler to facilitate flow of

ambient air across pellets and reduce the moisture in pellets before bagging. The sheet steel

construction housing and the SS 304 impeller of the centrifugal fans shall be mounted on a

sturdy steel base. Motor & the Fan shall be mounted on a common structural steel base frame

with heavy-duty vibration dampeners. The impeller to be fitted with special blades and

designed for high-speed service, statically and dynamically balanced for minimum vibrations.

Casing shall be provided with anti-noise coating for silent operation. Preference shall be given

for direct coupled motor drive. Fan shall be selected to have highest efficiency for the required

pressure differential and air throughput. Main body of centrifugal fans should be made from

minimum 3 mm thick mild steel sheet. The selection of the capacity of the Fan shall be such

that, it shall cater to rated capacity of the Pellet Mill.

Stitching Machine (part of automatic bagging system)

These machines are required in feed plant for stitching of gunny/polyester bags after filling of

the finished feed. These shall be mounted on a steel column, completely automatic, suitable for

two-thread double chain stitch and adjustable stitch length. Column shall have arrangement for

fixing sewing head at any height and also for fixing other accessories such as bag feed-in and

labelling device. Machine shall be complete with feed-in device, labelling device and switch

box containing all necessary switching and protecting elements including conveyor. One

sewing head has to be fixed on the vertical steel column and one loose sewing head to be

supplied.

Molasses Handling

Molasses Pre-Heater

Molasses Pre-Heater of suitable capacity is required

Page 118: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

118

Molasses Pumps

These are used for transferring molasses from tanker to vertical storage tanks and for onward

use to mix Molasses with feed in Molasses mixers & conditioners. These CI construction

pumps shall be horizontal, foot mounted, positive displacement (shuttle block only) with gear

box arrangement, capable of handling molasses having viscosity of 2000 seconds red wood 1 at

20 Deg. C. and specific gravity 1.4. Pumps to be complete with common steel frame for pump

& motor, gland packing, coupling and guard, foundation bolt, coupled with gearbox and drive

with TEFC motor IP 55.

For Unloading Molasses: 15 KLPH @ 30 mWc

For Feeding Molasses to plant: 3 KLPH @ 30 mWc

External electrical Heating tape arrangement with temperature controller are required for the

unloading pumps only. GI shroud (18 G) for the unloading and feed pumps are included in the

scope.

Molasses Flow Meter

This is used to measure the total molasses being added in molasses mixers and conditioner.

The flow meter shall be of electro-magnetic induction type, suitable for measuring the flow of

pre-heated molasses having viscosity of 2000 seconds Red wood 1 at 20 Deg. C and specific

gravity of 1.4. The Flowmeter shall display the flow rate in digits & the cumulative quantity,

and should be resettable. Necessary air eliminator and other accessories are to be provided with

flowmeter. Electro-magnetic induction type flowmeter shall be provided with material

measuring tube of SS 316 and the liner of PTFE whereas electrode shall be of HASTELLOY–C

or as per standard design of the manufacturer.

Molasses :

The Purchaser shall provide the underground RCC reservoir, pump house and Molasses storage

steel tanks for storing the liquid molasses received by road tankers and unloaded by gravity to

the reservoir. The bidder‟s scope of works starts from transferring molasses s from the RCC

reservoir to MS molasses storage tanks through pump and then from outlet of molasses storage

tank to stream heated molasses day tanks and from day tanks up to mixers through molasses

feeding pumps with inlet and outlet headers, flow meters, control valves, isolation valves,

filters, non return valves etc. All piping beyond this reservoir for storing, feeding & return

piping for conveying back surplus molasses from mixers to the steel day tank/between the day

tanks is in the bidder‟s scope. Piping for inter transfer of molasses from one molasses storage

tank to other storage tank shall be in bidder‟s scope of works.

Molasses day tank :

This is required for heating and intermediate storage of molasses before feeding to molasses

mixers through loss in weight type feeder or similar arrangement. Molasses day tank is to be

welded type, horizontal and cylindrical shape, plate steel construction and heavy duty mild steel

pipes. For heating of molasses by circulation of steam. Complete tank to be provided with

50mm glass wool insulation and mild steel sheet 2mm (minimum) thick cladding. Tank to be

complete with inlet, outlet, manholes, steam inlet-outlet, pressure release valve etc. Inside of the

Page 119: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

119

tank to be cleaned by sand blasting and then epoxy painting. All outside surfaces are to be

provided with two coats of head resistance primer prior to insulation. Tank to be preferably

fabricated at site and to be tested with water prior to applying primer.

DESIGN REQUIREMENTS :

Capacity of tank – 400 MT x 2 Nos. (Molasses specific gravity of 1.4 MT Per Cu.Mtr. Upto

Overflow of tank.

Material of construction – Mild steel structural steel as per IS 2062 Grade A; IS 808 for Rolled

Steel for beams, Channels, Angles, IS 1730 for plates, trips, flats; IS `1239 for MS Pipes.

Tank to be fabricated at project site on foundation.

Molasses storage tank to be welded type, vertical and cylindrical shape, milk steel structural

member like cross bracings, central kind post, circumferential stiffener rings etc. Each tank to

be provided with standard accessories such as staircase, rung ladder (welded inside the shell),

safety railing on top, manholes (at bottom and top), inlet, outlet, air vents float type level

indicators, drain etc. three adjoining tanks to be connected with working platform on top. Tanks

to be fabricated at site on civil foundation (1M above ground),. Civil foundation shall be

provided by the purchaser. After fabrication ,the tanks are to be tested with water for leakages

and then all internal surfaces are to be cleaned by sand blasting and then provided with epoxy

painint. All outside su4rfaces are to be sand blasted and provided with enamel primer and paint.

After testing, all the three tanks to be calibrated.

SCOPE OF SUPPLY

Bottom plate : MINIMUM 12MM Thick with lap Joint welding with 75mm Overlap.

VERTICAL SHELL :

Bottom 3.00m Min. 12mm thick

Intermediate 1.50m Min. 10mm thick

Next 1.50m Min. 8mm thick

Top 3.75m Min. 6mm thick

Double “V” groove welding on both sides.

Roof : Conical type with 5mm thick plates having slope of 5 degree from horizontal.

Tank Accessories :-

Inlet 100mm NB MS “C” class pipe (2 Nos.) with F table flange on roof of the tank. One inlet

to be closed with blind flange and for other, counter flange to be provided.

Manhole in shell near bottom (1 No.) of 600mm dia, made from 12mm thick MS plate and

cover plate from 16mm thick complete with bolts, nuts and packing etc.

Manhole on roof (`1 No.) of 600 mm dia. Made from 8 mm thick plates, complete with flanged

bolted rain hat and wire mesh.

Float type level indicator complete with SS304 float, 14 gauge SS guide wires, pulleys, ss wire

ropes (14 gg) scale with marking in litres after proper calibration.

Page 120: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

120

Air vent at roof (min. 8 Nos.) from minimum 450mm dia and 450mm height with 50x6mm MS

flat, SS wire mesh, rain hat.

Drain near bottom plate (2 Nos.) from 150mm NB MS “C” class pipe complete with flanged

type butterfly valve, blind flange F table, bolts nuts and packing.

Outlet near bottom (2 Nos) from 150mm NB MS “C” class pipe with flanged type butterfly

valve counter flange, H table for one outlet and blind flange of table “H” for 2nd

outlet bolts,

nuts and packing. The provision for 2nd

outlet is meant for electronic level indicator electronic

level indicator is included in the scope of supply.

IMPORTANT NOTES :-

The load details on the foundations shall have to be provided to be purchasers to design the

foundation.

The steel structure for the bulk molasses storage tanks shall be as per the design of the bidder.

The tanks shall be designed for wind load (Heights as per historical records) and for seismic

stability as per seismic zone stability certificate for the tankj and structure shall be submitted

by the successful bidder. Design calculations for the structure shall be shared with the purchaser

without any exta cost. Purchaser shall suggest the bidder, for alteration ,wherever found

required.

Silo System

In this silo system, flat bottom silos 4 Nos. Of minimum 500 MT (2 in use & 2 for future)

capacity each of GI corrugated (Imported) sheet (Min.zinc deposition 450 gm/sq.mtr) bolted

type flat bottom with hydraulically operated serew (imported) for discharging left out materials

from bottom of silo, complete with aeration system and temperature monitoring system for

storage of DORB RCC foundation for silo above ground by purchaser. Each silo to be provided

with automatic sampler. Discharge from each silo to common chain conveyor through

pneumatic slide. Additional emergency gate in the bottom of silos.

All other details of this system for storing DORB shall be similar to that for grains as

mentioned point given below.

This silo system shall be installed in separate location as shown in Production Block Layout

drawing.

FLAT BOTTOM SILOS : 2 Nos. Of minimum 500 MT capacity each of GI corrugated

imported sheet (Min. Zinc deposition 450 gm/sq.mt.) bolted type flat bottom with electrically

operated sweep auger (Imported) for discharging left out materials from bottom of silo,

complete with aeration system and temperature monitoring system for storage of grains. RCC

foundation for silo above ground by purchaser. Each silo to be provided with automatic

sampler. Discharge from each silo to common chain conveyor through pneumatic slide gate.

Input feeding capacity to silos and discharge capacity from silo to feed mill to be 30 TPH.

Distribution for material for feeding to silos and discharge from silos through chain conveyors

Page 121: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

121

& pneumatic slide gates/flaps. Material discharge from silos to pre-weighing bns of plant

through intake elevator automatically through plant PLC.

Twin rotor jute twine remover and diamond shaped cascade magnet to be provided in intake

line prior to store material in silos. No weighing facility to be provided in silo storage system.

Permanent magnet erequired in inlet spout of bucket elevator. Provision to be gthere in system

for recirculation of material mechanically from one silo to other using feeding conveyor and

elevator with a separate discharge conveyor so as to facilitate simultaneous operation of transfer

of material from one silo to production block and recirculation of material from another SILO.

MCC cum mimic panel for the system with necessary earthing grid, pits.

Weigh Scales

Batch Weigher With Hopper

This weigher is required to accurately weigh solid ingredients being discharged from

proportionate bins in a hopper for making a batch. The operation of the weighing system shall

be automated & controlled through the Centralized PLC, to prepare a predefined composition

batch. This weigh shall have a set of load cells on which the batch weigher hopper is mounted.

The load cell for 1 MT weigh hopper for minor ingredients, shall have load cell capacity of 1

MT.

Weigher shall be designed for stationary execution. Weighing capacity to be as per the design

requirement of the plant, load cells capacity to be approximately 3 times of weighing capacity

and digital graduation shall be minimum 0.05% of the weighing capacity. Load cells shall be

completely hermitically sealed type in dust-proof enclosure. The weigh hopper shall be

supported on load cells and retained in its position by transverse links/stoppers. The indication

of weight shall be digitally displayed on Mimic panel and simultaneously displayed on the

monitor of the Control room. The Central PLC shall arrange to log all the data of batches in

shift /day. Air equalizing line (with flexible connection) from weigh hopper to the hopper

below the pneumatic gate shall be included in the supply scope. Apart from air equalizing duct,

air breathers of sufficient quantity & size shall be supplied to equalize excess pressure.

The weigh hopper to be made of sheet steel minimum 3 mm thick with necessary steel

stiffeners, flexible connection, inspection windows etc. Weigh hopper to have arrangement for

putting standard weights on outside for calibration purpose.

Platform Scales

These are used in feed plants for weighing the bags containing ingredients or for checking the

weight of filled bags. These shall be electronic type with digital indicator for weight and

platform to keep the bags. Minimum capacity - 200 Kgs Platform size 635 x 560 mm.

(minimum)

Automatic Bag Placing, Filling, Weighing, Stitching Machine

These machines shall be used for Automatic bag placing, filling, weighing, and stitching of

finished feed in HDPE bags, as per the rated capacity indicated in the design Data.

Page 122: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

122

The machine shall automatically place bags, fill, weigh & stitch the bags and convey them

towards the Finished Product Godown. This machine shall be fully automatic in its operation

through pneumatic cylinders, sensors, stoppers etc. & shall have a Local & remote display in

monitor, near the central PLC. The Central PLC shall also log no. of bags, weight of bags for

formulations in each shift, day etc. The weighing system shall be load cell operated having

arrangement for dribble and fast filling to achieve high accuracy of filling. Machines shall be

complete in all respects including its own control panel & system for indicating the no. of bags

filled, quantity of material being filled in each bag etc. This shall be nett ware type along with

pneumatic bag closing device.

Miscellaneous

Aspiration Ducts

Ducts are used for interconnecting dust producing centres such as hoppers/bins/machines etc.

with aspiration filters, blowers etc. These also shall help in pressure equalization between

successive bins /hoppers across pn. gate.

MINIMUM SIZE OF ANY PIPE SHALL BE 220 MM (NOMINAL DIA.)

All pipes, pipe accessories such as bends, spout branches, segments, elbows, transition pieces,

Y joints, exhaust pipes and chimney, throttle valves, etc. to be manufactured from sheets.

Minimum thickness of mild steel sheet for pipes shall be 2.5 mm. However, aspiration piping

from pellet cooler to pellet cooler blower via cyclone shall be of SS 304 of minimum 1.25 mm

(18 gauge) thickness.

Sight Glass for Air Lock

FUNCTIONAL REQUIREMENTS : To observe flow of material in product line.

DESIGN REQUIREMENTS : MOC frame -Aluminium; Sight glass - Acrylic

Scope of Supply

Acrylic cylinder of 200 mm height and 200 mm internal diameter and of 6 mm thickness with

chrome plated fixing clamps of 18 gauge plate at top and bottom with felt packing 5 mm thick.

Frame for glass fixing with top and bottom flanges of 10 mm thick Aluminium, anodized and

15 mm dia. fixing rods with counter-sunk screws with bolts, nuts, washers and felt packing 5

mm thick at top and bottom.

Gravity Spouting

Spouts are used for connecting different machines, hoppers, etc. for conveying various

ingredients and finished feed. These can be in the form of circular pipe or rectangular/square

shape with flanges only, no cufflink is allowed.

MINIMUM SIZE OF ANY CIRCULAR PIPE SHALL BE 300 MM. (NOMINAL DIA.) OR

700 SQ CM FOR RECTANGULAR /SQUARE DUCTS.

Page 123: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

123

All spouting & accessories such as bends, spout branches, segments, elbows, transition pieces,

flaps etc. to be manufactured from minimum 3.15 mm thick mild steel sheets. Pipes &

accessories shall have non-porous & no projection on internal surfaces and having excellent

protection against rust.

Two / Three Way Flaps

Two/ Three way pneumatic flaps are required for diverting the flow of material in a gravity

flow line. Flaps shall be fabricated from sheet steel with inlet & outlet having flanges. These

shall be pneumatic type. Flaps to be complete with inspection windows, limit switches solenoid

valves, pneumatic cylinders (double acting) & operating handles etc. The main body of flaps

should be made from 2.5 mm (minimum) mild steel sheet and solenoid valves suitable for 230

V, 4 ports.

Pneumatic Gates

Pneumatic gates are required for discharging/accumulating solid ingredients in the

hopper/bin/mixer. These shall be pneumatically operated, & shall be complete with limit

switches to indicate the position of the gate to centrally located PLC in control room. For

pneumatic gates suitable size, air cylinder (double acting) & rating solenoid valve shall be

provided. The design of the gates shall be approved by the purchaser before supply. Wherever

required, pneumatic gate shall be provided with slots/stoppers and control mechanism to control

the flow rate of material rather then only open and close.

Automation Equipment &Accessories

Dynamic screen for monitoring and operation with IBM compatible personal computer

(minimum specification given in Appendix) with centralized data and status collection.

Automation system including latest version of PLC, SCADA system for real time control

system, UPS, Remote I/O panels, sensors, limit switches Ethernet cables, signal cables,

Operator‟s panel (HMI) for programmed process operation for optimal power utilization

with WINDOWS compatible software.

One additional computer (minimum specification given in Appendix) for Plant in-charge

with IBM compatible personal computer

Laser Printer (HP/Canon)

Modular type Furniture for computers/operator (Tables, chairs)

PC Specification

Particulars Minimum Specification

Motherboard Intel original

Processor Intel(R) Core(TM)2 Duo Processor E7500 (2.93GHz, 1066FSB, 3MB)

Operating System

Genuine Windows Vista(R) Business 32 bit / equivalent Window 7 OEM

Edition (English)

Preloaded Software As per requirement

Hardware Maintenance Atleast one year on-site support

Monitor 19" inch TFT Monitor

Memory 4 GB DDR2 800 MHz SDRAM Memory

Hard Drive 320 GB SATA 3.0 GB/s Hard Drive with Native Command Queuing

Page 124: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

124

Optical Drive DVD Writer

Video Card Intel GMA 3100 graphics

Sound card/Audio

Solution Inbuilt sound card only, speakers not required

Wireless Solution Not required

IEEE 1394 Firewire Not required

Speaker Not required

Keyboard USB entry keyboard

Mouse USB mouse

Others Integrated 10/100/1000 Base Eathernet, Basic System installation, Power

cord, System Drive DVD Kit

Function:

Programmed operation through PLC logic, for Process monitoring, recording of data, report

generation from Raw material dumping in RMG, batching operation, Hammer mill, Pellet

mill operation, bagging upto dispatch to trucks after bagging shall be included.

Inputs from Raw Material silo storage and handling system panel.

Page 125: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

125

Mineral Mixture

The proposed cattle feed plant would have provision of manufacturing various types of mineral

mixtures the can be added directly to the feed as well as sold separately. Ingredients used for

manufacturing mineral mixture are: magnesium oxide, zinc sulphate, ferrous sulphate,

manganese sulphate, copper sulphate, cobalt sulphate, potassium iodide, di-calcium phosphate,

sodium thio-sulphate etc.

Machinery for Mineral Mixture Unit

Dump feeder with elevator of 1 Ton per hour capacity for feeding the raw material to inlet

hopper of Ball Mill Grinder.

Ball Mill Grinding unit: Capacity 750 Kg/hour – 1no.

Ball Mill is an efficient tool for grinding many mineral material in to fine powder. We shall be

going for dry process. Bal Mill (Grinding Mill, Grinder) is made up of feeding part, discharge

parts, gyre parts, transmission parts etc.

It will comprise of Ball Mill Grinder with necessary provision of lifting the material from

Dump Hopper through elevator to the inlet hopper of Grinding Mill with suitable aspiration

system for air assisted & dust free operations complete with high efficiency electric motors of

suitable size.

Elevator of 1T/hour capacity for conveying grinded material in to Mixer complete with motor,

Drive & driven parts.

Mixer: 250 KG per batch

The design of the Mixer should be such so that it should ensure uniform mixing of various

mineral material for ensuring least coefficient of variance. Double ribbon type rotor with

pneumatically operated outlet flap, air cylinder & solenoid valve & air balancing duct. All the

internal contact parts should be of Stainless steel where as outer body should be of MS. The

Mixer should have necessary provision of Inlet, outlet, air aspiration facility. It should be

completed with suitable size energy efficient motor coupled with Gear Box.

Suitable elevator & conveying equipment for storing the mixed minerals in to storage Bin of

500 Kg capacity.

Hopper of 200 Kg capacity with Bagging Machine: For packing Mineral Mixture in various

sizes I.e. 35Kg, 25Kg, 10Kg.

Platform Electronic weighing Scale of 50Kg capacity with digital display -1no

Electronic weighing scale of 5Kg capacity with digital disply-1no.

Packing table with SS top for smaller packing. Heat Sealer

It is proposed to pack 1Kg, 500gram packing manually at the initial stage.

Page 126: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

126

Technical Specifications for Utilities/Services General Requirements

The service pipe headers for steam, Molasses shall be designed for 450 TPD production

capacity. The supply of pipes, valves, fittings and accessories for utilities and services includes

but not limited to that for Molasses, LP steam, condensate, Compressed air. The following may

specially be noted.

For pipe sizing the following flow rates is to be considered.

– LP Steam 25 m/sec ;

– Condensate 2 m/sec

– Compressed Air 30m/sec

– Molasses 1 m/ sec

All valves for above services are to be flanged type except those below 25 mm.

The supply of above service pipes should be inclusive of same quality bends, tees, flanges

and with necessary gaskets, bolts, nuts etc

Flanges/Counter flanges shall be as per BS Tables:

– Table E for LP Steam

– Table D for Condensate

– Table F for Molasses

– Table E for Compressed Air

The bidder has to refer to the Special conditions of contract for erection of mechanical

works for details on Mechanical /Service piping installation and Special conditions of

contract for erection of electrical works for the Electrical installation.

Painting of pipelines with anti corrosive primer and paint of approved shade including,

lettering, marking, flow directions etc., shall be as per the special conditions of contract for

erection of mechanical works

Expansion bend for LP steam line to be provided at every 30 mts straight line piping

complete with Air vent and condensate drain arrangements as per standard practice.

Molasses

Molasses Distribution and Molasses Piping

Piping shall be electric arc welded type with MS Class „C‟ ERW pipes (shall conform to IS

1239) complete with pipes, bends, flanges etc. Molasses supply lines from the outlet of

Molasses Storage tanks upto molasses mixer/ feeder conditioner of pellet mill shall be traced

along with LP steam piping duly insulated with resin bonded mineral wool of minimum 50 mm

thickness complete with 22 SWG Al sheet cladding.

Molasses Valves and Fittings

Flanged type Duplex filters before pumps are required. The following type of valves and

fittings for the molasses lines between pump and at molasses utility points is required as per

requirement: Pressure relief valve, Glycerine filled Pressure gauges, Butterfly ball valves, etc

shall be supplied. For accurate dozing of Molasses in the Molasses mixer, pneumatically

operated flow control valve shall receive input form PID controller, based on the Feed rate

measured in loss in weight feeder. By-pass of the pneumatic control valve shall be provided.

Pipes shall be rigidly supported by shoe & guide.

Page 127: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

127

Compressed Air

Compressed Air Equipment and Distribution

AIR COMPRESSOR CAPACITY: 60 CUM/HR

This is required for producing compressed air required for operation of pneumatic flaps gates

and aspiration filters of feed mill, etc.

This shall be air-cooled, screw two stage compressor, lubricated type, to generate compressed

air at suitable pressure and required free air delivery. Compressor shall be complete with intake

filters, un-loader, inter cooler between two stage and all standard accessories such as service

valve, safety valve, auto drain valve, pressure gauge, drive motor & drive parts etc.

Compressor shall be provided with a pressure switch for auto operation. The capacity of

receiver shall be sufficient to meet sudden large requirement of compressed air and to avoid

frequent ON/OFF of compressor. For removal of bulk of moisture from receivers, automatic

drain valve with solenoid etc. To be provided.

REFRIGERATED AIR DRYER CAPACITY: 60 CUM/HR

Functional Requirements

Air drier would be required to provide moisture free compressed air for use in various

equipment, controls & instruments.

Design Requirement

The Air Dryer shall be refrigerated type, air cooled type and capable of handling upto 60

CUM/HR (Cubic meter per hour) of air at a maximum pressure of 16 kg/sq cm.

Operating Conditions Desired Maximum

Inlet Temperature 35 0C 55

0 C

Ambient Temperature 25 0 C 43

0 C

Inlet Pressure 7 bar (gauge) 16 bar (gauge)

Pressure Dew Point 3 0 C NIL

Scope of Supply

The Air drier should be provided with the following:

Air inlet connection

Air outlet connection

Refrigerant separator

Pressure dew point meter

Air-drying unit insulating block housing Air-to-Air heat exchanger, air to refrigerant heat

exchanger/evaporator, cyclone condensate separator, liquid separator, refrigerant

distributor, refrigeration injection restrictor, hot gas by-pass.

Condensate trap with automatic discharge

Page 128: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

128

Manual drain valve for condensate & auto drain valve (timer based)

Air cooled condenser

Safety switch, High & Low pressure

Liquid refrigerant dryer

Liquid shut off valve

Liquid refrigerant receiver

Liquid separator

Sight glass with moisture indicator

Refrigerant expansion valve

Refrigerant circuit access connection

Hose, automatic condensate discharge

Air Receiver

Capacity: 1000 litres

Function:

Air receiver shall store compressed air, help equalize pressure variation in pipes, & prevent

short cycle loading and unloading of compressor.

Design Requirement:

Receiver shall be vertical type with dished ends and shall meet the statutory requirement of

pressure vessels. Receiver shall be designed conforming to IS 7983 and the material of

construction shall conform to the relevant IS in Mild steel. The receiver shall be complete with

safety valve, service valves, pressure gauge, fusible plug, hand holes, drain valve with

automatic drain arrangement Timer based) to remove moisture. The air receiver shall be

designed for Design pressure of 12 Kg/sq.cm & should be Hydro-tested at 18 Kg/sq.cm.

Compressed Air Piping and Valves

Air filter cum moisture separator is required to remove moisture, oil fog lubricator for

lubricating and pressure regulator to regulate the pressure. Heavy duty, mild steel ERW piping

“C” class (shall conform to IS 1239), only welded or flanged installation, complete with SS

ball valves, flexible metal braided hoses & brass nipples, 4 port, 3 way Solenoid valves etc as

per requirement. Pipes shall be rigidly supported on CI clamps.

Steam & Condensate

LP Steam Piping

LP steam piping should be non-IBR type and MS „C” class ERW pipes (shall conform to IS

1239), with shoe, guide arrangement shall be used. Expansion bends shall be provided at every

30 m straight line pipe, with Air vent & drain trap arrangement. These lines shall be traces with

Molasses pipelines.

Page 129: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

129

Insulation

Thermal insulation of steam lines with resin-bonded mineral wool in pipe form including

cladding with 22 G Al. Sheet as per IS 737-1900 (amended as on date) should be provided.

Valves & fittings shall also be insulated.

Steam Valves and Fittings

The following shall be provided wherever required between PRS outlet and steam utility points

: Cast steel flanged glandless piston/ball valves with SS working parts, CI strainer with brass

screen, thermodynamic steam traps (for pipelines, headers only), angle needle valve, moisture

separators, safety valves, non return valves (wafer type), dial type pressure gauges etc. Steam

trap assembly shall be complete with by-pass valves. A pneumatically operated steam control

valve shall automatically control the feed rate of steam to the conditioner, regulated by the

feedback received from the temperature sensor in the conditioner. By-pass of the pneumatic

control valve shall be provided. Air vent shall be provided at the highest point in the steam

piping & on the expansion bend, if any. Condensate drain trap assembly on the LP steam shall

be located just before the expansion bend & Pellet mill conditioner.

Condensate Pipes, Valves and Fittings

Type:

ERW MS `C‟ class (shall conform to IS 1239) welded type heavy duty piping with CS body

ball valves, NRVs (wafer) in flange/screwed execution. Supporting: MS shoe, guide, roller

support, in mild steel painted execution generally as per bidding document and meeting with

IBR requirements. Accessories: Pipe sleeves, roller supports, flow measurement at the entry

point to the plant.

Pipe Insulation:

50 mm Thick insulation mineral wool, with 22 G aluminium sheet cladding. Condensate

Recovery system shall consist of pressurized recovery of condensate generated during

preheating of molasses in the shell & tube heat exchanger. The recovery system shall make use

of steam pressure rather than electrically operated arrangement to transfer condensate to Feed

water tank in Boiler House. The specification of condensate piping, valves shall be similar to

LP steam.

Page 130: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

130

Electrical

Design, Manufacture supplier, erection testing & commissioning of compartmentalized

cubical type Panel Board with incoming feeders, ACB 4 pole Air Circuit Breaker,

Aluminium bus bars design 1600amps with Volt meter, Ammeter, 3 phase energy meter, set

of CT‟s, Phase indicating lamps etc. outgoing feeders (a) 4 pole micro processer based

MCCB 800amps with inbuilt release for short circuit, overload protection for Cattle Feed

Plant (b) Boiler House – 4 pole 160amp. MCCB (c) By-pass Protein Unit, MCCB Unit

200amp (d) 160amps. For weigh bridge (e) Godown lighting (f) External lighting (g) Spare

MCCB 160amps. 3 nos.

LT cables from LT Panel located in the substation room to the Main plant MCC & Raw

water pumps are included in the scope of work. Interconnecting LT power/ Control Cables

from Main plant MCC to Boiler House MCC, Raw material Intake MCC, Silo System,

APFC panel are included in the scope of work.

Standard Motor Control Centre (MCC) for the Main plant for incoming & outgoing

electrical feeders (in cubicles) described in the work scope shall be supplied.

Separate MCC for Silo System equipments, the Raw material loading into proportionate

Bins in the Main plant. This panel shall be suitably located near silo and shall be receive

power from the Main plant MCC

Separate Soft-starter panel for motors above 20 HP, shall draw power from the Main plant

MCC & shall be located in the plant electrical room. VFDs shall also be installed in the

soft-starter panel. This panel shall be located in the Main Plant electrical room.

One MCC in Boiler House for electrical loads in Boiler House for Boilers panel, water

softener, Molasses unloading pumps, Air compressor etc is included in the scope. One

feeder of 63 amps shall be provided for welding purpose in the Boiler House MCC.

Outdoor type panel for Raw water pumps near the water pumps is included in the scope.

One number Power Factor Correction panel with capacitor banks to improve PF for Main

plant, Boiler panel with interconnecting cables shall be placed near the Main Plant MCC.

Lighting panel for the Main plant, including Distribution Boards, trays, conduits, Light

fittings are included in the scope. Power for Lighting panel shall be drawn from an outgoing

feeder in the Main lighting panel in Substation room. The lighting loads shall be equally

distributed in three phases.

Remote Push button stations, isolators, junction boxes etc for control, isolation etc included.

The entire Earthing network for the equipments shall be in the scope of work.

One Lightening arrestor for the Main plant with GI earth-pits shall be included in the scope.

MCC/ Electrical panel for the following shall be supplied;

1. LT Panel.

2. Main plant MCC.

3. MCC for Silo System Equipments

4. Soft-starter panel.

5. Boiler House MCC.

6. Panel for Raw Water pumps.

7. APFC panel.

8. Lighting panel for Main plant

Page 131: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

131

Following are the feeder details to be considered for following panels, apart from the electrical

loads in the scope of work for each site

S. No Description Feeder detail Qty

Main LT Panel

1 Incoming Feeder

Air Circuit Breaker 1200amps 1 No.

2 Outgoing Feeder

Air Circuit Breaker 800amps 1 No.

Main Plant MCC

1 Boiler House MCC 250 A MCCB 1 No.

2 Welding Feeder 63 A MCCB 1 No.

MCC for Raw material Intake

1 Mineral Mix plant 100 A MCCB 1 No.

3 Raw material silo storage system 200 A MCCB 1 No.

4 Welding Feeder 63 A MCCB 1 No.

From Boiler House MCC

1 Softener pump 3 HP DOL starter 1 No.

2 Boiler Control Panel 63 A MCCB 2 Nos.

3 Welding Feeder 63 A MCCB 1 No.

4 Air Compressor 63 A MCCB 1 No.

5 Feeder for Air dryer 6 A DPMCB 1 No.

Outdoor panel for Raw water pumps

1 Raw water pumps 7.5 HP DOL starter 2 Nos.

2 Spare Feeder 3 HP DOL starter 2 Nos.

Outdoor type panel for Raw water pumps is to be supplied. Outdoor panel shall have incoming

and outgoing feeders with push buttons for electrical equipment such as motors/pumps, spare

feeders. The bidder shall confirm with the purchaser, the rating of the outgoing feeder for Raw

water pumps, as per actual electrical load requirement.

Boiler House MCC shall have starters for Molasses unloading pumps & electrical heaters for

the unloading pumps. Remote Push button stations for these pumps, shall be provided in Cast

aluminium IP 55 protected housing near these pumps. However, starters for the Molasses feed

pumps (for the plant) shall be located in the Main Plant MCC.

Instruments & Protective Relays to be provided in MCC/Panel as below details;

S. No. Components Incomer Outgoing Feeder

1 RYB LED Indication Lamps YES NO

2 Voltmeter with selector switch YES NO

Page 132: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

132

3 Ammeter with selector switch YES YES

4 Over & under voltage protection YES NO

5 Over Current Protection YES YES

6 Inst. Earth Fault YES NO

7 Energy Meter YES NO

8 ON-OFF LED Indication lamps YES YES

9 Power Factor Meter YES NO

Motor Control Centre (Sheet Steel Enclosure)

Functional Requirement

Panels shall receive, control and distribute electrical power at 440 V, 50 Hz, AC in sheet steel

housing.

Design Requirement and Scope of Supply

Statutory Requirements:

Motor control centre is to be manufactured /assembled as per the latest ISI Specification, Indian

Electricity Rules, including special requirements of concerned State Electricity Inspectorate and

the detailed specification mentioned below.

Housing Details:

The switchboard shall be fabricated using pressed and shaped cold rolled steel sections

structure of adequate thickness. The sheet steel used for panel shall be minimum 14 SWG

sheet except that the partition plates, inter-panel barriers which shall be made of 16 SWG.

The switchboard shall consist of free standing front open able panels arranged to form a

continuous line-up of uniform height. Cold rolled sheets shall be used for doors and front

covers. Front doors shall be hinged type and bus bars and cable alleys covers shall be bolted

type with thumb screws.

Switch Board shall be extensible at both the ends by addition of vertical sections. Ends of

the bus bars shall be suitably drilled for this purpose. Panels at extreme ends shall have

openings, which shall be covered with plates screwed to the panel. The switchboard shall be

provided with integral base frame. The panel base plate/cable gland plate shall be 2.5 mm

thick.

The switchboard shall be totally enclosed, dust, weather and vermin proof. The switchboard

shall conform to degree of protection not less than IP 44. Gaskets of durable material shall

be provided for doors and other openings. Suitable hooks shall be provided for lifting the

boards. These hooks when removed shall suitably plugged in the board.

All hardware shall be corrosion resistant. All joints and connections shall be made by

galvanised zinc passivated or cadmium plated high tensile strength steel bolts and nuts.

Spring washers shall be provided to secure against loosening.

The switchboard shall be in cubicle design (each feeder components are housed in

individual cubicle) suitable for indoor installation. Suitable cable & bus bar alleys shall be

provided. In case plant room dimensions prohibit provision of cable/bus alleys in front,

panel depth may be increased suitably to accommodate cables/buses on back of MCC. All

Page 133: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

133

components of the switchboard shall generally be approachable from front. However, MCC

can be in double front execution also if specifically asked for, or space restriction.

The maximum and minimum operating handle/push button height of any feeder shall be

approximately 1900 mm and 300 mm respectively with reference to panel bottom. The total

height of panel shall generally not exceed 2300 mm. Supporting arrangement for dressing of

power and control cables in cable alleys also shall be provided. Maximum shipping length

of MCC shall be 2500 mm.

Motor HP Cubicle for DOL starter Cubicle for Star-Delta starter

Width (mm) Height( mm) Width (mm) Height( mm)

Up to 10 HP 450 275 -- --

12.5 & 15 HP -- -- 450 550

Note: The size of feeders with soft starters, variable frequency drives (VFD) shall be decided

as per the size of the soft starters, its switching device and the type of connection for the

application.

Current Rating of

SFU/MPCB/MCCB

Cubicle for SFU/MPCB/MCCB

Width mm Height mm

Upto 63 A 450 275

100 A to 250 A 450 550

400 A and above 500 825

Minimum depth of cubicle for ACB shall be 1000 mm.

Minimum depth of panel shall be 350 mm.

Minimum width of cable and bus bar alleys shall be 300 mm

Painting:

All metal surfaces shall be thoroughly cleaned and degreased to remove all scales, rust, grease

and dirt. Fabricated panels shall be pickled and treated to remove any trace of acid. The under-

surface shall be prepared by applying a coat of phosphate paint and a coat of yellow zinc

chromate primer. The under surface shall be made free from all imperfections before

undertaking the final coat. After preparation of the under surfaces, the panel shall be spray

painted with two coats of approved shade of po der coating. The finished panels shall be dried

in stoving ovens in dust free atmosphere. Panel finish shall be free from imperfections like pin

holes, orange peels, run-off paint, etc. All unpainted steel parts shall be cadmium plated or

suitably treated to prevent rust, corrosion, etc.

Nameplates:

Nameplates for all incoming and outgoing feeders shall be provided on doors of each

compartment. Nameplates shall be fixed by screws only and not by adhesives. Engraved

nameplates shall preferably be of 3-ply (Black-White-Black) acrylic sheets or anodized

aluminium. Special danger plates shall be provided as per requirement.

Inside the panels, stickers should be provided for all components giving identification no. as per

detailed wiring diagram.

Bus bar Sizing Connection and Supports:

Page 134: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

134

The bus bars shall be made from high conductivity electrolytic aluminium conforming to

grade E91 E of IS 5082. The bus bars and supports shall be capable of withstanding the

rated and short circuit current stated in the single line diagram/feeder details. Minimum size

of power bus bars shall be 200 Amps. rating. Maximum current density permissible for

Aluminium bus bars shall be 0.8 Amps./Sq. mm for bus bar area above 500 Sq. mm & 1.0

Amp/Sq. mm for bus bar area below 500 Sq. mm. An earthing bus bar of minimum 150 Sq.

mm section aluminium shall be provided outside panel at bottom throughout the length of

the panel. Provision shall be made to connect the earthing bus bar to the plant earthing grid

at two ends. All doors shall be earthed using flexible copper connections to the fixed frame

of the switchboard.

Maximum current density permissible for Copper bus bars shall be 1.5 Amps./mm2

The bus bars hall be provided with heat shrinkable PVC insulating sleeves of 1100V grade.

Red, yellow and blue colour shall be used for phase bus bars and black colour shall be used

for neutral bus bars. Joints shall be shrouded suitably. Supports for bus bars shall be made

of suitable size non-hygroscopic and non-inflammable epoxy compound SMC/DMC blocks

and these should be adequate in number so as to avoid any sag in the bus bars.

Minimum clearance between phase to phase shall be 25 mm and that between phase to

neutral/earth shall be 20 mm

Power Connection:

For power interconnection within the panel board:

Copper stranded conductor PVC insulated cables suitable for 1100 volts, of adequate cross

section shall be used. FOR CURRENT RATING ABOVE 63 AMPS ALUMINIUM

BUSBAR STRIPS OF ADEQUATE RATING SHALL BE USED. MINIMUM SIZE OF

COPPER CONDUCTOR TO BE USED SHALL BE 4.0 SQ.MM. Cable lugs/ sockets of

suitable size and type shall be used for all interconnections wherever required.

For all Aluminium to Copper connections: - The Copper surface will be silver plated and

the aluminium surface will be properly cleaned and supplied with oxide inhibiting grease.

For all outgoing motor feeders, the suitable size terminal blocks shall be provided in cable

alleys near feeder‟s cubicle and wiring upto these from contactors shall be done by panel

supplier. These terminal blocks shall be heavy duty type to withstand high starting currents.

For incoming and outgoing feeders of the MCC, copper/aluminium conductor cable will be

used and hence the panel is to be designed for receiving these and wherever required cable

boxes with bus bar extensions for receiving more no. of cables, shall be provided in panel

by supplier. Removable gland plates of 12 gauge thickness shall be provided on top/ bottom

of panel, for cable entries. Supplier to check with purchaser whether incoming/outgoing

cables are to enter MCC from bottom or top.

To prevent accidental contacts, all interconnecting cables/bus bars and all terminals also

shall be shrouded.

Standard colour code of red, yellow and blue for phases and black for Neutral to be

followed for all bus bars/conductors.

Auxiliary wiring and Terminals:

Wiring for all controls, protection, metering, signalling etc. inside the switchboard shall be

done with 1100 volts grey colour PVC insulated stranded copper conductors. Minimum size

Page 135: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

135

of these conductors shall be 1.5 Sq.mm. CT circuit wiring shall be done with 2.5 Sq.mm.

Control wiring to components fixed on doors shall be flexible type.

The complete panel would be sub-divided into different sections if required by purchaser.

Each cubical shall have its own control circuit with MCB and indication. Terminal block

(Minimum 3-ways) for control wiring shall be provided for each outgoing Motor feeder in

its cubical near cable alley. 10% spare (minimum one) terminals shall always be available

in each terminal block. Control wiring up to these terminal blocks shall be done by supplier.

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

Separate cubicle can be provided in the panel to enable termination of multi-core control

cables.

Conductors shall be terminated using compression type lugs. Each termination shall be

identified at both the ends by PVC ferrules. The identification termination numbers should

match with those on drawings.

Control wiring for motor feeders should be such that the "green" light of motor feeder is

"ON" only when control as well as power circuit of feeders is "ON" and it shall have its

own MCB.

For all motor starter feeders, provision for control wiring to remote ON/OFF control is to be

made. The auxiliary wiring for the same shall be brought up to terminal block in the feeder's

cubicle.

Switchgears:

Air Circuit Breakers (ACBs)

These shall be manually operated, fully draw out type, 4 pole type with built-in microprocessor

based programmable protection suitable for 415 V, 50 Hz. supply. Microprocessor based

programmable protection unit shall have settings for overload, short circuit, instantaneous and

earth fault currents with time delay and LED indicators to show various conditions such as

Power ON, Overload, Short-circuit, Instantaneous Earth fault, Percentage load, Self Diagnostic

Test etc. Mechanical spring charging mechanism stored energy type shall be provided with

mechanical indicators to show 'Open', 'Closed', 'Service' & 'Test' positions. The circuit breaker

shall be provided with mechanically operated emergency tripping device. This device shall be

available on the front of the panel. Mechanical interlock shall be provided such that the ACB

feeder cubical door cannot be opened when ACB is "ON". However, it shall be possible to

defeat this interlock for inspection purpose. Trip coil shall work under the following voltage

variation conditions:

Trip coils: 50 % to 130 % of rated voltage

The circuit breaker shall be provided with mechanically operated emergency tripping device.

This device shall be available on the front of the panel. The circuit breaker position shall be

indicated electrically. The following indicating colours shall be used: BREAKER CLOSE RED

BREAKER OPEN GREEN

BREAKER AUTO TRIP AMBER

Note: The air circuit breaker for incoming feeder shall be of 4 pole construction, unless stated

otherwise. It shall also be provided with under voltage coil and single phase protection

relay.

Page 136: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

136

Moulded Case Circuit Breakers (MCCB)

MCCBs shall always be provided with separate operating handle mechanism with door

interlocking. The MCCBs for motor feeders shall be of triple pole construction arranged for

simultaneous three pole manual closing or opening and automatic instantaneous tripping on

short circuits. MCCB used for incoming feeder or for non-motor outgoing feeder, shall be of 4

pole type. MCCBs shall be provided with adjustable type tripping device with inverse time

characteristics for over load protection. All motor feeders MCCBs shall be provided with

neutral link complete with isolating link.

Closing mechanism shall be quick make, quick break and trip free type. Operating handle shall

give a clear 'ON' 'OFF' & 'TRIP' indication. Control voltage for MCCB shall be 240 volts. The

ratings shall be as specified in feeder details or approved drawings.

Minimum rated breaking capacities shall be as under: MCCBs up to 100 Amps 135 KA

MCCBs above 100 Amps 150 KA

Note: All feeders having MCCB shall be provided with neutral link complete with isolating

link. However, the MCCBs for incoming and non-motor feeders shall be of 4 pole

construction, unless stated otherwise.

Motor Protection Circuit Breaker (MPCB)

These shall be used along with conjunction with power contactor as specified in special

requirement of this project/drawings. MPCB shall be selected for motor protection tripping

characteristics, current limiting and shall have low let through energy. MPCB shall have inbuilt

bimetal for overload protection and Electro-magnetic release for short circuit protection.

MPCB shall have adjustable overload settings, single phase protection & auxiliary

switches/contacts for indications, interlocks etc. It shall comply with latest standard and provide

short circuit coordination TYPE “2” in accordance with IEC 947-4-1 with contactors. The

Contractor and MPCB shall be of same make. MPCB should give indication for ON/OFF and

tripping on fault. The minimum breaking capacity of the MPCB shall be 50 KA. MPCB shall

have door interlocking with cubicle feeder door by suitable extensions.

Switch & fuse switches

Switches or fuse switches shall be load break, heavy duty, air break having continuous

maximum rating type with manual quick make/break mechanism. Mechanical interlock shall

be provided to prevent opening of door in switch „closed‟ position and prevent closing of

switch in door „open‟ position. However, it should be possible to defeat this arrangement for

testing purpose.

Fuses

These shall be non-deteriorating HRC cartridge link type with operation indicator which will be

visible without removing fuses for the service. These shall be complete with moulded phenolic

fuse base and cover. The fuse base shall be so located in the modules to permit insertion of fuse

pullers and removal of fuse links without any problem.

Page 137: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

137

Contactors

The rating of the power contactors shall be as required depending upon the feeder rating

indicated in the specifications and as per the table provided in this specification below.

Contactors coils shall be suitable for 240 volts, 50 Hz. unless otherwise specified. All

contactors shall be supplied with minimum 2NO + 2NC auxiliary contacts. Additional contacts

if required for interlocking etc. shall also be provided. All contactors of motor starters shall be

suitable for AC 3 duty unless specified otherwise. Auxiliary contactors for controls shall have

minimum 2NO + 2NC auxiliary contacts.

Protective Devices

Bimetal overload relays with inbuilt single phase protection shall be adjustable and self reset

type. Alternatively, electronic relay with LCD display and annunciation with trip reasons may

also be provided. Heavy duty starters shall be provided with saturable type current transformer

operated overload relays only, which shall be suitable for motor starting time of 15-60 seconds.

Any other relays, if required for incoming & outgoing feeders shall be specified in the feeder

details.

Timers

The timers shall be continuously adjustable and electronic type, suitable for 240 V, 50 Hz

supply. The timers for Star Delta automatic starters shall have time delay of 0 to 60 seconds

between changeovers of contacts.

Push Buttons (PBs)

Push buttons shall be complete with actuator and contact block & LED indicator type. These

shall be generally mounted on doors of the cubicles. Colours shall be as follows: Stop/open/emergency Red

Start/close Green

It should have minimum 1 NO + 1NC contacts. Push buttons shall conform to IP-65 protection

against dust and water ingress.

Indication Lamps

All outgoing motor feeder shall be provided with „ON‟ indication lamps. For all incoming and

non motor outgoing feeders shall be provided “ON” indication lamps for all three phases.

Colours shall be as under: Phases Red, Yellow & Blue

ON Red

OFF Green (Only for ACB Feeder)

TRIPPED Yellow (Only for ACB Feeder)

Indication lamps shall be in the form of cluster of high intensity light emitting diodes (LED) to

give bright indication. These lamps shall be of 22.5 mm dia and having operating voltage of

240 V, AC.

Page 138: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

138

Current Transformers (CTs)

CTs shall be cast resin insulated type. Primary and secondary terminals shall be marked

indelibly. CTs shall preferably be mounted on stationery parts. These shall be capable of

withstanding momentary short circuit and symmetrical short circuit current for 1 second and

shall have a minimum rating of 10 VA. Neutral side of CTs shall be earthed. Protection CTs

shall be of low reactance, accuracy class "SP" and an accuracy limit factor greater than "10".

Instrument CTs shall be of accuracy class "1.0" and accuracy limit factor less than "5.0".

Separate CTs to be provided for protection and metering purpose.

Measuring Instruments

These shall be of square pattern having approximate dimensions 96 mm x 96 mm, flush

mounting type. Necessary auxiliary instruments like CTs, VTs, etc. are also included in the

scope of supply. All AC meters shall be of Digital type for displaying three phases reading.

Suitable selector switch shall be provided if the digital meter does not have provision for

simultaneous display of three phase readings. Voltmeter shall be suitable for direct line

connection. Voltmeters shall be connected through MCBs only.

General Requirements

All non-motor outgoing feeders shall have ammeter with selector switch to indicate current in

all three phases. Ammeter shall always be CT operated. The following selection table shall be

followed for switches & contactors of motor feeders unless otherwise specified :

S. No 415 V Motor

rating (HP)

Contactors

Rating (amps)

MCCB Rating

(amps)

MPCB Rating

(amps)

Type of Starter

1 Up to 7.5 HP 25 ---- 16 DOL

2 10 & 15 HP 32 ---- 25 STAR-DELTA

3 20 to 25 HP ---- 40 ----

SOFT

STARTER

4 30 to 35 HP ---- 50 ----

SOFT

STARTER

5 40 HP ---- 63 ----

SOFT

STARTER

6 45 HP ---- 100 ----

SOFT

STARTER

7 50 to 60 HP ---- 100 ----

SOFT

STARTER

8 65 to 70 HP ---- 200 ----

SOFT

STARTER

9 75 to 90 HP ---- 200 ----

SOFT

STARTER

10 100 to 125 HP ---- 250 ----

SOFT

STARTER

11 150 to 180 HP ---- 400 ----

SOFT

STARTER

12 200 to 250 HP ---- 400 ----

SOFT

STARTER

Page 139: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

139

Special requirements

1. For capacitors, rating of contactors switch shall be double of rated current of capacitor.

2. All motors upto 7.5 HP feeders shall have DOL starter for motors of 10 HP 15 HP shall

have star delta starter, motor feeders above 20 HP shall have soft starters.

3. All motor feeder rating of 20 HP above shall have ammeter with selector switches.

4. Motor feeders upto 15 HP shall be provided with MPCB for feeders 20 HP above shall be

provided with MCCB of specified minimum breaking capacity.

5. If the total operating load on MCC is more than 600 KW, MCC shall have t 0 incoming

feeders with a bus coupler (similar to incoming feeder without protection and metering

provisions). Each incoming feeder shall have independent instrumentation and protection.

6. For incoming feeder of rating up to 600 Amps, MCCB (4 Pole type) and for rating 600

Amps and above ACB (4 Pole type) shall be provided. Each incoming feeders to be

complete with earth leakage relay. For incoming feeder for the Main plant, a

microprocessor based data logger to be provided to indicate and store 3 phase voltages, 3

phase current power factor, energy consumed in Hand VAR etc.

7. For High electrical loads like Batch mixers, Hammer Mills, Pellet Mills, Pellet cooler fans,

capacitors shall be placed in the Main plant MCC shall be directly connected, once the

respective feeder is put ON.

8. If the non motor outgoing feeder rating is 100 Amps and above, MCCB (4 Pole type) shall

be provided.

9. All control wiring in feeders, instrument connections shall be wired through 2 Amp

DPMCB.

10. Electrical interlocking shall be provided between various feeders as required by the process

or specified in special requirement for this project or approved drawings.

11. Induction motors (above 10 KW) with 3000 RPM shall require higher rating for MPCB

MCCB, contactors and electronic timers due to very high starting current. MCC supplier to

specially check this requirement from purchaser before preparing the drawings.

12. Feeder details for incoming and outgoing for this project as per battery limit to be worked

out by the supplier as per the design and requirement of the plant.

13. Motors for Hammer Mills pellet Mills with common base frame, the final termination at the

motors end, shall be with copper conductor cable.

14. In addition to the connected load to MCC, at least 10 (rating) spare outgoing feeders

complete with starters shall be provided. These spare feeders shall cover as far as possible

more or less all sizes of starters.

15. VFDs provided in the panel for plant equipment shall be interfaced to the Central PLC

through Ethernet or similar type of communication cable. The VFD shall be dynamically

controlled from the PLC depending on the program and feedback system from field. These

VFD shall have Battery back- up and communication port.

16. Rubber mats, 12 mm thick suitable for 11 V to be provided in front of operating side of

MCC for full length of MCC.

17. All the ma or components of an MCC shall be of same Make

Soft Starter Panel

Panel for Soft-starter shall have specifications similar to that of MCC with suitable sized

cubicles for outgoing feeders. This panel shall have ON, OFF, TRIP indications, with ammeter

& provision for cooling arrangement like fan & louvers. VFDs for feeders for Pellet Mill &

Page 140: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

140

Hammer mill shall also be installed in this panel. Soft-starters are required for Heavy-duty start

applications for motor ratings above 20 HP & shall be used in conjunction with MCCB (with

tripping arrangement) in a panel feeder. The selection of the soft-starter shall be based on the

application, ambient temperature, no. of start & stops/hr & rating of the motor. Standard

features like Ramp-up time, Ramp-down time, % starting voltage, LED indications etc shall be

available in the unit. For Hammer Mill & Pellet Mill motors, the soft-starter shall have

additional features like adjustable current limiting, thermister protection for motor, built-in CT

& PLC communication port. All soft-starters shall have electronic overload relay & for motors

above 50 HP the starter shall have inbuilt electronic overload relay with a trip class 30 & fan

cooling arrangement. In most cases, soft-starter shall be in-line connected. However, if

required, for specific application, an inside delta connected soft-starter with suitably rated

contactor, can be considered.

Automatic Power Factor Correction Panel With Capacitors

The capacitor requirement shall be calculated considering the overall inductive loads of Main

plant equipments under the scope of supply. Power factor correction for electrical loads of other

associated plants need not be considered. The calculation of capacitor requirement shall be

shared with purchaser and approval of the final requirement shall be taken from purchaser

before supply. This panel shall be located near Main plant MCC & for the design purpose an

initial power factor of 0.8 shall be assumed. CT for PF relay shall be located on the load side of

the incoming feeder of the LT PANEL.

Automatic Power Factor Correction Panel

Automatic Power factor Correction panel is required to continuously measure and monitor the

power factor of a system and switch ON/OFF bank of power capacitors to bring the power

factor of the system to a preset value. This shall be a separate panel which shall receive input

from LT PANEL. The panel is to be fabricated with 14 SWG thick cold-rolled sheet steel

enclosure, indoor type, floor mounted, weather and vermin proof with similar specifications of

a Motor Control Centre with provisions for heat dissipation (louver with mesh) & suitable for

415 V, 50 Hz, 3 phase supply.

It would consist of -

An automatic power factor correction relay, microprocessor based, with arrangement for

sensing the power factor of the inductive load and giving signal to 16 feeders (min) of power

capacitors, as per the setting of P. F. and electronic circuit to ensure that once a capacitor gets

cut off, it is not put on at least for a minute. The relay should automatically manage capacitor

banks. The capacitors must be turned "on" and "off' according to the reactive power required to

correct the power factor of the load to the power factor set on the relay. The relay should have

automatic and manual mode of operation with a LED to indicate the operating mode. The

auto/manual function makes it possible to turn the capacitor banks on and off manually

regardless of the line value measured.

APFC panel shall have the following;

Page 141: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

141

Description Unit Required

Suitable rating SF unit/MCCB, contactor, pair of ON/OFF LED indication type push

button for each outgoing capacitor feeder

1 set

Flush mounted 96 mm x 96 mm square digital power factor meter having 4 digits

LCD or LED display

1 set for the

incomer

Selector switch and CT operated digital ammeter of size 96 mm x 96 mm 1 set for the

incomer

Selector switch and digital voltmeter of size 96 mm x 96 mm 1 set for the

incomer

Auto manual switch and connected circuit to ensure that in manual mode each

capacitor can be put ON/OFF manually

1 set for the

incomer

Incoming feeder with suitable rating MCCB/ACB to feed power to switchgears of

capacitor bank

1 set for the

incomer

Suitable 3 phase and neutral bus bars 1 set

Wiring for all above accessories/functions should be complete and ready for use. The details of

each capacitor bank rating, no. of capacitor banks and rating of incoming switchgear for power

factor improvement cubicle shall be as per details given in the data sheet and schedule of

quantities.

Power Capacitors Banks

The power capacitor banks shall be used to improve the power factor of an electrical system

and shall be housed in the power factor correction panel separated from the feeder cubicle.

Design Requirements

Each basic unit is to be built up with a number of elements. These elements shall be All

Polypropylene film (Super Heavy duty), non-self healing type with low watt loss. Capacitor

element must be completely sealed with epoxy resins to provide maximum humidity protection

and highest insulation. The capacitor elements are to be given adequate outside insulation and

should be put in all welded surface treated MS containers. The outer surface shall be provided

with a coat of protective primer followed by two coats of synthetic enamel paint of approved

shade. These capacitors shall be Non PCB oil impregnated under high vacuum. The metal case

shall be equipped with porcelain bushings to permit connection between power lines and active

capacitors. The unit shall have built-in internal individual fuses.

Externally each capacitor unit shall have two separate earthing points, name plate confirming to

the requirements of IS-2834 (amended up to date), discharge resistances etc. Each capacitor

should be suitable for operation on 440 V, 3 Phase, 50 Hz AC power supply for 25 KVAR

rating.

Page 142: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

142

Geared Motors & Gear Boxes

Gear Boxes are required for torque transmission & speed reduction for plant equipments. Speed

reduction for machines shall be through geared motors only unless gear boxes have been

specified in individual machine's specification. The geared motor should use helical gears. The

electric motor and helical gear box should be built as one unit. The geared motors gear boxes

shall be selected for minimum 15 start stops per hour, for moderate shock load for continuous

operational requirement with a minimum mechanical service factor of 1.5, without undue

heating of gear oil. The load factor for overhang shall also be considered for gearbox selection.

Geared motors / boxes shall be complete including key in the driven shaft, oil level indicator,

oil filling plug, oil breather and drain plug. Suitable grade gear oil for first charge of geared

motor / boxes should not be filled but should be packed separately in a drum and sent along

with geared motor/boxes. Suitable grade Gear oil for the gear box /geared motor shall be filled

at site before testing. The electric motors used for geared motors / gear boxes should be TEFC,

degree of protection IP¬ 54/55, squirrel cage, induction type, with class 'F' insulation suitable

for 415 V, 50 Hz, 3 phase AC supply. Electric motors performance in general should confirm to

IS-325-1996.

Electric Motors

These are required for driving various machines of the plant. All motors should be TEFC

(Totally Enclosed Fan Cooled), squirrel cage, degree of protection IP-54/55, horizontal foot

mounted, induction type, rated for continuous duty, with class 'F' insulation suitable for

operation on 415 volts (+/_ 5% ), 50 Hz, 3 phase AC supply. All motors to be supplied shall be

"Energy Efficient" type and shall confirm to the latest relevant IS and shall comply with the

following:

1. All poly-phase motors of 0.375 kW or more shall have a minimum acceptable nominal full

load motor efficiency not less than shown in table below or as per the IS 12615 2004 Eft 1

for energy efficient motors.

2. Motor nameplates shall list the nominal full-load motor efficiencies and the full-load power

factor.

3. Certificates shall be obtained and kept on record indicating the motor efficiency. Whenever

a motor is rewound, appropriate measures shall be taken so that the core characteristics of

the motor is not lost due to thermal and mechanical stress during removal of damaged parts.

After rewinding, a new efficiency test shall be performed and a similar record shall be

maintained.

Page 143: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

143

Minimum acceptable nominal full load motor efficiency

(For all poly-phase motors of 0.375 kW or more)

Motor Power Efficiency

KW HP 2 Pole 4 Pole

1.1 1.5 82.2 83.8

1.5 2 84.1 85

2.2 3 85.6 86.4

3 4 86.7 87.4

4 5.5 87.6 88.3

5.5 7.5 88.5 89.2

7.5 10 89.5 90.1

11 15 90.6 91

15 20 91.3 91.8

18.5 25 91.8 92.2

22 30 92.2 92.6

30 40 92.9 93.2

37 50 93.3 93.6

45 60 93.7 93.9

55 75 94 94.2

75 100 94.6 94.7

90 120 95 95

110 150 95 95

132 180 95.3 95.5

160 215 95.5 95.8

180 240 95.5 95.8

200 270 95.8 95.8

All motors to have at least class 'F' insulation. The performance of the motors should conform

to Indian Standard IS-325- 1996. The starting torque of the motors shall be at least 2.5 times of

the rated torque. All motors above 60 HP shall be provided with bigger terminal box to

accommodate AI cables. Thermistor shall be provided in motor windings of 60 HP & above &

shall be of two ranges, one being for the warning and the other for tripping the motor if the fault

persists.

Remote Control Panels

These shall be floor/wall-mounted type as per site requirement. These shall be made of SS 304

housing. Front cover shall be removable type with suitable rubber gaskets to make them dust,

vermin and moisture proof. Degree of protection for housing shall be IP - 54/55.

Each feeder of station shall be provided with nameplate (white bakelite), LED type indication

lamp with pushbuttons i.e. one 'ON' (Green) push button and one 'OFF' (Red) push button with

Page 144: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

144

latch to prevent accidental starting. Green and Red push buttons shall have contact elements

having 1 NO + 1 NC.

Heavy duty connector shall be used in RCP for internal wiring. Indication lamps shall be LED

type to give bright indication. Push Buttons shall be indicator type with LED lamps & shall be

of 22.5 mm dia and having operating voltage of 240 V AC. The panels shall have ammeter for

critical equipments to monitor motor load. Localised control panels to be provided, as per the

requirement, near the special machines such as Pellet mills, Hammer mills, Mixers and

Automatic bagging system etc. These can be floor/wall-mounted type and made from SS 304

sheet with suitable supporting arrangements. These can be as per the standard design of the

manufacturer of the related machine.

Push Button Stations / Isolators /Junction Boxes etc.

Push button stations and isolators are required for emergency operation of the equipment and

installed near it. All Push buttons shall be indicative type with LED. All DOL started motors

shall have power isolators near the motors and Star-Delta started motors shall have ON and stay

put on type red OFF Push button stations near the motors. Junction boxes are required on floors

near equipment for bringing multi-core control cables up to floor and distribution to individual

control switches such as limit switches, isolators, push buttons, solenoid valve etc. These push

button stations/isolators/junction boxes etc. shall be housed in aluminium cast housing and to

have IP-54/55 protection so that these are robust and no dust could enter into them.

Mimic Panel

This panel is used for operating the feed mill equipment on manual mode when PLC is not in

operation & not controlled by the remote control panels provided in the individual sections of

the plant, for operating various pneumatic flaps/slide gates and for housing indicator for auto-

batching plant. The complete installation to be shown by a painted multi- colour mimic

diagram. The mimic diagram shall be housed in a SS enclosure & shall have LED indicators for

status of motors, slide gate, level sensors etc. The general specification of this panel would be

similar to that of motor control centre specified elsewhere in the bidding document. All the

necessary operating, indicating and signal elements shall be located on the fixed front panel

with desk, in functional manner so as to facilitate comfort of operation.

Production Block Lighting

Lighting of entire production block (except wherever R.C.C. roof is provided by the purchaser)

is to be carried out by the bidder. Lighting work scope starts from the outlet feeder of the Main

lighting panel in the LT Panel room of the Substation block to the light fittings in the main

plant. The specification of the Lighting panel shall be similar to that of MCC, excepting that the

outgoing feeders shall be with suitable rating TPN MCB for the Distribution Boards in the

Main plant.

Lighting shall be carried out as per equipment and general lighting requirement. Light fittings

are to be wired via Distribution Board to a centralised lighting panel for the main plant in the

Electrical room which are to be supplied by the bidder. This centralized lighting panel shall be

cabled to respective Distribution Boards located on respective floors. Various switchgears such

as miniature circuit breakers & earth leakage circuit breakers etc. of the distribution Board shall

be integrated in this Lighting panel. Light fittings control may be for individual or group of

light fittings depending upon the locations by miniature circuit breakers. For wiring PVC

Page 145: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

145

insulated armoured cable with copper stranded conductor, shall be used for sub-main wiring

upto Distribution Board in each floor. From each Distribution Board to individual fixtures shall

be through Copper point wiring (min 2.5sq.mm) in 25 mm MS conduit to be provided. All

Light fitting shall be Dust & Jet proof, (similar to IDJ 1124 EB of Crompton) with electronic

ballast. Fluorescent tubes of 36 W cool Day light shall be used for the fittings. Emergency

lights for indication of the emergency exits to be provided complete with centralised inverter in

control room. For production block roof, twin obstructers marking light for aviation purpose to

be provided.

On each floor of the production block, one distribution board shall be provided with at least one

25A universal single phase metallic plug and socket power point in cast Al. dust proof

enclosure. Copper lightning arrestor with connected GI earthing strip and earthing pits shall be

provided for lightening protection of the plant. Separate earthing system with pits to be

provided for industrial power system, computer systems, lighting system and lightening

arrester. Power for Air conditioner with voltage stabilizer, emergency lights for Control room

shall be drawn from nearest lighting distribution board. Distribution Boards shall be

prefabricated type with I6 /18 G MS sheet housing suitable quantity of MCBs, with suitable

nos. of knockouts for incoming cable & outgoing cables & conduits. The box shall be hinge

type with only the MCBs operating knob visible. These boards shall have 2 mm thick gland

plate.

Power Cables (LT)

Power cables for use on 415 V system shall be of 1100 volt grade, copper conductor (upto 50

Sq.mm) & aluminium conductor (above 50 Sq.mm), XLPE insulated, PVC sheathed, armoured

and overall PVC sheathed strictly as per IS : 7098 PART 1/1988. Unarmoured cable shall be

used only for specifically requirements as per directions of Engineer-in-charge. The size of

these cables shall be as per approved erection drawings. NO COPPER CABLE OF SIZE LESS

THAN 2.5 SQ. MM SHALL BE USED. The following selection table shall be followed for

cables of motors unless otherwise specified:

3 Phase 415 V Motor H.P. Direct-on-line Star-Delta Starter

Supply side Motor side Supply side Motor side

Copper Conductor Cable Size : Sq mm

Up to 7.5 2.5 2.5 2.5 2 X 2.5

10 4 4 4 2 X 2.5

15 6 6 6 2 X 2.5

20 10 10 10 2 X 4

25 16 16 16 2 X 6

30 16 16 16 2 X 6

40 25 25 25 2 X 10

50 35 35 35 2 X 16

Aluminium conductor Cable Size : Sq mm

60 70 70 70 2 X 35

75 95 95 95 2 X 50

100 120 120 120 2 X 70

Page 146: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

146

125 185 185 185 2 X 95

150 240 240 240 2 X 120

180 - - 300 2 X 150

200 - - 2 X 150 2 X150

250 - - 2 X 185 2 X 185

275 - - 2 X 240 2 X 240

300 - - 2 X 240 2 X 240

Note: Cables indicated above in the table shall be only armoured copper conductor cable for

motors 50 HP. For motors rating 60 HP and above, armoured aluminium cable should

be used.

Control Cables

Control cables for use on 415/230 V systems shall be of 1100 V grade, copper conductor, PVC

insulated, PVC sheathed, armoured and overall PVC sheathed, strictly as per IS: 1554 (Part I) -

1988, read with latest revisions, if any. Unarmoured control cable to be used only if

specifically indicated in approved drawings or specially approved by site in-charge. The size of

these cables shall be as per approved erection drawings. NO CABLE OF SIZE LESS THAN

2.5 SQ. MM SHALL BE USED.

Screened Control Cable for Analogue Signals

These shall be used for carrying out analogue signals. Multi-standard base annealed copper

conductor, PVC insulated, cores colour coded, laid up screened by braiding with ATC copper

wire and finally over all PVC sheathed, complete as per British Standard Code 5308. Sizes of

these cables shall be specified in schedule of quantities/approved drawings. As a standard

practice, these cables shall be of conductor dia 1.0 sq. mm and number of cores as per

requirement. These cables shall be with armouring unless specified otherwise in schedule of

quantities/approved drawings.

Earthing System

Earth Pit

1. Plate type earth electrode with earth pit shall be provided for this work unless otherwise

advised by site engineer due to typical site conditions. Earthing electrode and pit shall be as

per IS: 3043-1987 the latest revision (code of practices for Earthing).

2. For ready reference, sketches for pipe and plate type earth electrode earthing pit have been

shown in the attached sketch no. SK-25. All earth electrodes shall preferably be driven to a

sufficient depth to reach permanent moist soil.

3. Earth pit centre shall be at a minimum distance of 3 M from nearest building, unless

otherwise advised. The minimum 3 M distance shall be maintained between centres of 2

earth pits.

4. Earth electrode for PLC, instrumentation earthing shall be of copper, whereas the same for

all other application (LT MCC /Electrical panels) shall be of GI.

5. Earthing electrodes for Main plant Lighting panel shall be plate type with double earthing.

Page 147: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

147

Earth Bus, Earthing Lead & Earth Wire/Strip

1. All electrical equipment is to be doubly earthed by connecting two-earth strip/ wire

conductor from the frame of the equipment to an earthing pit/ main earthing ring. The

earthing ring will be connected via links to several earth electrodes. The cable armoured

will be earthed through the cable glands. Conductor size for connection to various

equipments shall be as specified in the drawing or as instructed by the Engineer-in-charge.

However, the length of the branch leads from equipment to earthing grid/ ring shall not be

more than 10 to 15 meters.

2. All hardware for earthing installation shall be hot dip galvanized. Spring washers shall be

used for all earthing connections of equipment having vibrations.

3. Size of earthing lead/ wire shall be as specified in schedule of quantities/drawings. Below

Table may be considered as general guidelines.

4. However, while deciding type & size of earth lead, the resistance between the earthing

system and the general mass of the earth shall be as per IS code of practice. The earth loop

impedance to any point in the electrical system shall not be in excess of 1.0 ? in Contract to

ensure satisfactory operation of protective devices.

5. G.I. wire/ Copper wire shall be connected to the equipment by providing crimping type

socket/ lug.

6. Wherever earthing strip to be provided in cable tray, it shall be suitably bolted on cable tray

and electrically bonded to the cable tray at regular interval.

7. Excavating & refilling of earth, necessary for laying underground earth bus loops shall be

the responsibility of the Supplier.

8. Wherever earth leads/ strips/ wire are laid in cable trenches, these shall be firmly and

suitably cleared to the walls/ supporting steel structure on which cable is clamped.

9. All LT Electrical panels shall be double earthed i.e. connected to earth pit independently

and earth pit shall have GI earth plate. Earth strips for panels shall be interconnected

wherever possible.

10. Long runs of GI strip shall be connected at each end with lap type welding to ensure

continuity.

Sizing of Earthing Lead Wire

S. No Item Size

1 Control Switches / glands Copper wire 14 SWG

2 Motor / Isolators upto 40 HP Copper wire upto the Cable tray & GI strip 25x3 mm

3 Motor above 40/50 HP upto 125 HP GI strip 40x3 mm

4 Motor above 125 HP GI strip 25x6 mm

5 Switch Board/Motor Control Center GI strip 50x6 mm

6 Earthing main in trenches GI strip 50x6 mm

Other Electrical Items

1. Control circuit junction boxes

2. Cable tray and GI conduits

3. LT Control wires and cables for instrumentation, and interlock along with sensors probes,

limit switches, HG switch etc

4. Cable glands, lugs, route markers

5. Earth pits with electrodes

Page 148: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

148

6. Complete double earthing for all electrical equipment with suitable size earth conductors

7. LT power capacitors for PF correction

8. Rubber mats, fuse puller, hand gloves

The specifications for above items are available in the Special Condition of Contract –

Electrical Section

Page 149: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

149

Technical Specification of Production Block Housing

Structural steel is required to house complete feed mill equipment in the production block

except for exclusion mentioned in the bidding document elsewhere.

All general purpose steel

Shall be conform for physical and chemical composition as per IS 2062 Grade A (of latest

version)

Nominal Dimension of rolled steel

Shall conform to IS 808 for Beams, columns, Channels, Angels

Shall conform to IS 1730 for plates, strips, flats

Shall confirm to IS 3954 for channel sections

Shall conform to IS 1239 for pipes

The Production Block structure shall be bolted/welded type consisting of suitable steel structure

having columns, „I‟ channels, angels, plates, foundation bolts etc. All platforms fabricated from

5 mm thick steel chequered plates, suitably supported to avoid deflection or vibration.

All necessary MS purlins and roof trusses shall be supplied & installed for the sheeting work.

Suitable steel staircase is also required. Necessary MS „B‟ class pipe NB 32 mm railing to be

provided whenever required. Complete steel structure to be painted with two coats of Red-

Oxide Zinc Chromate primer and then 2 coats of synthetic enamel paint. For production block

(main plant) required quantity per unit area of windows to allow natural light and ventilation to

equipments shall be provided with press steel frame, welded mesh for protection from birds and

4 mm minimum thick wired glass. The size, design of windows & colour shall be approved

before supply.

On sided and roof, ALVALUME (AL ZINC) pre-coated profiled rib sheets as per below

specification shall be fixed. Necessary pre-coated Galvalume sheet flashing pieces for

windows, corner pieces shall be fixed to avoid rainwater entry. Profile and colour shade of

sheets shall be approved before supply.

Technical Specification for GALVALUME Colour Coated Roofing / Cladding Sheets

S. No Description Specification

1 Base Metal High Tensile Cold rolled steel AS 1397

2 Al-Zn Alloy

Coating

55 % Aluminium & 43 % Zinc (approx) 1.5 % Silicon (approx);

Minimum 150 GSM coating mass ,total of both sides

3 Colour coating 20 microns on top with Silicon Modified Polyester paint & 5 - 7 Micron

back-up epoxy coating at Bottom

4 Total Coated

thickness

0.50 mm

5 Yield strength 550 Mpa

6 Approx mass per

unit area

4.24 kg /sq.m

7 Approx. Coverage 235 sq.m/ton

Page 150: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

150

8 Fasteners

Imported galvanized carbon steel, self-drilling & self-tapping hexagonal

head screws of HILTI/ BOSCH)

Note: The make of fasteners should be HILTI /BOSCH with EPDM sealing washers.

Important Notes:

The steel housing shall house all the feed plant equipments required for the pellet production.

The foundation location, layout of plant, load details on the foundations shall have to be

provided to the purchaser to design the foundation. Foundation bolts for the structure shall be in

the scope of the bidder. The structure for the Main plant shall be of welded construction of steel

members.

The structure housing shall be designed for facilitating future expansion of the plant by

replacing with higher capacity pellet Mills or by adding an additional pelleting line.

The steel structural housing shall be designed using economical sections, so as to reduce the

overall steel requirement, keeping the minimum safety standards as indicated.

The Hammer Mill, Batch Mixer, Pellet Mills, gravity feeder, screw feeder for bin discharger

shall be located in the same platform level. The bidder shall place batch weighers, pellet

coolers, bagging bins such that they are placed in the same platform level. Hence bidder shall

restrict the number of access equipment platforms for equipments to the minimum.

The steel structure framework for housing feed plant equipments shall be designed and checked

by the reputed structural engineer by the bidder. The framework shall be designed for wind load

(highest as per historical records) and for seismic stability as per seismic zone. Stability

certificate for the structure shall be submitted by the successful bidder. Design calculations for

the structure shall be shared with the purchaser and who shall suggest the bidder, for alteration,

wherever found required.

The bidder shall quote for 250 (200 + 50) MT for the plant structure, steel platforms, trench

covers, Pipe Bridge in the bidding document. The bidder shall however economize requirement,

wherever possible without reducing stability of the structure.

The steel sheeting work for Main plant shall eliminate unwanted opening and shall be no

leakage into the plant during rains. All unwanted opening in the joint between inclined and

vertical sheets shall be suitably sealed/ closed. Holes on the sheets shall be made only by

drilling and only self tapping fasteners (as described above) shall be used.

To the extent possible cutting of cladding/Roofing sheets shall be avoided and proper selection

of sheet sizes is to be made. If opening are made in the sheets, they shall be properly sealed to

stop bird /dust entry.

Staircase shall be suitably located so that quick approach to working platforms and shall be

1.2m wide with 32 mm pipe hand railing (double braced).

Platforms, railing shall be extended to all working equipment to facilitate inspection, operation

and maintenance.

Windows for the plant shall be located at suitable height above each platform near equipments

for natural ventilation, lighting and for external views. The quantity of windows, design for the

plant shall be approved by the purchaser.

Elevation (all sides) drawings for the plant shall be furnished to the purchaser to decide on the

requirement of windows.

Proper sized sheet canopy or flashing for the windows shall be used to prevent water entry.

The sheet skirting at the lowest level shall be a part of the required of the sheeting.

Page 151: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

151

Technical Specification for Erection, Testing and Commissioning

General technical specification for erection, testing and commissioning is included under special

condition of contract of bidding document. Erection, testing and commissioning is inclusive but not

limited to the following: Positioning of all the feed plant equipment in the approved locations,

including grouting, anchoring etc as per requirement.

Laying of product, aspiration and Service pipelines inclusive of the necessary valves, fittings

etc including the necessary accessories if any.

Anchoring of the pipelines on necessary supports - for all products, aspiration and Service

pipelines.

Insulation of Steam and molasses pipe lines.

Erection/Welding/Grouting into place necessary structural platforms, walkways, handrails etc.,

as per requirement.

Name of all important machines to be written on them after final installation but before

commissioning by a painter. Necessary aero marks and other identification by painting to be

provided on piping as required.

Laying of LT Power cables in conduit pipes, Cable trays, underground (including excavation

etc) as per specifications, including supporting of cable trays/conduits, isolators, junction boxes,

remote push button stations etc. are in scope of tenderar.

Termination of Power cables on MCC and on Motor starters, Capacitors, isolators etc. with

suitable cable glands, lugs etc.

Termination of control cables/sensor wires on RCPs, control panels, limit switches, indicators,

controllers etc

Earthpit installation complete including excavation, installation, refilling etc.

Earthing of all electrical equipment with two runs of earth electrode of appropriate size from

earthpits, Panel board trenches etc.

Approval of Electrical installation executed by the bidder by the Electrical Inspectorate of the

state where the plant is located.

Testing and commissioning procedure have been detailed separately as per the „Project

Management‟

Supply of Wear Parts and Spare Parts (TO BE CONFIRMED FOR SUPPLY)

Wear Parts for each site:

Following wear parts are to be supplied with the plant and their cost shall be considered in

technical and financial evaluation: Pellet Mill die 5 Nos

Pellet Mill roller Shell 5 sets

Hammers for hammer mill 5 sets

Sieve for hammer mill 5 sets

Beaters and knives for molasses mixer 5 sets

Filter bags for aspiration unit 1 set for each unit

Flexible canvass/rubber sleeves 1 set for complete plant

Spare Jute twine remover rotor 4 sets

Page 152: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

152

Spare parts

For one year operation of plant, the Bidder shall furnish a list of all essential spare parts for items in

the scope with their item rates. Purchaser shall order spare parts separately as per the plant‟s

requirements.

List of preferred Makes of Bought out Items

Description Makes

Electronic Weighing Machine

Platform Type

METTLER TOLEDO / SARTORIUS / ESSAE TERRAOKE /

JAY INSTRUMENTS/ REIL / ATCO

Centrifugal fans ABB / FLAKT WOODS /AEROTECH / DUVENT/ ENGICON

/ RITZ / TLT / NADI / AIR CONTROL

Automatic Bag placing, Filling,

Weighing, stitching system

IIM /CRONOS RICHARDSON / BOSCH / AVATON/ EEL

/TECHNO-WEIGH/ AUTOWEIGH SERVICES/ SARTORIUS

Galvalume steel Pre-coated Profiled

sheets

METACOLOUR / ISPAT / INTERARCH/

POLYSTEEL(DENDRO) UNIMETAL /

Soft Starter (Electronic) L&T/ ABB /SIEMENS / ALLEN BRADLEY / DANFOSS

Programmable Protection Relay MINILEC

VFD ABB / L&T / SIEMENS / ALLEN BRADLEY / DANFOSS /

YASOKAWA

Level Transmitter & indicator E&H / ROSEMOUNT

Temperature / Pressure Transmitter E&H / ROSEMOUNT

RTD RADIX /PYROELETRIC / ALTOP / GIC / TOSHNIWAL

PID Controller YOKAGAVA / CHINO / FOXBORO / TATA

HONEYWELL/SIEMENS / ROSEMOUNT

Level Switch (float type for liquid &

vibrating fork type for powder)

E&H / ROSEMOUNT / P&F / HONEYWELL / TECHROL /

SB ELECTRONICS

Vortex / Magnetic Flow meter FORBES MARSHALL / E&H / ROSEMOUNT /

YOKAGAWA / MANAS MICROSYSTEMS

Process Control Valve FORBS MARSHALL /SAMSON / ROSEMOUNT

Valve SAMSON /DANFOSS / DEMBLA / AVCON / TOSHBRO /

FISHER XOMOX / MASONEILAN

Pressure switch / temp switch/

Pressure transmitter / temperature

transmitter / Thermostat

DANFOSS / ALCO / HANSEN / PARKER / E&H/ SWITZER /

CHINO / PYROTECH / ALTOP / GIC/ WIKA / AMERICAN

SPECIALITIES, USA

Pressure & Temperature Gauge FIEBIG / H GURU / PRICOL / WAREE / WIKA

Dual type Pressure / temp. gauges FIEBIG / H GURU / PRICOL / WARREE

Temperature sensors / digital

indicator/ controller / recorder

YOKOGAWA / CHINO / TATA HONEYWELL / RADIX /

PYROTECH

Energy Monitor L&T / SIEMENS / ABB / ALLEN BRADLEY

Voltage / Current / Energy /

Power/factor Transducer

RISHABH / ENERCON

PC (Personal Computer) IBM LENEVO/ DELL / ACER/ WIPRO/ COMPAQ/HP

PLC System SIEMENS / ALLEN BRADLEY / HONEYWELL/

SCHNEIDER / L&T QUANTUM / EMERSION

Printer HP/Canon

Automation System IIM / SIEMENS / ROCKWELL/ TATA HONEYWELL/

INVENSYS / EMERSION/ MELSS / TECHNOWEIGH

Page 153: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

153

Electric Motors ABB / KIRLOSKAR / BHARAT BIJLEE / SIEMENS / NGEF /

CROMPTON GREAVES

Air Circuit Breaker L&T / SIEMENS / ABB / SCHNEIDER

MCCB, MPCB L&T / MDS-LEGRAND / SIEMENS / ABB / MERLIN GERIN

/ GE / CROMPTON GREAVES

Contactors L&T / SIEMENS / ABB / SCHNEIDER

Starter, Overload Relays L&T / SIEMENS / ABB / SCHNEIDER

Timers (Electronic) L&T / SIEMENS / BCH / GE

Fuse Switch Units L&T / SIEMENS / ABB / SCHNEIDER / C&S/ GE

MCBs L&T-HAGER /SIEMENS/ MDS-LEGRAND / GE

Push Buttons TEKNIC / ESBEE / SIEMENS / GE / VAISHNO /

Indicating Lamps L&T / SIEMENS / VAISHNO / TEKNIC / BINAY

Digital Ammeter & Voltmeter L&T /ANERCON / HPL SOCOMEC / MECO

Analog Ammeter & Voltmeter RISHABH / IMP / MECO / AE

Digital Energy Meter L&T / ENERCON / HPL SOCOMEC / CADEL / AE

Analog Energy Meter GEC / UNIVERSAL / HAVE / JAIPUR

Power Factor Meter RISHABH / IMP / MECO / AE

Current Transformer KAPPA / MECO / AE / IMP / INDCOIL

LT Power Cables FINOLEX / FORT GLOSTER / CCI / RPG ASIAN / INCAB /

UNIVERSAL / NICCO

LT Copper Control Cables FINOLEX / FORT GLOSTER /CCI / RPG ASIAN / RR

KABELS (UNILAY) / LAPP KABEL

Signal & Instrument cable POLYCAB / LAPP KABEL / THERMOPAD

Power Capacitors EPCOS / MOMAYA / MEHER / KHATAU JANKAR /

SIEMENS / UNISTAR

APFC Relay L&T / BELUKE / EPCOS / PHASITRON / MECO

Cable Tray INDIANA / MEK / SUNRISE / SUPER / PILCO

Isolating Switches L&T / SIEMENS / ABB / SCHNEIDER / C&S

HRC fuses L&T / SIEMENS / EE / C&S

IP 55 boxes for motor isolators, push

buttons, junction boxes etc.

HENSEL / HANSU

Terminal Blocks WAGO / LAPP INDIA / CONNECT WELL / ELMEX

Electronic Load Manager L&T / ENERCON / KRYKARD /

Selector Switch L&T / KAYCEE / SALZER /

Cable Glands COMET / EX-PROTECTA / DOWELS / LAPP KABEL /

BRACKO

Programmable Protection Relay MINILEC

Servo Voltage Stabilizer SUVIK / APLAB / NEEL / KRYKARD

UPS NUMERIC / EMERSION / APC / HI-REL / DB

ELECTRONICS / APLAB

SMF Battery EXIDE / AMCO / YUASA / FURUKAWA / PANASONIC /

MS Pipes TATA / JINDAL / KALYANI / MST / ISMT

LP Steam / condensate Valves AUDCO / CRESCENT / LEADER / THERMAX / BDK

Steam relief valve, traps & strainers SPIRAX / MAZDA / SAMSON / THERMAX

Expansion bend for steam line JN MARSHALL / MAZDA

Steam Pressure Reducing Valve SPIRAX / MAZDA

Air Compressor (Reciprocating) CHICAGO PNEUMATIC / INGERSOLL RAND / ELGI /

KIRLOSKAR / KHOSLA

Page 154: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

154

Refrigerated Air Dryer CHICAGO PNEUMATIC / GEM EQUIPMENTS / SABROE /

HIRAS/ INGERSOLL RAND/ ATLAS COPCO

Air lines accessories SHAVO NORGEN / FESTO / AIRMATIC / LEGRIS / NUCON

NRV for Air Line FORBES MARSHALL/INTERVALVE / AUDCO / LEADER

Air Line valves (Ball) AUDCO/ LEADER/ CRESCENT/ HAWA

Auto Drain Valve ULTRA FILTER / ZANDER

Molasses Pumps JOHNSON / DELTA / ROTODEL / TUSHACO

Duplex filer for molasses line INTERVEST

Resin bonded mineral wool ROCKWOOL / LLOYD / UP TWIGA / MINWOOL /

Geared Motor / Gear Box PBEGL / POWER MASTER / RADICON/ SHANTHIGEARS /

IC BAUER / BON FIGOLI / EURO DRIVES

Structural Steel SAIL / ESSAR / TISCO / RINL / IISCO

Air Conditioner (Split) LG/ BLUE STAR/ CARRIER / VOLTAS / HITACHI /

GODREJ

Page 155: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

155

Battery Limits

Electrical

The bidder‟s scope of works include all the works related to LT electrical distribution to all the

equipment mentioned under the scope of this bidding document, supply of LT main panel and

same to be design with consideration of extended plant capacity from the outgoing feeders of

the Power Control Centre / Main LT panel (in substation), upto all electrical loads, through

panels. Scope includes supply of Main plant MCC, Soft-starter panel ,MCC for Raw material

Intake Equipment., Silo System, Boiler MCC, Raw water pump panel, APFC panel and their

interconnecting cables on trays/pipes/trenches, earthing networks & earth-pits. Cables to weigh-

scales, portable conveyors from relevant MCCs are included in the scope. The scope includes

obtaining approval for electrical installation executed by the bidder from the Electrical

Inspectorate.

Steam

The bidder‟s scope of works includes all the equipment, piping, traps assemblies, air vents etc.

for distribution of LP steam from the outlet of PRS, through LP steam header to all

consumption points with condensate recovery system, necessary piping, valves etc. Obtaining

statutory approval, from the local Boiler Inspectorate for LP steam piping is in the bidder‟s

scope of works. Any modifications or changes, if suggested by local Boiler Inspectorate, shall

be in the scope of bidder.

Condensate

All condensate recovered from various sources shall be returned to the Feed water tank in the

Boiler House, through a pressurized recovery system. Bidder‟s scope shall start from

condensate outlet from the molasses pre-heaters (near Pellet mills & near Molasses storage

tanks) to Boiler feed water tank in the boiler house.

Compressed Air

Bidder is required to generate compressed air at required pressure, remove moisture, store and

distribute compressed air to all consumption points in the scope of supply for cleaning i.e. for

all pneumatic flaps / gates operation & air jet filters etc. Drain from the Air compressor, dryer,

receiver shall be taken outside the plant building.

Molasses

Molasses received in tankers shall be unloaded with unloading pumps & directed to any of the

two Molasses storage tank. The bidder's scope of work starts from the outlet of the Road Tanker

upto inlet of Molasses storage tanks and from outlet of Molasses storage Tank upto Molasses

mixers through feed pumps, flow meters, control valves are included in the bidder's scope.

Molasses line from the outlet of Molasses storage Tanks up the plant shall be insulated & traced

with LP steam line.

Page 156: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

156

Silo System

In this silo system, flat bottom silos 4 Nos. Of minimum 500 MT (2 in use & 2 for future)

capacity each of GI corrugated (Imported) sheet (Min.zinc deposition 450 gm/sq.mtr) bolted

type flat bottom with hydraulically operated serew (imported) for discharging left out materials

from bottom of silo, complete with aeration system and temperature monitoring system for

storage of DORB RCC foundation for silo above ground by purchaser. Each silo to be provided

with automatic sampler. Discharge from each silo to common chain conveyor through

pneumatic slide. Additional emergency gate in the bottom of silos.

All other details of this system for storing DORB shall be similar to that for grains as

mentioned point given below.

This silo system shall be installed in separate location as shown in Production Block Layout

drawing.

Lighting & Earthing System

Electric power, 415 V, 3 phase & neutral shall be made available from Main Lighting panel

located near LT PANEL in the substation room. Cables form this Main Lighting panel,

distribution boards for the Main plant lighting shall be in the scope of the Bidder. Distribution

of lighting within the complete steel structure of production plant area including supply &

installation of light fittings, aviation light with wiring, lightening arrester, lightening conductor

and necessary earth pits & earthing electrodes are in the bidder's scope.

Feed Mill Housing Structure and Civil Works

The Purchaser shall provide production block foundation and all RCC works including

pedestals up to plinth. However, the bidder shall provide the locations of the foundations with

respect to the RMG & FPG to enable construction of the foundations.

All steel structure of feed mill above plinth including side and roof sheeting, windows etc. in

steel structure is in the bidder‟s scope. The bidder shall optimally design the steel structure &

shall get this cross checked which his structural designer before forwarding the drawing to

purchaser. The purchaser shall in-turn check the design from an approved structural consultant

before clearing the drawing. Any changes so recommended shall be incorporated in the steel

structure for the Main plant. Details of load on foundation for the structure shall be furnished to

the purchaser.

All building works of control room, MCC room, offices and links between production block

and godown will have RCC roof and connected civil work shall be provided by the Purchaser.

For feed mill structure, enclosure walls up to 2.5 M from plinth shall be provided by Purchaser.

Trench covers, angle nosing for trenches, platforms, staircase, railing, ladders, etc as required

for equipment approach & maintenance shall be in the scope of the bidder. All frames,

foundation bolts for steel structure and equipments, supports for steel

structure/equipment/piping/cables etc. to be provided by bidder and these shall be only grouted

by the Purchaser /Project Authority once these are fixed/aligned by the bidder.

Page 157: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

157

Equipment

All equipment in Raw Material Godown, Finished Product Godown, Molasses

storage/handling, DORB Storage in Silo/handling & production block to be supplied & erected

by the Bidder. Scope of the bidder starts from the dumping hoppers of intake conveyor and

ends at the outlet of slat conveyor of finished feed. Bidder shall arrange the inlet to the third

cross conveyor (from silo system) above the Proportionate bins. Bypass protein & Mineral mix

plant equipments are not in scope.

Automation

Automation scope starts from the dumping of Raw materials in Raw material Godown & Silo

System till bagging conveyor.

Consumables

All raw materials for production of feed, operating staff for commercial production shall be

provided by purchaser/ project authority. All consumables like Gear oils, lubricants, packing for

flanged joints, flexible joints for vibrating equipments etc. and commissioning spares required

if any, for installation, testing & commissioning till taking over the plant by the purchaser, shall

be provided by bidder and the same after taking over the plant shall be provided by purchaser /

project authority.

Exclusions :

Description

1. All Civil works

2. Workshop Tools & Machines

3. Sanitary Installation, Water Disposal

4. Fire Extinguishers, Water Hydrants etc.,

5. Environmental Works, Access Roads,

6. Overhead tank for raw water,

7. Laboratory Glassware, Chemicals & Equipment,

8. Maintenance workshop and furniture for engineering Store,

9. Telephone & Intercom Systems,

10. HT Electricals, DG Set

11. Steam generation plant, HP steam piping, PRS,

12. By-pass protein plant,

13. Water Handling equipment, piping, water softener

14. Electronic weighbridge

Page 158: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

158

SCHEDULE-III

TERMS & CONDITIONS

FOR

ERECTION/TESTING/

COMMISSIONING

OF

CATTLE FEED PLANT &

MACHINERY

RAJASTHAN COOPERATIVE DAIRY FEDERATION LIMITED SARAS SANKUL, JAWAHARWAL NEHRU MARG, JAIPUR Phone No.2702501-508/2710209 : Telefax: Fax : 2710209/2702537 Website : www.sarasmilkfed.coop : E-mail: [email protected]

Page 159: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

159

SCHEDULE-III

GENERAL TERMS AND CONDITIONS FOR ERECTION CONTRACT

1.O Material drawings etc.

1.1 All goods or materials shall be erected/supplied under the scope of erection with the

specifications stated herein, and those covered under scope of work.

1.2 All goods or materials supplied or used shall be unused, new and of first quality. Where

foreign or partly foreign goods or material are to be used, this must be specifically stated

and brought to the notice of RCDF.

1.3 Wherever necessary or required by RCDF, the erector shall furnish the necessary test

and/or inspection certificate etc. from the appropriate authorities as per IBR, IER and

other statutory regulations at no extra cost.

1.4 All remarks, suggestions and modifications as suggested by the authorities mentioned in

1.3 above, shall be carried out by the erector to the entire satisfaction of the referred

authorities and no extra cost shall be payable in this regard to the erector by the RCDF.

1.5 The supplier shall furnish the necessary foundation drawings with all pertinent details for

each of the equipment under the purview of the supply alongwith the sets of drawings for

approval.

2.0 Assigning & Subletting :

Assigning or subletting the contract shall not be done by the party unless written

permission is obtained from RCDF. Written permission if given shall not relieve erector

from his obligations under the contract and he shall take full responsibility for all the

works carried out by the Sub-vendor.

3.0 Purchaser’s comments :

Erector shall not be relieved of his obligations under the order including but not limited to

his warranty obligations stated herein merely by incorporating the purchaser‟s design and

fabrication comments on the goods hereunder.

4.0 Secrecy Clause :

4.1 The technical information, drawings, specifications and other related documents forming

part of purchase order are the property of Purchaser and shall not be used for any other

purpose, except for the execution of the order. All rights, including rights in the event of

grant of a patent and registration of designs are reserved. The technical information,

drawings, specifications, records and other documents shall not be copied, transcribed,

traced or reproduced in any other form or otherwise, in whole or part and/or duplicated,

modified, divulged and/or disclosed to a third party nor misused in any other form

whatsoever without Owner‟s or his collaborators previous consent in writing, except to

the extent required for the execution of this order. This technical information, drawings,

Page 160: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

160

specifications and other related documents shall be returned to owner with all approved

copies and duplicate, if any, immediately after they have been used for the agreed

purpose.

4.2 In the event of any breach of this provision, erector shall indemnify the owner from any

loss, cost or damage or any other claim whatsoever from his collaborator and or any other

parties claiming from or through them or from any other party in respect of such a breach.

5.0 Scope of Contract for Erection :

The erection would comprise of positioning and installing all CFP, miscellaneous and

service equipments under the purview of his supply and those mentioned herein as per the

approved machinery layout drawings. The scope of mechanical erection involves access

preparation for moving of the plant and equipment including their fittings, from the work

site godown(s) or from the place within the site where they have been unloaded, to the

place of erection, decorating, placing on foundation wherever specified or required;

erection of pipes and connections of necessary services to the main or ancillary branch of

the service lines, but all within the battery limits, specified starting up and successful

commissioning to get the specified rated output for each equipment. The installation

should be carried out as per the drawing(s) submitted by the erector and approved by

RCDF. Necessary Pipes fittings and valves etc. for interconnecting the equipment would

be installed by the erector and it would generally be done according to the piping layout to

be prepared by the erector and approved by RCDF. All the serviced pipes, fittings and

valves etc. shall be supplied and installed by the erector and this should be carried out as

per service piping drawings prepared by the erector and approved by RCDF.

All necessary foundation bolts and their grouting on floor, walls, etc. as per the

requirement, are included in the scope of erection & installation. All the supply covered in

this part shall be governed by the same general terms and conditions given in the tender

document against which the offer was made. Further the specifications of the contract are

intended to describe and provide for a finished piece of work. They are intended to be

complementary and what is equired by either shall be as if required by all. It is to be

understood and agreed by erector that the work described shall be complete in every

details even though every item necessarily involved is not particularly mentioned herein.

Erector shall be required to provide all Labour materials and equipments necessary for the

entire completion of the work describe and shall not avail himself of any manifesting or

unintentional error, omission or inconsistency that may exist. Erector shall carry out and

complete the work in every respect in accordance with the contract and accordance with

the directions and to the entire satisfaction of RCDF and the manufacture‟s

representatives.

6.0 Engineer’s Instructions :

RCDF may in his absolute discretion, from time to time issue further drawings and/or

written instructions, details directions and explanations which are collectively referred to

as „Engineer‟s instructions‟ in regard to :

Page 161: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

161

6.1 Any additional drawings and explanations to exhibit or illustrate details.

6.2 The variation or modifications of the design, quality or quantity of work or the additional

or omissions or substitutions of any works.]

6.3 Any discrepancy in the drawings or between the schedule of quantities and/or

specifications.

6.4 The removal from the site of any material brought thereon by erector and the substitution

of any other material thereof.

6.5 The removal and/or re-execution of any work executed by the erector.

6.6 The dismissal from the work of any persons employed thereupon.

6.7 The opening up for inspection of any work covered up.

6.8 The amending and making good of any defects.

7.0 Right of RCDF :

7.1 The various parts of the contract are intended to be complementary to each other but

should any discrepancy appear or any misunderstandings arises as to the interpretations of

anything contained therein, the explanation of RCDF shall be final and binding.

7.2 Right to direct work :

7.2.1 RCDF shall have the right to direct the manner in which all work under this contract shall

be conducted in so far as it may be necessary to secure the safe and proper progress and

specified quality of the work, all work shall be done and all materials shall be furnished to

the satisfaction and approval of RCDF.

7.2.2 Whenever, in the opinion of the RCDF, erector has made marked departures from the

schedule of the completion laid down in the agreement or when untoward circumstances

force a such departure from the said schedule, RCDF in order to assure the compliance

with the schedule and the provisions of the agreement, shall direct the order, pace and

method of conducting the work, which shall be adhered to by the erector.

7.2.3 If, in the judgement of RCDF, it become necessary at any time to accelerate the over all

pace of the plant erection work erector when, ordered and directed by RCDF shall cease

work at any particular point and transfer his men to such other point or points and execute

such portion of his work, as may be required, to enable RCDF to hasten and properly

engage and carry on their work, all directed by the RCDF.

7.2.4 Night work will be permitted only with prior approval of RCDF, RCDF may also direct

erector to operate extra shifts over and above normal day shift to ensure completion of

Page 162: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

162

contract as scheduled or due to exigent circumstances, if in his opinion, such work is

required.

7.3 Right to order Modifications of Methods & Equipment:

If at any time the erectors methods, materials or equipment appear to RCDF to be unsafe,

inefficient or inadequate for securing the safety of workmen or the public, the quality of

work or the rate of progress required, he may order erector to ensure their safety, and

increase their efficiency and adequacy and the erector shall promptly comply with such

orders. If at any time erectors working force and equipment are in the opinion of RCDF is

inadequate for securing the necessary progress as herein stipulated erector shall if so

directed increase the working force and equipment to such an extent as to give reasonable

assurance of compliance with the schedule of completion. The absence of such demands

from RCDF shall not relieve erector of his obligations to secure the quality, the safe

conducting of the work and the rate of progress required by the contract the erector alone

shall be and remain liable and responsible for the safety, efficiency and adequacy of his

methods, materials, working force and equipment, irrespective of whether or not he makes

any changes as a result or any order or orders received from RCDF.

8 Changes/ Variation in the work :

8.1 If it becomes necessary or desirable to modify the contract and the specifications therein

contained and the drawings, in a manner not materially affecting the substance thereof, or

to make changes by altering, adding to or deducting from the work, or to add correlated

work not now covered by the contract to the work to be done under his contract RCDF

may, without invalidating the contract, direct such changes increase the cost of work and

payment therefore is not covered by the prices bid for the various items, erector shall be

reimbursed for such changes under a supplementary contract. In case such changes shall

diminish the cost of the work, appropriate deductions towards such reduction in cost shall

be made from the contract price.

8.2 Erector when requested in writing by RCDF shall perform extra work and furnish extra

material not covered by the specifications but forming an inseparable part of the work

contracted for and shall be paid extra for all such work at rates and terms mutually agreed

upon.

8.3 Extra items, if any, shall be paid on the basis of vouchers of cost of materials and labour

procured by erector. Erector shall be paid 15% of the cost of material and labour towards

his profit, supervision and overhead charges.

8.4 Items not covered by the schedule of quantities but similar in nature to the items already

covered shall be paid for, the rates being worked out on the basis of rates quoted for

similar items.

8.5 The purchaser shall make any variation of the form, quality or quantity of the works or any

part there of that may. In his opinion, be necessary and for that purpose, or if for any other

Page 163: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

163

reason it shall, in his opinion be desirable, he shall have power to order the supplier to do

and the supplier shall do any of the following:

a. Increase or decrease the quantity of any work included in the contract,

b. Omit any such work, c. Change the character or quality or kind of any such work, d. Change the levels, lines, position and dimension of any part of the works, and e. Execute additional work of any kind necessary for the works and no such variation

shall in any way vitiate or invalidate the contract, but the value, if any, of all such

variations shall be taken into account in ascertaining the amount of the contract price. 8.6 The supplier shall make no such variations without an order in writing of the purchaser.

8.7 Provided that no order in writing shall be required for increase or decrease in the

quantity of any work where such increase or decrease is not the result of an order given

under this clause, butis the result of an order given under this clause, but is the result of

the quantities exceeding or being less than those stated in the contract/bill of quantities.

Provided also that if for any such order verbally, the supplier shall comply with such

verbal order given by the purchaser, whether before or after the carrying out of the order,

shall be deemed to be an order in writing within the meaning of this clause. Provided

further that if the supplier shall within seven days confirm in writing to the purchaser

and in writing within 14 days, it shall be deemed to be an order in writing by the

purchaser.

8.8 All extra or additional work done or work omitted by order of the purchaser shall be

valued at the rates and prices set out in the contract if in the opinion of the purchaser, the

same shall be applicable. If the contract does not contain any rates or prices applicable to

the extra or additional work, then suitable rates or prices shall be agreed upon between

the purchaser and the supplier. In the event of disagreement the purchaser shall fix such

rates or prices as shall, in his opinion, be reasonable and proper.

8.9 Provided that if the nature or amount of any omission or addition relative to the nature or

amount of the whole of the works or to any part thereof shall be such that, in the opinion

of the contract for any item of the works, is by reason of such omission or addition,

rendered unreasonable or inapplicable, then a suitable rate or price shall be agreed upon

between the purchaser and the supplier. In the event of disagreement the purchaser shall

fix such other rate or price as shall, in his opinion, be reasonable and proper having

regard to the circumstances.

8.10 Provided also that no increase or decrease mentioned above or variation of rate or price

shall be made unless, as soon after the date of the order as is practicable and, in the case

of extra or additional work before the commencement of the work or as soon thereafter

as is practicable, notice shall have been given in writing:

a. By the supplier to the purchaser of his intension to claim extra payment or a varied

rate or price, or b. By the purchaser to the supplier of is intension to vary a rate or price.

Page 164: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

164

8.11 If, on certified completion of the whole of the works, it shall be found that a reduction

or increase greater than 15 percent of the sum named in the letter of acceptance results

from the aggregate effect of all variation orders but not from any other cause, the

amount of the contract price shall be adjusted by such sum as may be greed between the

supplier and the purchaser or, failing agreement, fixed by the purchaser having regard

to all material and relevant factors, including the suppliers site and general overhead

costs of the contract.

8.12 The supplier shall send to the purchasers representative once in every month an account

giving particulars, as full and detailed as possible, of all claims for any additional

payment to which ordered by the supplier may consider himself entitled and of all extra

or additional work ordered by the purchaser which he has executed during the

preceding month.

8.13 No final or interim claim for payment for any such work or expense will be considered

which has not been included in such particulars. Provided always that the purchaser

shall be entitled to authorize payment to be made for any such work or expense,

notwithstanding the suppliers failure to comply with this condition, if the supplier has,

at the earliest practicable opportunity, notified the purchaser in writing that he intends

to make a claim for such work.

8.14 The work shall be carried out as approved by the purchaser or his authorized

representative/s from time to time, keeping in view the overall schedule of completion

of the project. The suppliers job schedule must not disturb or interfere with purchasers

or the other suppliers schedules of day-to-day work. The purchaser will provide all

reasonable assistance for carrying out the jobs.

8.15 Night work will be permitted only with prior approval of the purchaser. The purchaser

may also direct the supplier to operate extra shifts over and above per schedule.

Adequate lighting wherever required should be provided by the supplier at no extra

cost. The supplier should employ qualified electricians and wiremen for these facilities.

8.16 In-case of suppliers failure to provide these facilities. in case of suppliers failure to

provide these facilities and personnel, the purchaser has the right to arrange such

facilities and personnel and to change the cost thereof to the supplier.

8.17 In order to enable the purchaser to arrange for insurance of all items received at the site

including the items of supply covered under this contract, the supplier shall furnish

necessary details of all the equipment immediately on its receipt at site, to the

purchaser. Any default on the part of the supplier due to which any item does not get

covered under the insurance of the purchaser; the consequential losses shall be charged

to the supplier.

8.18 The purchaser shall not be liable for or in respect of any damages or compensation

payable at law in respect or in consequence of any accident or injury to any workman or

other person in the employment of the supplier or any sub-supplier, save and except an

Page 165: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

165

accident or injury resulting from any act or default of the purchaser, his agents,

servants. The supplier shall indemnify and keep indemnified the purchaser against all

such damages and compensation, save and except as aforesaid and against all claims,

proceedings, costs, charges and expenses whatsoever in respect thereof or in relation

thereto.

8.19 The supplier shall ensure against such liability with as insurer during the whole of the

time that any persons are employed by him on the works shall, when required, produced

to the purchaser or purchasers representative such policy of insurance and the receipt

for payment of the current premium. Provided always that, in respect of any persons

employed by any sub-supplier, the suppliers obligations to ensure as aforesaid under

this sub-clause shall be satisfied if the sub-supplier shall have insured against the

liability in respect of such persons in such manner that the purchaser is indemnified

under the policy, but the supplier shall require such sub-supplier to produce to the

purchaser or purchasers representatives, when required such policy of insurance and the

receipt for the payment of the current premium

8.20 Whenever proper execution of the work under the contract depends on the jobs carried

out by some other supplier, the supplier should inspect all such erection and installation

jobs and report to the purchaser regarding any defects or discrepancies. The suppliers

failure to do so shall constitute as acceptance of the other suppliers installation/jobs as

fit and proper for reception of suppliers works except those defects which may develop

after execution. Supplier should also report any discrepancy between the executed work

and the drawings. The supplier shall extend all necessary help/cooperation to other

suppliers working at the site in the interest of the work.

8.21 Supplier shall carryout final adjustments of foundations, leveling and dressing of

foundation surfaces, bedding and grouting of anchor bolts, bedplates etc. required for

seating of equipment in proper position. The supplier shall be responsible for the

reference lines and proper alignment of the equipment. However, all civil works like

making cutouts in walls, floors and ceilings for pipelines shall be done by the

purchaser. Adjustment & leveling are to be carried out by the supplier at no extra cost.

The purchaser shall arrange the necessary refilling/repairs of these cutouts and pockets.

The supplier should arrange for laying the supports, cutouts, grouting of bolts, etc.

when the civil works are in progress, so as to avoid refilling/repair works. The

purchaser at suppliers costs shall make the damages occurring to civil and other works

good. For fixing of piping/equipment supports on wall/beams/roof floor etc. preferably

anchor bolts shall be used by the supplier. Drilling of holes for fixing anchor bolts is in

the scope of supplier without any extra cost.

8.22 The supplier shall keep a check on deliveries of the equipment covered in the scope of

erection work and shall advise the purchaser well in advance regarding possible hold-

up in suppliers work due to the likely delay in delivery of such equipment/components

to enable him to take remedial actions.

Page 166: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

166

DUTIES OF THE SUPPLIER VIS-À-VIS THE PURCHASER.

The equipment and the items, if any, to be supplied by the purchaser for erection, testing

and commissioning shall be as listed in the contract.

Besides the utilities/services as specified in battery limits the following

assistance/facilities shall also be provided to the supplier by the purchaser for carrying

out the installation work.

Plant building ready for installation of equipment/items.

Necessary temporary water for carrying out the installation shall be supplied at only one

point within the project site by the purchaser free of charge. All necessary distribution

tapings from this point onwards shall be the suppliers responsibility.

Necessary temporary power is provided by the purchaser, the recovery @1% of total

installation charges will be recovered. However, the supplier shall supply all the items

such as energy meter, switchgear etc. required for getting temporary power.

The details of temporary water and power requirements shall be furnished seven days in

advance by the supplier to enable the purchaser to make timely arrangement.

If the supplier suffers delay and/or incurs costs from failure on the part of the purchaser

to give possession of the civil works in accordance with mutually agreed schedule, the

purchaser shall determine:

Any extension of time to which the supplier is entitled under the contract

The amount of such costs, which shall be added to the contract price, and shall notify the

supplier accordingly.

9 Erector’s functions :

9.1 Erector shall provide everything necessary for the proper execution of the works,

according to the patent and meaning of the drawings, schedule of quantities and

specifications taken together whether the same may or may not be particularly shown or

described therein provided that the same can reasonably be inferred there from and if the

erector finds any discrepancy therein, he shall immediately and in writing refer the same

to RCDF where decision shall be final and binding on all the parties.

9.2 It is not expected that the work under contract will be subcontracted. However, in case

erector desires to subcontract a part of the work in the interest of the project, he shall

request in writing to RCDF for approval for the same giving full and complete details

regarding the proposed subcontractor, his experience and the terms of subcontract.

Approval from RCDF for subcontracting part of the work shall not relieve the erector

from any of his obligations and responsibilities under this contract.

9.3 Erector shall proceed with the work to be performed under this contract and each and

every part and details thereof, in the best and most workman like manner by engaging

qualified, careful and efficient workers, and do the several parts thereof at such time and

in such order as RCDF may direct and finish such work in strict conformance with the

Page 167: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

167

plans, drawing and/or specifications, and any changes, modifications thereof made by

RCDF.

9.4 The supplier shall provide everything necessary for proper execution of the works,

according to the drawings, schedule of quantities and specifications taken together

whether the same may or may not be particularly shown or described therein, provided

that the same can reasonably be inferred there from and if the supplier finds any

discrepancy therein, supplier shall immediately refer the same to the purchaser whose

decision shall be final and binding on the supplier.

9.5 The supplier shall proceed with the work to be performed under this contract in the best

and workman like manner by engaging qualified and efficient workers and finish the work

in strict conformance with the drawings and specifications and any changes/modifications

thereof made by the purchaser.

9.6 Any work is to be done at place other than the site of the works erector shall obtain the

written permission of RCDF for doing so.

10 Unloading, Inspection & Storing :

10.1 Erector shall promptly unload from the carriers all the materials/equipment covered under

this contract. It is the erectors sole responsibility to keep in touch with the RCDF and

others to inform himself on the expected date and time or arrival of carriers at site and

ensure that his men aids are available in time to unload the material/equipment and

promptly release the carriers. Any demurrage charges incurred due to the delay in

unloading the materials/equipment and releasing the carriers shall be changed to the

erector‟s account. Erector shall plan in advance his requirements of jacks, cranes, sleepers

etc. including those not specified here in but required to unload the material/equipment

promptly and efficiently.

10.2 Unless excluded in the specifications, erector shall safety transport the material/equipment

to the storage area and store the same in systematic manner with tags for easy

identification and retrieval. He shall also maintain all required stores records and furnish

all required reports. If in the opinion of RCDF the erector is not taking any action to

unload and transport the material to site. RCDF reserves the right to arrange for the same

through alternative agencies, entirely at the cost of the erector. It is further clarified that

even in the event RCDF arranges for the unloading, transportation storage space etc.

under the circumstances described above, the liability and responsibility will rest with the

erector.

10.3 All materials and equipment received at site, before erector arrives at site, shall be

unloaded and stored by RCDF at the risk responsibility and cost of the erector. These

materials shall be handed over to the erector and there upon the erector shall inspect the

same and furnish the receipt to the RCDF. The protection safety and security of the

material so taken over shall be the responsibility of the erector until it is handed over to

the RCDF after erection and/or commissioning. Any and all the material/equipment

Page 168: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

168

covered under the scope of this contract, received at site after erector arrives at a site shall

be unpacked, inspected and checked and against invoices by the erector. He shall furnish

shortage and damages reports to RCDF within a week of the receipt of material and assist

the RCDF in lodging claims with the Insurance Companies. In case RCDF incurs a loss

due to the delay in lodging insurance claims, which are attributable to erector all such

losses shall be deducted from erector‟s bills. Erector shall repack materials/equipments as

required and store the same in an orderly manner.

10.4 Erector shall also inform RCDF in right time regarding the repairs/replacement required

towards the items damages/lost in order to enable the RCDF to arrange for

repairs/replacement well in time and avoid delays due to non availability of equipment

and part at the time of their actual need.

10.5 Erector shall arrange for periodical inspection of material equipment in his custody until

taken over by the RCDF and shall carry out all protective and preservative measures

thereupon.

10.6 Erector shall also keep a check on the deliveries of the equipment/material covered in his

scope of erection and shall advise RCDF well in advance regarding possible hod ups in

his work due to expected delays in delivery of equipment, to enable RCDF to expedite the

deliveries and take other remedial action.

11 Other Contractors/Erector’s Work :

If any part of Erector‟s work depends, for proper execution, upon the work of any other

erector, the erector shall inspect and promptly report to RCDF any defect in such work of

other contractors that render it unsuitable for use. Failure to do so shall be deemed as an

acceptance of the other erector‟s work as fit and proper for the erection of his work except

as to defects which may develop in the work of other contractors after the proper

execution of the work. To ensure proper execution of his subsequent work, erector shall

measure work already in place and shall at once report to RCDF and discrepancy between

the executed work and the drawings.

12 Supply of Tools, Tackles & Materials :

12.1 For full completion of the work, erector shall at his own expense furnish all necessary

erection tools, machine tools, power tools, tackles, hoists, cranes, derricks, cables, slings,

skids scaffolding work benches, tools for rigging, cribbing and blocking, welding

machines and all other associated protective equipment, instruments, appliances, materials

and supplies required for unloading, transporting, storing, erecting, testing and

commissioning all the equipment of the plant that may be required to accomplish the work

under the contract unless otherwise provided for. Adequacy of such tools will be subject

to final determination by RCDF.

12.2 Erector shall also furnish all necessary expandable device like anchors, grinding and

abrasive wheels, raw plugs hacksaw blades, tape, dyes, drills, reamers, chisels, files

carborundum stones, oil stones, wire brushes, necessary bamboo scaffolding, ladders

wooden planks timers, sleeper and consumable material like oxygen, acetylene, argon,

Page 169: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

169

lubricating, oils, greases, cleaning fluids, welding rods cylinder oils, graphite powder and

flakes fasteners, gaskets temporary supports stainless steel shims of various thickness as

required, cotton waste, cheese cloth and all other miscellaneous supplies of every kind not

necessarily listed above but required for carrying out the work under contract.

12.3 Erector shall provide all reasonable facilities including tools personnel etc. and ensure

coordination with RCDF and erection supervisors of other equipment suppliers to enable

them to carry out all supervision measurements checks etc. in a satisfactory manner.

12.4 Erector shall not dispose off transport or withdraw any tools, tackles, equipments and

material provided by him for the execution of the work without taking prior written

approval from RCDF at all times shall have right to refuse permission for disposal,

transport or withdraw all of tools, tackles, equipment and material which in the opinion of

RCDF will adversely affect the efficient and expeditious completion of the project.

12.5 Machinery Foundation :

All the civil foundations as per the drawings furnished by the manufactures/suppliers shall

be arranged by RCDF. The erector shall place the equipment on the foundations and carry

out final adjustment of the foundations alignment dressing of foundation surface,

providing and grouting of anchor bolts pockets etc. and set the equipment properly as per

approved layout drawing and manufacture instructions.

12.6 Structural Platform :

Supply of all necessary materials and installation of structural platforms, structural

supports and access arrangement required for the various equipment is included within the

scope of mechanical installation and should be so carried out that all operation can be

easily manoeuvred.

The details and drawings in regard of the platforms shall be worked out/prepared by the

erector and submitted to the RCDF for approval. The items should be executed as per the

approval details drawing. The payment will be made on the basis of cost per unit weight

as offered by erector and accepted by RCDF.

13 For Erection & Commissioning :

The erector will be required to take a „storage-cum-erection‟ insurance for the items to be

erected and commissioned by him. For this insurance premium shall however be

reimbursed to him by the buyer. In case, the erector is not able to arrange insurance at

reasonable rates acceptable to the buyer, the buyer shall arrange the same on behalf of the

erector. However, in the event of any loss/damage to the equipment during storage or

erection and commissioning, the erector alone shall have to lodge the claims with

underwriters and pursue the same till settlement irrespective of the fact whether the

insurance policy is taken by the erector or arranged by the buyer on his behalf. Further, it

shall be sole responsibility of the erector to make good the losses/damages expeditiously

without any extra cost to the buyer.

Page 170: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

170

14. All the equipment/machineries including motors, pumps, starters, junction boxes,

isolators, and boxes, tanks supporting structures, pipe supports and brackets of MS, GI,

Pipes which are not insulated and all exposed and visible cost Iron parts shall be given a

double coat of anticorrosive primers. MS and GI parts (within the building) should be

given a final coat of paint of approved shade. However, if so instructed by RCDF in

respect of certain particular items/equipments, the erect should touch up breaches in the

paintings. All surfaces must be properly cleaned and all scale, dirt and grease should be

removed prior to painting. Spray painting must preferably be used on all the equipment,

machineries and wherever else practicable. Suitable and necessary cleaning/wiping of

slight/dial glasses, other non-metallic parts, flooring, walls and other surfaces which have

been spoiled by paint during painting must also be carried out by the erector. Lettering

and other markings, including capacity and flow direction markings, shall also be carried

out by the tenderer on the tanks, pipe lines, starters, motors, isolators and wherever else

necessary as directed and as per the standard practice of installation. The scope of paining

includes a double steel primer under coat and a top coat of paint of approved shade and

quality, wherever possible ISI colour codes and colour charts must be adhered to.

However, the final colour code shall have to be got approved from RCDF and any

changes suggested thereby should be carried out.

15.0 Cleaning Chemicals & Lubricants :

The necessary quantities of cleaning chemicals, make-up lubricants, etc. required for the

installation, commissioning, testing and start-up all the equipments are to be supplied by

the erector free of cost.

16.0 Access preparation :

In case access preparation is required to be made for shifting the equipment the erector

shall bring to the notice of RCDF, the quantity of work involved for making such a

preparation. Consequently RCDF would review the matter in consultation with the erector

and decide the course of action.

17.0 Setting put works, lines & Grades :

17.1 Building, foundation and other civil works shall be provided by RCDF unless indicated

otherwise. Erector shall carry out all adjustments of foundations, levels, dressing of

foundation surfaces, bedding and grouting of anchor bolts and bed plate etc. as may be

required for seating of the equipment in proper position. Erector shall be responsible for

obtaining correct reference lines for purposes of fixing the alignment of various

equipments from master bench marks furnished by RCDF. Any minor alternation required

in rectifying the anchor bolts pockets, anchor bolts, etc. shall be carried out by erector at

no extra cost. The erector shall supply all the necessary foundation and anchor bolts, bed

plates etc. without any extra cost.

17.2 Erector shall supply, fix and maintain at his cost during the execution of any work, all the

necessary centring, scaffolding, staging, planking, timbering, strutting, shorting pumping,

Page 171: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

171

fencing boarding guarding and lighting by night as well as by day, required not only for

the proper execution and protection of the said work, but also for the protection of the

pumping station and of the safety of any adjacent roads, streets, cellars, vaults ovens,

walls, houses, buildings and all other erections, matters or things. Erector shall take out

and remove any or all such centring, scaffolding, staging, planking timbering, strutting,

shorting etc. as occasion shall require or when ordered to do so and shall fully reinstalled

and make good all matters and things disturbed during execution of the work, to the

satisfaction of RCDF. Erector shall be paid no additional amount for the above.

18.0 Erection & Inspection :

18.1 Erector shall prepare a detailed and comprehensive erection schedule for review and

approval of RCDF‟s site Engineer and supplier‟s erection supervisors. This „Approved‟

erection schedule shall form the basis for evaluating the pace of all the erection works to

be performed by erector.

18.2 The schedule shall show approximately the date on which each part of divisions of the

work is expected to begin based on his knowledge of the works of the other contractors

and the date when the work is schedules to be finished. Upon the request of RCDF erector

should be prepared to discuss his schedule in relation to the master schedule and shall co-

ordinate his work with that of the other erectors/contractors as determined by RCDF.

18.3 The work so far as it is carried out on RCDF‟s promised shall be carried out at such time

as RCDF may approve consistent with the construction schedule and so as not to interfere

unnecessarily with the conduct of RCDF‟s business and RCDF will give erector all

reasonable assistance for carrying out the work.

18.4 Erector shall revise and up date his erection schedule periodically (atleast once every

calendar month) to indicate actual progress of works, in relation to scheduled progress.

Erector shall also submit monthly progress reports indicating progress work giving

scheduled and actual percentage completions, causes for delay etc. as well as such other

reasonable reports RCDF may request from time to time.

18.5 Adherence to the instructions of supervisory engineers of manufacturers, where provided

by RCDF is compulsory. Erector shall work as per the procedure suggested by

manufacturer and shall complete erection of equipment in such a way so as not to interfere

with or prevent equipment from functioning as intended, as well as to the entire

satisfaction of the manufacturer‟s supervisor/RCDF. Erector shall also permit and provide

all facilities for manufacturer‟s erection super visors to carry out all checks that they may

wish to and approve any erection procedure and/or final setting and alignment of

components, in order to satisfy themselves that erection has been carried out as intended

by them. This shall, however, in no way relieve erector of his responsibility for providing

adequate and competent supervision and quality workmanship. In case of any dispute, the

decision of the RCDF/Manufacturer‟s erection supervisor shall be final and binding on the

erector.

Page 172: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

172

18.6 Erector shall haul materials and equipment furnished at RCDF‟s storage or unloading

areas to the points where they are to be used, in the construction work, install the

materials and equipment in their final location and classify and store all surplus and

auxiliary parts in a systematic manner in the warehouse, where they can be readily

identified and located when needed at a later date.

18.7 In the execution of the work no person other than erector or his duly appointed

representatives, his subcontractors and their workman shall be allowed to do work at the

site except by the special permission, in writing of RCDF or their representatives, but

access to everywhere in the site at all times shall be accorded to RCDF and their

representatives and other authorized officials and statutory public authorities.

Nevertheless, erector shall not object to the execution of the work by other

erector/contractor or tradesman whose names shall have been previously communicated in

every facility for the execution of their several functions simultaneously with his own.

18.8 Erector shall carry out the required „minor modification work‟ at site as required to

efficiently complete the work covered in this contract at no extra cost over his contracted

sum. However „minor modifications‟ shall not involve more than 24 man hours per each

item of such work. However, in case of „major modifications‟ which are required to be

done on the equipment, for no fault of erector he shall be compensated on the basis of

man day rates. It is the responsibility of the erector to get the prior approval for such

„major modifications work‟ from RCDF before such works are taken up. Erector shall

also get the estimates and the actual time sheets certified by RCDF and these certified

time sheets will be the basis for processing his bills for the „Major modifications‟.

18.9 If the work or any portion thereof shall be damaged in any way excepting by the acts of

RCDF, or if defects not readily detected on prior inspection and which shall develop

before the final completion and acceptance of the whole work, erector shall forthwith

make good, without compensation, such damage or defects in a manner satisfactory to

RCDF. In no case shall defective or imperfect work will be retained.

18.10 Erector at all times shall work in co-ordination with RCDF‟s engineering staff and after

them all reasonable facilities to become familiar with the erection, operation and

maintenance of the equipments.

18.11 In respect of observation of local rules, administrative orders, working staff and the like,

erector and his personnel shall co-operate with the RCDF.

18.12 Erector shall not sell, assign, mortgage, hypothecate or remove equipment or materials

which have been installed or which may be necessary for the completion of the contract

without the consent of RCDF in writing.

18.13 Inspection of work : RCDF of any person appointed by them shall have access and right to inspect the work, or

any part thereof at all times and places during the progress of the work. The inspection

and supervision is for the purpose of assuring RCDF that the plans and specifications are

Page 173: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

173

being properly executed and while RCDF and their representatives will extend to the

erector all desired assistance in interpreting the plan and specifications, such assistance

shall not relieve erector of any responsibility for the work. Any work which proves faulty

shall be corrected by erector without delay. The fact that RCDF or their representatives

have not pointed out faulty work or work which is not in accordance with plans and

specifications shall not relieve the erector from correcting such work as directed by RCDF

without additional compensation. RCDF their representatives and the employees shall at

all reasonable times have free access to the works and/or to the workshop factories or

other places where materials are being prepared or constructed or fabricated for the

contract and also to any place where the materials are lying or from where they are being

obtained and erector shall give every facility to RCDF and his representative for

inspection examination and test of the materials and workmanship even to the extent of

discontinuing portion of the work temporarily or of uncovering or taking down portion of

finished work.

19.0 Protection to Plant :

19.1 Except in case where RCDF‟s express permission, is applied for and received in writing

no use of RCDF‟s plant facilities such as cranes, passenger elevator, toilets showers or

machine shop etc. shall be made by erector or his employees.

19.2 RCDF shall not be responsible or held liable for any damage to person or properly

consequent upon the use, misuse or failure of any construction tools and equipment used

by erector of any of his subcontractors, even though such constructions tools and

equipment may be furnished rented or loaned to erector or any of this contractors. The

acceptance and/or use of any such constructions tools and equipment by erector or his

subcontractor shall be constructed to mean that erector accepts all responsibility for and

agrees to indemnify and save harmless RCDF from any and all claims for said damages

resulting from said use, misuse or failure of such construction tools and equipments.

19.3 Erector and his subcontractors shall be responsible during work for protection of the work

which has been completed by other contractors/suppliers. Necessary care shall be taken to

see that no damage to the same is caused by his own men during the course of execution

of their work.

19.4 All other work completed or in progress as well as machinery and equipment that are

liable to be damaged by erector‟s work shall be protected by erector and such protection

shall remain and be maintained until its removal is directed by RCDF.

19.5 Erector shall effectively protect all the works from action of weather and from damages or

defacement and shall cover finished parts wherever required for their through protection.

Face work shall be perfectly clean and free from defects.

19.6 The work shall be carried out to completion without damage to any work and properly

adjacent to the area of his work to whom so ever it may belong, without interference with

the operation of their existing machines or equipment.

Page 174: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

174

19.7 Adequate lighting at and near all the shortage, handling, fabrication, preassembly and

erection sites for properly carrying out the work and for safety and security shall be

provided by erector. Erector should adequately light the work area during night time also.

Erector should also engage adequate electricians/wireman, helpers etc. to carry out and

maintain these lighting facilities. RCDF may provide such facilities as he may deem

necessary and charge the cost thereof to the erector. In any case, erector shall be liable for

all damages and consequences arising out of his neglect in this regard.

20.0 Clean up of work site

20.1 All soils, filth or other matter of an offensive nature taken out of any trench, sewer,

drain, cesspool or other place shall not be deposited on the surface, but shall at once be

carted away by the erector from the site of work for suitable and proper disposal.

20.2 Erector shall not store or place the equipment, materials or erection tools on the drive

ways and streets and shall take care that his work in no way restricts or impedes traffic or

passage of men and material. During erection, erector shall, without any additional

payment, at all times, keep the working and storage area used by him free from

accumulation of dust or combustile material, waste materials or rubbish, to avoid fire

hazards and hindrance to other works, of RCDF.

20.3 If erector fails to comply with these requirements inspite of written instructions from

RCDF, RCDF will proceed to clear these areas and the expenses incurred by the RCDF in

this regard shall be payable by erector. Erector shall remove or dispose off in a

satisfactory manner all scaffoldings, temporary structures, waste and debris and leave the

premised in a conditions satisfactory to RCDF. Any packing materials received with the

equipment shall remain as the property of RCDF and may be used by erector on payment

of standard charges to RCDF and with prior approval of RCDF. At the completion of his

work and before final payment, erector shall remove and shall restore the site to a neat

workman like conditions, at his cost.

21.0 Erector’s Personnel :

Erector shall function as on erection organisation and furnish adequate courteous and

competent labour (unskilled, semiskilled and skilled, watchman, supervisors, and

engineers of all classes for the duration of the work to maintain the rate of erection in

accordance with the requirement of the schedule of completion, and shall be in the work

included in the contract at such times as will ensure its completion as specified and shall

complete the same force of all lines and charged, at or before the time specified for

completion. Erector shall make available qualified engineers for placing the equipment in

operation and carrying out the necessary tests and trials. Conducts required of erector‟s

men are specified below :

21.1 It is important that erector shall employ men known to be reliable and competent for the

work in general and it shall be requirement of the contract that men used on special

works shall be competent, well trained and trusted employees.

Page 175: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

175

21.2 Erector shall furnish details of the qualifications and experience of his senior supervisors

and engineers assigned to the work including their experience in supervising erection and

commissioning of plant and equipment of comparable capacity.

21.3 Erector shall be personally present or employ at least one competent representative

(whose name shall have previously been communicated in writing to RCDF to supervise

the erection of the equipment and carrying out the work under the contract. This

representative shall have full technical capability and complete administrative and

financial powers to expeditiously and efficiently execute the work under the contract.

Erector or his representative or if more than one be employed, one of the representative

shall be present at the site at all times when work is in progress, and any written orders or

instructions which RCDF may give to the said representative of erector shall deemed to

have been given to the erector. He shall maintain an office near/or adjacent to the site of

the work, and shall at all times keep in office a complete set of specifications and

drawings. RCDF shall normally communicate directly with the said representative at site.

21.4 Erector‟s representative at the site shall be posted and be available at site within a

reasonable time after RCDF shall inform erector in writing to the effect. The service of

erector‟s representatives shall be made available during the progress of the work for such

periods during the working days as RCDF may require.

21.5 When erector or his representative is not present on any part of the work where it may be

desired to give directions in the event of emergencies, orders may be given by RCDF and

shall be received and obeyed by the supervisors or foreman who may have charge of the

particular part of the work in reference to which order given. If requested to do so, RCDF

shall confirm such orders in writing. Any such instruction, direction or notices given by

RCDF shall be held to have been given to the erector.

21.6 Erector shall furnish RCDF a fortnightly labour force report showing by classifications

the number of employees engaged in the work. Erector‟s employment records shall

include any reasonable information as may be required by RCDF. The erector should also

display necessary information as may be required by statutory regulations.

21.7 None of the erector‟s superintendents, supervisors, engineers, or labour may be withdrawn

from the work without the notice given to RCDF and further no such withdrawals shall be

made if in the opinion of RCDF, it will jeopardise the required pace of progress and/or the

successful completion of the work.

21.8 RCDF shall be at liberty to object to any representatives or person or skilled, semiskilled

or unskilled worker employed by the erector in the execution, or otherwise, of the worker

who shall misconduct himself, or be incompetent, or negligent or unsuitable and erector

shall remove the person so objected to upon receipt of notice in writing from RCDF

requiring him to do so and shall provide in his place a competent representative at his own

expense within reasonable time.

Page 176: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

176

22.0 Construction, Electric Power & Water :

Electric power and water will be made available for use by RCDF free of cost. These

supplies will be made, where available at one central point in the site convenient to RCDF

and all piping for service water to work area shall be furnished, installed and maintained

by erector at his own expense. He shall also furnish, install and maintain at his cost the

power lines, junction boxes and any other electrical receptacles, apparatus or equipment

from the central point of his work area.

23.0 Drawings :

23.1 Within three weeks from the date of receipt of the order, erector shall submit list of

necessary drawings as mentioned in 1.5, that he proposes to submit for approval,

identifying each by a serial number and descriptive, title and giving the expected date of

submission. This list shall be revised and extended, as necessary during the progress of

work.

23.2 Erector shall also submit copies of design calculations, material specification and detailed

drawings as called for in the equipment specifications for RCDF review. Erector must

satisfy RCDF as to the validity of his design with reference to the requirement of statutory

Code Authorities.

23.3 Drawings submitted for approval shall be signed by responsible representatives of erector

and shall be to any one of the following sizes in accordance with

Indian Standards :

A0, A1, A2, A3, or A4

23.4 All drawings shall show the following particulars in the lower right hand corner in

addition to Vendor‟s name :-

a) Name of RCDF

b) Project Title

c) Title of Drawing

d) Scale

e) Date of drawing

f) Drawing number

g) Space for RCDF drawing number.

23.5 In addition to the information provided on drawings, each drawing shall carry a revision

number, date of revision and brief of revision carried out. Whenever any revision is

carried out, correspondingly revision must be up dated.

23.6 All dimensions on drawings shall be in metric units, unless otherwise, specified.

Page 177: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

177

23.7 Drawings submitted by erector for approval will be checked reviewed by RCDF and

comments, if any, on the same will be conveyed to erector. It is the responsibility of the

rector to incorporate correctly all the comments conveyed by RCDF on erector‟s

drawings. The drawings which are approved with comments are to be resubmitted to

RCDF for purpose of records. Such drawings will not be checked/reviewed by RCDF to

verify whether all the comments have been incorporated by the erector. If erector is

unable to incorporate certain comments in his drawings, he shall clearly state in his

forwarding letter such non-compliance along with the valid reasons.

23.8 Upon completion of the installation, erector shall make in a neat and accurate manner, a

complete record of all changes and revision to the original design, as installed in the

complete work. Six copies of these drawings shall be submitted to RCDF for records and

these becomes the property of RCDF.

23.9 Drawings prepared by erector and approved by RCDF shall be considered as a part of the

specifications. However, the examination and approval of the drawings by RCDF shall

not relieve erector of his responsibility for engineering, design, workmanship and material

under the contract.

23.10 If, at any time before the completion of the work, changes are made necessitating revision

of approved drawings, erector shall make such revision and proceed in the same routine as

for the original approval.

24.0 Inspection Right & Privileges :

24.1 RCDF reserves the right to inspect any machinery or material or equipment furnished or

used by erector under the contract, and to project any, which is found defective in

workmanship or otherwise unsuitable for the use and purpose intended, or which is not

in accordance with the intent of the contract.

24.2 Should RCDF waive the right to inspect any equipment, such waiver shall not relieve

erector in anyway of his obligation under the contract.

24.3 RCDF representatives shall be permitted free access to erector‟s or his subcontractor‟s

shop at all working hours for the purpose of inspecting work at all stages of progress.

24.4 RCDF representatives shall be given full assistance in the form of necessary tools,

instruments, equipment and qualified operations to facilitate inspection.

24.5 RCDF reserves the right to call for certificate of origin and test certificates for all raw

material and equipment at any stage of manufacture.

24.6 In the event of RCDF inspection reveals poor quality of goods RCDF shall be at liberty to

specify additional inspection procedures, if required, to ascertain Vendor‟s compliance

with the equipment specifications.

Page 178: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

178

24.7 Even though inspection is carried out by RCDF or his representatives, such inspection

shall not however, relieve Vendor of all responsibility for furnishing equipment

conforming to the requirements of the contract, nor prejudice any claim right or privilege

which RCDF may have because of the use of defective or unsatisfactory equipment.

24.8 A set of latest prints of the approved drawings shall be kept available by the controller, in

the shop floor for reference of RCDF representative during inspection.

25.0 Storage of equipment :

25.1 In general, erector is responsible for the proper storage and maintenance of all

materials/equipments entrusted to him. He shall take all required steps to carry out

frequent inspection of equipment/materials/stores as well as erected equipments until the

same is taken over by the RCDF. The following procedure shall apply for the same.

25.2 Erector‟s inspector shall check stored and installed equipments/materials to observe signs

of corrosion, damage to protective coating, to parts, open ends in pipes, vessels and

equipment, insulation resistance of electrical equipment etc. In case open ends are noticed,

he shall immediately get them capped. In case signs of wear damage to protective coating

are noticed, he shall immediately arrange a coat of protective painting. A clean record of

all observations made on equipments, defects noticed shall be promptly communicated to

RCDF and his advise taken regarding the repairs/rectification erector shall thereupon

carryout such repairs rectifications at his own cost. In case erector is not competent to

carry out such repairs/rectification, RCDF reserves the right to get this done by other

competent agencies at the erectors responsibility and risk and the entire cost for the same

shall be recovered from erectors bill.

25.3 Erector‟s inspectors shall also inspect and provide lubrication to the assembled pumps etc.

The shafts of such equipment shall be periodically rotated to prevent rusting in certain

zones as well as to check freeness of the same.

25.4 Inspectors shall check for any sign of ingress or moisture of rusting in any equipment.

25.5 If the commissioning of the equipment is delayed after installation of the equipment,

erector shall carry out all protective measures suggested by the Manufacturer RCDF

during such period.

25.6 Adequate security measures shall be taken by erector to prevent theft and loss of material

entrusted to him by RCDF shall carry out periodical inventory of the material received

stored and installed by him and any loss noticed shall be immediately reported to RCDF.

A proper record of these inventories shall be maintained by the erector.

25.7 A suitable grease recommended for protection of surface against rusting (refined from

petroleum oil with lanclin mincu, 70 C and water in traces) shall be applied over all

equipment every six months.

Page 179: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

179

25.8 These equipments shall be stored inside a closed shed or in the open depending upon

whether they are of indoor or outdoors design. However, in case of equipment stored in

the open, suitable protective measures including covering with tarpaulin must be carried

out by the erector. The space heaters, where provided in the electrical equipment shall be

kept connected with power supply irrespective of their type of storage. Where space

heaters are not provided adequate heating with bulb is recommended. In LT. motors a low

voltage current flow through the windings is recommended. Frequent checks on insulation

resistance is essential for all electrical equipments. A records of the inspection reports and

megger readings shall be maintained equipment wise. Such records shall be presented to

RCDF whenever demanded.

25.9 All the necessary items/goods required for the protection as described above shall be

arranged by the erector and no extra cost is payable in this regard by RCDF.

26.0 Deployment of erection team to site and Co-ordination meetings :

The erector shall depute a qualified and experienced engineers together with a adequate

skilled and unskilled labourers for carrying out the installation and commissioning. All

necessary staff shall be at the site till the completion of all works, commissioning/start-up,

trial runs and handling over of the plant. No member of the staff deputed to site shall be

withdrawn unless agreed to by RCDF. The erector shall depute a senior personnel to

attend the site co-ordination meeting that would generally be held at the site every month.

The erector shall take necessary action to implement the decision arrived at such meetings

and shall also update the schedule. In case of lag in the progress the erector shall act

suitably to make up for the lag. RCDF shall be at liberty to object to any representative or

person or skilled, semiskilled or unskilled worker employed by the erector in the

execution or otherwise of the work, who shall misconduct himself or be incompetent, or

negligent or unsuitable and the erector shall remove the persons so objected to, upon

receipt of notice in writing from RCDF requiring him to do so and shall provide in his

place a competent representative at his own expense within reasonable time.

27.0 Programme of Installation & Commissioning :

The successful erector should submit a scheduled programme for carrying out the work.

The erection schedule should describe the estimated time of installation of each of each

item against each section of the project and should also clarify when each of the item to be

supplied by RCDF should be made available to the erector in order to adhere to the

schedule.

The schedule should be so prepared that the erection, commissioning, testing and start-up

is completed in all respect, within _________________________ from the date of

placement of order.

RCDF shall have the right to direct the manner in which all work covered under the scope

of this contract shall be conducted by the erector in so far as it may be necessary to secure

the safe and proper progress and the specified quality of the work and all work shall be

Page 180: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

180

carried out and all material shall be furnished to the satisfaction and approval of RCDF

whenever, in the opinion of RCDF, the erector has made departures from the schedule of

completion of work submitted by him and approved by RCDF or when untoward

circumstances force a departure from the said schedule or if in the judgment of RCDF, if

becomes necessary at any time to accelerate pace of erection work, then RCDF shall

direct the order pace and method of conducting the work and erector shall fully comply

with all such directions.

If erector doesn‟t comply with the direction as described above or complete the erection

and commissioning by the end of 4th

week after programmed completion, RCDF will

operate the penalty clause and shall also have the option to deploy their own staff/other

agencies to complete the job at the erectors risk, responsibility and cost.

It is however, clarified that the above or any such directions from RCDF or abstinence of

RCDF in deploying their own staff/other agencies as described above shall not relieve the

erector of his obligations to secure the quality, the safe conduction of work, rate of

progress required and adherence to scheduled programme.

IF THE ERECTOR FAILES TO COMPLETE ERECTION IN ALL ASPECTS WITHIN

THE STIPULATED PERIOD & TIME. THE ERECTOR SHALL HAVE TO PAY

RUPES @ ½% PER WEEK AS PENALTY FOR THE PERIOD FOR WHICH THE

WORK REMAINS INCOMPLETE.

28.0 Approvals :

The erector shall obtain the necessary approval of the factory Inspector, Boiler Inspector,

Electrical Inspector weights & Measures Inspector, Explosives Inspector, and any other

state and local authorities as may be required. All the necessary details, drawings,

submission of application and proformas will be furnished by the Erector to RCDF for

rectification/signature.

The necessary application duly filled in, together with the prescribed fees shall be

submitted to the authorities by the erector on behalf of the RCDF. However all the actual

prescribed fees paid by the erector shall be reimbursed by RCDF upon production of the

receipt/vouchers of the above said authorities.

RCDF shall, however, extend all possible assistance to the erector for obtaining the

necessary approvals. Nevertheless the ultimate responsibility for obtaining the necessary

approvals lies with the erector.

29.0 Final Drawings & Manuals :

The erector shall, upon completion of the job, submit six complete sets of final drawings

towards the equipment layout different pipe lines, cables, conduits, layout drawings and

other necessary drawings. All the drawings must conform to actual executing carried out.

Page 181: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

181

30.0 Progress of Work :

If the erector does not commence/complete the entire job or sections of the job within four

weeks from programme schedule of commencement/completion, the RCDF shall be free

to deploy their own staff/agencies to commence/complete the job entirely at the risk,

responsibility and cost of the erector.

30.1 Start-up of manufacturer‟s representatives during commissioning/trial runs.

30.2 In the following cases the RCDF reserves the right to invite the representative(s) of the

original manufacturer and/or supplier at the cost of the erector for start by help, assistance

and guidance during commissioning and start-up.

a) The erector has no previous experience of commissioning and starting-up of the

similar equipment.

b) The RCDF is of the opinion that the erector is incompetent to commission and start-up

of certain specific equipment.

31.0 Commissioning :

The erector shall operate, maintain and give satisfactory trial run of the plant satisfactory

for a period of continuous one month at the rated output. All rectifications of

damages/defects and routine troubles shooting should be carried out by the erector to

achieve aforesaid satisfactory running of the plant. The erector shall incorporate/execute

necessary minor modification during the trial period for maximising operational

efficiency. The erector should also execute miner modification as may be suggested by

RCDF. The erector shall suggest recommended log sheet proformas for recording

necessary operating data and pass it on to RCDF in proof of satisfactory rated output and

performance of the equipment/plant.

The commissioning shall also include the following for each equipment :

a) Field disassembly and assembly.

b) Cleaning of lubrication system including chemicals cleaning and passivation wherever

required.

c) Circulation of lubricant to check flow.

d) Cleaning and checking of all the service lines.

e) Checking and commissioning of instruments, equipment and plants, filtering of

transformer, and other oils so that if deteriorated, they shall attain the required

properties/standard, specified tests in this regard must be carried out by approved

authorities and their satisfactory reports submitted to RCDF before start-up.

f) Recharging or make-up filling of lubricant oil up to the desired level in the lubrication

system of individual machine.

g) Operation in empty condition to check general operation details wherever required,

and wherever possible.

h) Closed loop dynamic testing with water wherever required.

Page 182: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

182

i) Operation under load and gradual load increase to attain maximum rated output.

j) Trouble shooting during the trial period.

k) Guarantee of installation.

32.0 Guarantee :

The supply of equipment as well as installation shall have to be carried out by the erector

to the entire satisfaction of the RCDF. The erector shall also guarantee to repair/replace,

without any extra cost, the items or parts thereof, if found defective due to bad design,

workmanship or substandard material within 12 months from the date of commissioning

or 36 months from the date of receipt of material at site whichever is earlier. If it is

necessary to send the defective equipment or parts thereof for repair/replacement, cost of

transportation including package, insurance etc. from the site to works and back to site

shall have to be borne by the erector. The guarantee does not cover any damage resulting

from normal wear and tear or improper attendance or mishandling of the equipment by the

RCDF.

33.0 Training of personnel :

Necessary staff as may be deputed by RCDF shall be trained by the erector for operating

the plant. The personnel will be associated for the training during the installation, testing,

commissioning and start-up period and training tenure shall be minimum for a period of

one month from the date of commissioning and start-up.

34.0 Outline of the scope of duties of the Contractor Viz-a-viz RCDF :

34.1 The equipment and items as specified in purchase order shall be supplied by RCDF for

erection, installation, commissioning by the erector.

34.2 Besides the utilities/services as specified in battery limits the following shall also be

provided to the erector by RCDF for carrying out the installation/erection.

a) Suitable lockable space for storage of tools, tackles and erection materials (No

accommodation for erectors personnel will be provided under any circumstances) the

security of these materials will be the responsibility of the erector.

b) Plant building ready for installation/erection of all the equipment/items (flooring will

generally be carried out after positioning of main equipment and laying of necessary

conduits).

c) Necessary temporary power for carrying out the installation (the power shall be

supplied at only one point within the dairy site). All necessary tapping from this point

onwards shall be erector‟s responsibility.

d) Temporary water at one point within the site for the water required for testing etc. The

erector shall arrange on his own to tap and transfer the water to the points required.

Page 183: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

183

34.3 Prior Information :

a) The details of temporary water and power requirements shall be furnished one month

in advance by the erector to enable RCDF to make timely arrangement.

b) Detailed drawings of the required main cut-outs must be supplied by the erector in

advance to RCDF to provide the same at the time of civil construction. The cutting in

the walls, floors etc. which are not informed earlier and required for erection work

will be done by the erector and to repair the same will also be the responsibility of the

erector.

c) Detailed drawings and other specifications of foundation and any other special

structure must be submitted by the erector within one month after award of contract to

RCDF.

35.0 Damage :

If the work or any portion thereof shall be damaged in any way excepting by the acts of

RCDF or if defects not readily detected by prior inspection shall develop before the final

completion and acceptance of the whole work. Erector shall forthwith make good, without

compensation, such damage or defects in a manner satisfactory to the RCDF. In no case

shall defective or imperfect work be retained.

36.0 Observation of local rules etc.

In respect of observation of local rules, administrative orders, working hours, labour

compensation act, applicable labour laws and the like erector and his personnel shall

strictly abide by the same.

37.0 Stand by manufacturer’s representative :

In the following cases the RCDF reserves the right to invite the representative(s) of the

original manufacturer and/or supplier at the cost of erector for stand by them, assistance

and guidance during the commissioning and start-up.

a) The erector has no previous experience of commissioning and start-up of the similar

equipments.

b) The RCDF is of the opinion that the erector is not competent to commission and start-

up of certain specific equipment, the opinion of RCDF shall be final and binding.

38.0 Inspection & test reports :

The equipment and items supplied under the purview of erector shall be inspected by the

inspector at works and copies of inspection test reports shall be forwarded to RCDF.

Page 184: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

184

39.0 Terms of payment for erection work :

1) 10% of the order value of acceptance of the order subject to the supplier furnishing

Bank Guarantee from a National Bank or Scheduled Bank in India for an equivalent

amount valid for a period of 12 calendar months.

2) 80% against monthly progress bills duly certified by RCDF‟s Site Engineer/In-charge.

3) 10% balance within 12 calendar months from the date of satisfactory commissioning

of the plant.

40.0 Battery Limits :

The services/utilities will be made available at battery limits specified in the job

description and it will be the erectors responsibility to transmit them to the various points

required in the project. All the necessary fittings tappings, that would be required to tap

the utility at battery limits for onward transmission shall be supplied and installed by the

erector.

41.0 GENERAL GUIDELINES FOR ELECTRICAL INSTALLATION :

41.1 a) The specifications detail the broad guide lines for erection, testing and commissioning

of electrical equipment. The work shall however, at all times be carried out strictly as

per the instructions of RCDF and in accordance with latest IER.

b) The installation would also comprise for the supply laying and inter connecting, cables

form the battery limits of the power supply to the various switchboards controls and

electrical equipments.

c) The cable of electric power should be of PVC armoured type approved from ISI

unless otherwise specified and with sufficient cross section depending on the feeder.

d) The cable for control and flexible connection should be unarmoured type with copper

conductors. Wherever required, multicore copper cable should be used.

e) Wherever necessary drip proof junction boxes and isolators, cable carrying trays,

necessary clamps etc. shall be provided.

f) Necessary isolators of appropriate sizes are to be provided near the motors as per IER.

All the involved supply included within the scope of electrical installation and

erection should be approved type and make and conform to ISI standard.

g) Detailed electrical diagrams and cable layout should be prepared by the erector

according to the specifications and the same should be approved by RCDF before the

execution.

Page 185: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

185

41.2 Electrical installation work shall comply with all currently applicable statues, regulations

and safety codes in the locality where the equipment will be installed. Nothing in this

specifications shall be construed to relieve erector of his responsibility.

41.3 Unless otherwise specified installation work shall comply with the requirements of latest

additions of applicable Indian standards.

41.4 In accordance with the specific installation instructions, as shown on manufacturer‟s

drawings or as directed by Site Engineer of RCDF, the erector shall unload, erect, install

wire test and put into commercial use all the electrical equipment included in the contract.

Equipment shall be installed in neat workman like manner so that if is in level and plumb,

properly aligned and oriented. Tolerance shall be established in manufacturer‟s drawings

or as stipulated by an Engineer. No equipment shall be permanently bolted down to

foundation or structure until the alignment has been checked.

41.5 Erector shall furnish all supervision, labour, tools, equipment, ribbing, materials and

incidental materials such as holts, wedges, anchors, concrete, inserts etc. required to

completely install test and adjust the equipment.

41.6 Where assemblies are supplied is more than one section erector shall make all necessary

mechanical and electrical connections between sections including the connection between

buses. Erector shall also do necessary adjustment/alignments necessary for proper

operations of circuit breakers isolators, and their operating mechanism. All insulators and

bushings chipped, cracked or damaged due to negligence or carelessness of erector shall

be replaced by him at his own expense.

41.7 Switchgear and control panels/desks shall be installed in accordance with Indian Standard

Code of Practice IS:3072 and manufacturer‟s instructions. The switch gears panels shall

be installed on finished surfaces or concrete or steel sills. Erector shall be required to

install align any channel sills which from part of the foundations. In joining shipping

suctions of the switch gears/panels/control centres together, adjacent housing or panel

section or flanged throat sections provided shall be bolted together after alignment has

been completed. Power bus, enclosures, ground and control splices of conventional nature

shall be cleaned and bolted together, being drawn up with torque wrench of proper size or

by other approved means. Tapes or compounds shall be applied where called for as per

manufacturer‟s drawings. Base of outdoor type units shall be sealed in an approved

manner to prevent ingress of moisture.

41.8 All switch gear, control panels, desks etc. shall be made absolutely vermin proof.

41.9 Induction motors shall be installed and commissioned as per IS Code of Practice ISS 900

and manufacturer‟s instructions.

41.10 After installation of all power and control wiring, erector shall perform operating test on

all switch gear and panels to verify proper operation of switch gear/panels and correctness

of the interconnections between the various items or equipment. This shall be done by

Page 186: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

186

applying normal AC or DC voltage to the circuit and operating the equipment. Megger

tests for insulations, polarity checks on the instruments transformers, operation tests shall

be carried out by erector, who shall also make all necessary adjustments as specified by

the manufacturer for the proper functioning of equipment.

41.11 Installation and testing of battery and battery charges shall be in strict compliance with the

manufacturer‟s instructions. Each cell shall be inspected for breakage and conditions of

the cover seals as soon as received at site. Each cell shall be filled with electrolyte in

accordance with the manufacturer‟s instructions. Battery shall be set up on racks as soon

as possible after receipt, utilizing lifting devices supplied by manufacturer. The cells shall

not be lifted by terminals. Contact surfaces of battery terminals and intercell connections

shall be cleaned, coated with protective grease and assembled. Each connection shall be

properly tightened. Each cell shall be tested with by hydrometer and thermometer and

result logged. Freshening charge, if required, shall be provided. When turned over to

RCDF the battery shall be fully charged and electrolyte shall be at full level and of

specified specific gravity.

42.0 Cable Installation :

42.1 Erector shall install, test and commission the suitable cables. Cables shall be laid

directly buried in earth on cable racks, in built up trenches, on cable trays and supports,

in conduits, and ducts or bare on walls, ceiling etc. as follows :

a) Outside the building premises :

The scope of installation of underground cables includes digging necessary trenches,

laying of the cables in the trench, covering them with sand and bricks and then

refilling the trenches. Necessary cable markers at appropriate points to indicate the

path of under ground cable should also be supplied and installed by the erector.

b) With in the building :

Under ground cables will be laid in GI light duty class pipes of not less than 37 mm.

dia.

c) Cables above ground :

Cables above the ground shall be fixed either on wall or in cable trays of slotted

angle with necessary clamps, bolts etc. as directed by RCDF.

d) The main cables inside the building should be laid in hume pipes wherever provided

by RCDF. At the places where hume pipes have not provided the main cables shall

be laid as per 40.1 (c).

42.2 Installation and testing of proper insulated cables shall be in accordance with Indian

Standard Code of Practice IS:1255.

Page 187: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

187

42.3 Inspection on receipt unloading, storage and handling of cables shall be in accordance

with IS:1255 and other Indian Standards Code of Practice.

42.4 Sharp bending and kinking of cables shall be avoided. The bending radius for various

types of cables shall not be less than those specified below unless specifically approved

by the Site Engineer of RCDF.

Type of Cable Minimum bending radius

Voltage grade Single Multi Core

Core Unarmoured Armoured

Paper insulated upto 11 kv 25 D* 20 D 15 D

Paper insulated upto 22 kv 32 D 25 D 20 D

Paper insulated upto 33 kv 38 D 32 D 25 D

PVC insulated 650/1100 V 10 D 10 D 10 D

Rubber insulated 600 V - 8 D 15 D

Mineral insulated 300 V - - 8 D

* ( D – OVER ALL DIAMETER OF THE CABLE)

If shorter radius appears necessary, no bend shall be made until clearance and instructions

have been received from Engineer.

42.5 Where cables cross roads and water, oil, gas or sewage pipes, the cables shall be laid in

reinforced upon concrete or steel pipes to be supplied and laid by the erector. For road

crossing, the pipes for the cables shall be buried at not less than one meter depth. Cables

laid below railway tracks should be at a depth not less than 180 mm. unless otherwise

approved by the Engineer.

42.6 In each cables run some extra length shall be kept at a suitable point to enable one or two

straight through joints to be made should be the cable develop fault at a later date.

42.7 Control cable terminations shall be made in accordance with wiring diagrams, using

colour codes established by Engineer for the various control circuits, by code marked

wiring diagrams furnished to the erector for this purpose or other approved means of

identification. It is the intent that erector shall terminate the cables which he installs.

Additional work of testing and reconnecting and connected, but where on further testing

reversal or other rearrangement of load turns out to be necessary. Additional work of

testing and reconnecting shall be performed by erector at no extra cost of RCDF.

Page 188: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

188

42.8 Special tools, clips and saddles, glands, seals, PVC sealing compound, locknut etc.

required for the connection and termination of insulated cables shall be supplied by

erector. During installation, connection and termination of insulated cables, care shall be

exercised to ensure that aluminium sheet is not damaged. Groups of mineral insulated

cables shall be bent neatly around the corners by using inner most cables as a form

around, which to bend the next cable. Cables shall not be fastened or clamped close to the

point of entry of the equipment which may vibrate severely. Special instructions furnished

by the manufacturer shall be strictly followed.

42.9 After installation and alignment of motors, erector shall complete the conduit installation,

including a section of flexible conduit between the motor terminal box and cable

trench/tray. Erector shall install and connect the power, control and heater supply cables.

Erector shall be responsible for correct phasing of the motor power connections and shall

interchange connections at the motor terminals box if necessary, after each motor is test

run.

42.10 Connections shall be made to small electrically operated device on equipment installed as

accessories to or assembled with other equipment and requiring two wire or three wire

connection. Connections to recording instruments, float switches, limit switches, pressure

switches, thermocouples, thermostats and other miscellaneous equipment shall be done as

per Manufacturer‟s drawing and instructions.

42.11 Metal sheets and armour of the cable shall be bonded to the earthing system.

42.12 All new cables shall be megger tested before jointing. After jointing is completed all LT.

cables shall be megger tested and HT. Cables (3.3 KV to 11 KV) pressure tested before

commissioning. The test voltage for pressure testing shall be as per Appendix-F of

IS:1255. 1100/650 Volt grade cable shall be tested by 1000 Volt Megger.

Cables cores shall be tested for :

a) Continuity

b) Absence of cross phasing

c) Insulation resistance to earth

d) Insulating resistance between conductors.

Erector shall furnish all testing kit and instruments required for field testing.

43.0 Cable Trays, Accessories and Tray Supports :

43.1 Cable trays shall either be run in concrete trenches or run overhead supported from

building steel, floor slab etc.

43.2 Cables shall be clamped to the cable trays in the horizontal runs and vertical runs.

Page 189: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

189

43.3 All cable trays including perforated sheet trays and vertical raceways shall be hot dip

galvanized or primed with red lead and oil primer followed by a finish coat of grey

lacquer paint or aluminium paint as specified.

44.0 Conduits, Pipes & Ducts :

44.1 Erector shall supply and install G.I. light duty conduits, pipes and ducts. All

accessories/fittings required for making installation complete, including but not limited to

ordinary and inspection tees and elbows, check nuts, male and female reducers and

enlargers, wooden plugs, caps square headed male plugs, nipples, gland sealing fittings,

pull boxes, conduits, outlet boxes, splice boxes terminal boxes, glands gaskets and box

covers, saddles and all steel supporting work shall be supplied by Erector. Conduit fittings

shall be of same material as conduits.

44.2 Conduits or pipes shall run along walls, floors and ceilings, on steel supports, embedded

in soil, floor, wall or foundation, in accordance with relevant layout drawings, under

ground portions of conduit installation to be embedded in the foundation or structural

concrete shall be installed in close co-ordination with collateral work. Exposed conduit

shall be neatly run and evenly spaced, with conduits parallel when in racks or in banks.

Conduits embedded in foundation or structural concrete shall be run as directly as possible

among with generally indicated route between two points with a minimum length and

with a minimum of crossing bending and cutting but without creating interferences with

other installations.

44.3 When two lengths of conduits are joined together through a coupling, running threads

equal to twice the length of coupling shall be provided on any one length to facilitate easy

dismantling of the two conduits whenever required.

44.4 When one or more cables are drawing through a conduit, cross sectional area of the cables

shall be 40% of the internal cross sectional area of the conduit.

44.5 Conduits and accessories shall be adequately protected against mechanical damage as well

as corrosion.

45.0 Earthing :

45.1 The scope of supply and installation should also include absolutely independent double

earthing of individual electric motors, control gears and switchboards, complete with

necessary copper/GI wire, copper strip, earthing plate, top funnel, salt, cola etc. The

earthing process include digging of earthing pit, filling the same with alternative layers

of coal and salt, refilling the pit and providing perforated GI pipe making housing pit

and cover as per IER & ISI code of practice No. ISI:3034-1966.

45.2 Erector shall install bare/insulated aluminium/GI Cables and strips, etc. required for

system and individual equipment earthing. All work such as cutting, bending, supporting

soldering, coating drilling, brazing, clamping, bolting and connecting into structures,

Page 190: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

190

pipes, equipment frames, terminals, rails or other devices shall be in Erector‟s scope of

work. Unless otherwise specified, the excavation and trenching shall be done by Erector.

Erector shall also backfill and reinstate the trenches after installation of earthing

conductors.

45.3 Earthing shall conform to the Indian Standard Code of practice IS:3043 and Indian

Electricity Rules, 1956. All materials and fittings used in the earthing installation shall

conform to the relevant Indian Standards or approved by RCDF‟s Engineer. Any change

in routing, size of conductors etc. shall be subject to the prior approval of RCDF

Engineers.

45.4 Metallic frame of all electrical equipment shall be earthed by two separate and district

connections with earthing system.

45.5 All underground connections for the earthing system shall be brazed/welded. Connections

to equipment and devices shall be normally of the bolted type.

45.6 On completion of the installation, continuity of all conductors and efficiency of all bends

and joints shall be tested. The earth resistance shall be tested in the presence of RCDF

Engineer‟s/representative. All equipment necessary for the test shall be furnished by

Erector.

45.7 EARTHING NETWORK

The entire ear thing installation shall be done in accordance with the ear thing drawings,

specifications and instructions of the Engineer-in-charge. The entire ear thing system

shall fully comply with the Indian electricity act and rules framed there under. The

supplier shall carry out any changes desired by the electrical inspector or the owner in

order to make the installation conform to the Indian electricity rules, at no extra cost.

The exact location of the earth pits, earth electrode and conductors and ear thing points

of the equipments shall be determined at site, in consultation with the engineer-in-

charge. Any change in the methods, routing, size of conductor etc. shall be subject to

approval of the owner/engineer-in-charge before execution.

45.8 Earth Pit with Electrode

1. Plate or pipe type earth electrode with earth pit shall be provided for this work

unless otherwise advised and pit shall be as per IS:3043 – 1966 (code of practices

for ear thing). All earth electrodes shall preferably be driven to a sufficient depth

to reach permanent.

2. Earth pit centre shall be at a minimum distance of 2m distance shall be maintained

between centres of 2 earth pits.

Page 191: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

191

45.9 Earth Bus. Ear thing Lead & Earth wire /strip

All electrical equipment is to be doubly earthed by connecting two earth strips / wire

conductor from the frame of the equipment to a ear thing pit / main ear thing ring. The

ear thing ring will be connected via. Links to several earth electrodes. The cable armored

will be earthed through the cable glands. Conductor size for connection to various

equipment shall be as specified in the drawing or as instructed by the engineer-in charge.

However the length of the branch leads from equipment to ear thing grid/ring shall not

be more than 10 to 15 meters.

All hardware for ear thing installation shall be hot dip galvanized. Spring washers shall

be used for all ear thing connections of equipment having vibrations.

Size of earthing lead/wire shall be as specified in schedule of quantities/drawings.

Following may be considered as general guidelines:

Sr. No

Item Size

Control switches G.I. wire 14 SWG

Motor upto 10 HP G.I. wire 8 SWG

Motor above 10 HP upto 125 HP G.I. strip 25 x 3mm

Motor above 125 HP G.I. strip 25 x 6mm

Switch Board G.I. strip 25 x 6mm

Power control centre / LT panel of sub-station G.I. strip 40 x 6mm

When ear thing wire is to be drawn under floor / in underground, aluminium wire

10mm dia. With PVC insulation shall be used. Instead of GI wire, PVC insulated

copper conductor wires can also be used. However, while deciding type & size of earth lead the resistance between the ear thing

system and the general mass of the earth shall be as per IS code of practice. The earth

loop impedance to any point in the electrical system shall not be in excess of 1.0 ohm in

order to ensure satisfactory operation of protective devices. G.I. wire/aluminium wire shall be connected to the equipment by providing

crimping type socket/lug. Wherever ear thing strip to be provided in cable tray, it shall be suitably bolted on cable tray and electrically bonded to the cable tray at regular interval. Excavating & refilling of earth, necessary for laying underground earth bus loops shall be the responsibility of the supplier. Wherever earth leads/strips/wire are laid in cable trenches, these shall be firmly and suitably cleaned to the walls/supporting steel structure on which cable is clamped. The neutral of the transformer shall be connected to earth pit independently and earth

Page 192: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

192

pit shall have copper earth plate. Long runs of GI strip shall be connected at each end with lap type welding to ensure continuity.

Bureau of Indian Standards to be Followed for Electrical Erection

1. PVC insulated cables (light duty) for working voltage upto 1100 volts 694-1990 Part I & II

2. PVC insulated cables (heavy duty) for voltage upto 1100 volts 1554-1988 Part I

3. PVC insulated cables (heavy duty) for voltage 3.3 KV to 11 KV 1554-1988 Part II

4. Specification for polyethylene insulated PVC sheathed heavy duty

electric cables for voltage not exceeding 1100 V

5959-1970 Part I

5. Specification for polyethylene insulated PVC sheathed heavy duty

electric cables for voltage 3.3 KV to 11 KV

5959-1970 Part II

6. Guide for marking of insulated conductors 5578-1970 or 5575

7. Code of practice for installation and maintenance of power cables upto

33 kV

1255-1983

8. Code of practice for earthing 3043-1987

9. Guide for safety procedures and practices in electrical work 5216-1982

10. Code of practice for installation and maintenance of AC induction motor

starters

5214-1969

11. Code of practice for installation and maintenance of induction motors 900-1992

12. Code of practice for installation and maintenance of switchgears 10118 - 1982

Part I, II, III, IV

13. Code of practice for installation and maintenance of transformers 10028 – 1981 Part I

14. Code of practice for electrical wiring installation, voltage not exceeding

650 V

732-1989

15. Code of practice for electrical wiring installation (system voltage

exceeding 650 V)

2274-1963

16. Guide for testing three-phase induction motor 4029-1967

17. Guide for safety Procedures & Practices in electrical works 5316

18. XLPE Cables for working voltage upto and including 1100 Volts 7098 – 1988 Part I

19. XLPE Cables for working voltage upto 33 kV 7098 – 1988 Part II

20. Boxes for enclosures of electrical accessories 5133

21. Electric Power connectors 5561

22. HRC Cartridge Fuse Link up to 650 V 2208

23. Code of Practice for Selection, Installation & Maintenance of Fuse up to

650 V

3108

24. Cables methods of testing 10810

25. Danger / Lattice Boards 3551

26. National Electric Code SP :30

Page 193: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

193

Recommended Cable Size for Industrial Wiring

The following selection table shall be followed for cables of motors unless otherwise specified:

3 Phase 415 V

Motor H.P.

Direct-on-line Star-Delta Starter

Supply side Motor side Supply side Motor side

Copper conductor Cable Size : Sq mm

Up to 7.5 2.5 2.5 2.5 2 X 2.5

10 4 4 4 2 X 2.5

15 6 6 6 2 X 2.5

20 10 10 10 2 X 4

25 16 16 16 2 X 6

30 16 16 16 2 X 6

40 25 25 25 2 X 10

50 35 35 35 2 X 16

Aluminium conductor Cable Size: Sq mm

60 70 70 70 2 X 35

75 95 95 95 2 X 50

100 120 120 120 2 X 70

125 185 185 185 2 X 95

150 240 240 240 2 X 120

180 - - 300 2 X 150

200 - - 2 X 150 2 X150

250 - - 2 X 185 2 X 185

275 - - 2 X 240 2 X 240

300 - - 2 X 240 2 X 240

Note: Cables indicated above in the table shall be only armoured copper conductor cable for

DOL starter upto 50 HP motor. For motors rating 60 HP and above, armoured aluminium

cable should be used.

46.0 Supply, Fabrication, Erection and Testing of Piping :

46.1 Codes and standards :

All piping system including sub-contracted materials shall comply with the latest

editions of the following wherever applicable :

a) Indian Boiler Regulation

b) Regulation of Inspector of Explosives

c) All applicable Indian Standards

d) All applicable State Laws.

Page 194: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

194

46.2 Scope of Supply :

Erector shall supply all piping materials like pipes, fittings, flanges and other items as

shown in his scope in the flow diagrams/specifications.

46.3 Scope of erection to be performed by Erector is outlined below :

a) The scope of erection for piping includes all system covered under his scope of work

in the flow diagram/specification.

b) Erector shall also install small accessory, piping an any specialities furnished with or

for equipment such as relief valves, built is bypass, and other items of this type.

c) Erector‟s work terminates at the final tube or pipe connection at pumps, including the

final connection.

d) Erector shall install primary elements for flow measurement, control valves, and on

line metering equipment.

e) Erector shall perform necessary internal machining of pipe for installing crevices,

flow nozzles, straightening vances, control valves.

f) Erector shall install all valves and specialities being procured from others.

g) Erector shall hydrostatically test all piping systems including valves and specialities &

instrument impulse line at suitable pressures.

h) All piping shall be internally cleaned and flushed by Erector before and after erection

in a manner suited to the service as directed by RCDF.

i) For hydrostatic testing and water flushing, erector shall furnish necessary pumps,

equipment and instruments, piping etc. Purchase will provide water at available points

of supply to which Erector‟s temporary piping will be connected.

46.4 Colour code shall be used to identify pipe material. Erector shall be able to identify on

request all random piping prior to any field fabrication.

46.5 All steam piping shall be fabricated in complete accordance with Indian Boiler Code and

all approval required shall be obtained by Erector from the inspecting authority.

46.6 Erector shall be responsible for the quality of welding done by his organisation and shall

conduct tests to determine the suitability of the welding procedure used by him.

46.7 Erector shall employ welded construction for all black steel piping. All black steel pipes

50 mm. and below shall have socket welded joints unless otherwise specified.

46.8 All piping supports, guides, anchors, rod hangers, spring hangers, rollers with incidental

structural sub framing shall be furnished and erected by Erector.

46.9 All piping shall be suspended, guided and anchored with due regard to general

requirements and to avoid interference with other pipes, hangers, electrical conduits and

their supports, structural members and equipment and to accommodate insulation to

conform to purchaser‟s loading limitation. It is the responsibility of the piping Erector to

avoid all interferences while locating hangers and supports.

Page 195: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

195

46.10 Anchors and/or guides for pipe lines or for other purpose shall be furnished when

specified for holding the pipe line in position or alignment. Hangers shall be designed

fabricated and assembled in such a manner that they cannot become disengaged by any

movement of the support pipe.

46.11 All piping shall be wire brushed and purged with air blast to remove all dust, mill scale

from inner surface. The method of cleaning shall be such that no material is left on the

inner or outer surfaces which will affect the serviceability of the pipe.

46.12 Effective precaution such as capping and sealing shall be taken to protect all pipes ends

against ingress of dirt and damage during transit or storage. The outside of the carbon

steel pipe (black) shall receive two coats of red lead paint.

47.0 Testing for :

1. HP Steam 4. Soft and Raw Water

2. LP Steam 5. Air

3. Glycol 6. SS Piping

7. Insulation 8. Electricals

9. Motors 10. Equipments.

Should conform to the latest ISI standards.

48.0 Service piping Installation guide lines :

48.1 Chilled water & Glycol piping (if mentioned in purchase order)

The scope of erection and installation if mentioned, comprises a set of GI „B‟ class pipes

and fittings for chilled water and glycol including supports, isolation and non-return

valves etc. for providing chilled water or glycol to all the equipment which would

require chilled water or glycol. All the necessary headers for interconnecting all the

chilled water and glycol pumps and auxiliary materials like adapters, reducers, flanges,

union, valves/cocks/ (of gun-metal/brass for valves upto 100 mm. dia), strainers,

gaskets, packing etc. required for the pipe should also be supplied and installed by the

erector. The pipeline should be insulated as per the specification detailed.

48.2 Steam & Hot Water and molasses Piping (if mentioned in purchase order)

The scope of supply and installation of mentioned, comprises the following set of steam

pipes and fittings for providing steam connections from the indicated battery point to all

the equipments requiring steam in accordance with IBR, MS Class „C‟ pipes, fittings and

auxiliary items. The scope of supply and installation includes the necessary pipes

supports, isolation supports, isolation valves, nonreturn valves, safety valves, check

valves, pressure reducing valves steam traps, strainers, expanders, bends, gaskets,

packing, sight glasses, pressure gauges etc. The manufacturer‟s certificates that the

material conforms to IBR duly attested by concerned authority should be furnished for all

Page 196: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

196

items as per requirements. The necessary check valves(s) and other fittings required at the

sources of tapping at the battery point should also be supplied and installed by the erector.

Set of condensate pipes and fittings of MS Class „C‟ to interconnect the condensate return

line. The supply is inclusive of necessary pipe supports isolation valves, check valves,

bends, gaskets, packing etc.

48.3 Soft well water piping (if mentioned in purchase order)

The scope of installation comprises (if mentioned) a set of well water pipes and fittings

including supports, isolation and non-return valves etc. Pipes of GI Class „B‟ for

providing well water to sterlizer would be required. All the necessary headers for inter-

connecting the water pumps and auxiliary material like adopters reducers, flanges, union

valves/checks (of gun metal/brass for valve upto 100 mm dia), bends, strainers, gaskets,

packing etc. required for the pipe should also be supplied and installed by the erector.

48.4 Water distribution (if mentioned in purchase order)

The scope of supply and installation if mentioned comprises of the following:

Set of water pipes and fittings of GI Class „B‟ for providing water connection to the

various equipment/items and points requiring water (raw and soft water) from battery

limits. The scope is also inclusive of the necessary pipes and fittings, GI Class „B‟ for the

soft water from the softening plant to soft water overhead tank if specifically mentioned

and further to all the equipments requiring soft water and interconnections with suitable

valves etc. from all the compartments of the overhead tank. The supply and installation is

inclusive of necessary pipe supports, isolated valves, strainers, bends gaskets, packing,

polythene/copper tubes and all other necessary auxiliary items.

48.5 Air requirement (if mentioned in purchase order)

The scope of supply and installation if mentioned comprise of the following:

Set of air pipes and fittings in accordance with MS „C‟ Class for providing air to the

various equipments/items and controls and points requiring the same. The scope of supply

and installation is inclusive of necessary pipe supports, valves, filters, bends, gaskets,

packing, polythene, copper tubes and all other necessary auxiliary items.

48.6 All the above referred piping should generally be of welded execution and must be

removed of mill scales and properly cleaned before installation.

49.0 Important Note :

49.1 All the necessary materials, of a quality and make approved by RCDF required for

carrying out the installation mentioned in 46.2 shall be supplied by the Erector.

Page 197: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

197

49.2 Piping (SS) (if mentioned in Purchase Order)

The scope includes the installation and inter connection of a set of SS Pipes and fittings,

including cocks, valves, Tees, flanges, unions, bends, reducers, liners and other necessary

fittings SMS/IDF standards, for inter connecting all the equipment listed. Necessary pipe

supports shall be also installed by the Erector.

49.3 Pipe fittings at connection points

All the required fittings that would be needed in the piping at all the tapping, termination,

connection and intermediate points must be installed by the Erector.

49.4 The erector shall prepare and submit the piping layout drawing, details of supports, details

of tapping, termination interconnection etc. for approval. All the piping work shall be

carried out strictly in accordance with the approved drawings/details. The respective milk

flow diagram to which the piping layout correspondence must also be furnished by the

erector.

50.0 Insulation (if mentioned in Purchase Order)

50.2 Insulation of Steam condensate & Hot water pipe lines :

All the steam and hot water pipes shall be insulated with 50 mm. thick mineral wool or

equivalent. The insulation shall be carried out in the following manner:

1) Cleaning of surface to be insulated. Applying a coat of red oxide primer and fixing

glass wool/mineral wool of suitable thickness tightly to the pipe, butting all joints to

be tied with lacking wire.

2) The insulation should be covered with GI wire netting.

3) The steam and hot water lines, after insulation must be covered with 22 gauge

aluminium sheet with proper grooves and overlaps and secured in position with 12

mm. self tapping Parker screws.

4) In case the insulation does not have the desired insulation properties, the entire

insulation will have to be redone at the erector‟s cost to give the desired results.

5) In case of condensate return piping, all the steps mentioned above shall be executed

except that the thickness of insulation shall be 30 mm.

All the necessary materials of quality and make approved by RCDF required for

carrying out the insulation mentioned in 50.2 shall be supplied by the erector.

Page 198: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

198

SCHEDULE - IV

SITE LAYOUT

EQUIPMENT LAYOUT

FLOW DIAGRAM

Page 199: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

199

Page 200: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

200

Page 201: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

201

Page 202: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

202

Page 203: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

203

Following amendments/clarifications/elaborations have been finalised during

the pre-bid meeting held on 09-08-2012 regarding the tender for both

cattle feed plants at lambia Kalan and Pali. The tender is for design, supply,

installation and testing of two cattle feed plants of 150 TPD and expandable

to 300 TPD on turnkey basis. The amendments and clarifications finalised

today will have a superseding effect on all the corresponding technical

specifications given in the tender document.

This has reference to the tender notice No. RCDF/DPM& PROJ/ (P-2901)/2012-

13 Dated 16th july, 2012. In reference to the tender following points have been

clarified as under:

1. The earnest money amount of 36.00 Lakhs mentioned in tender to be

deposited in the form of DD payable at Jaipur only.

2. The earnest money is mentioned for both the projects. This is a single

tender for installation of two plants at different locations

3. There is a mention of security deposit of 5% of the bid value to be

submitted in the event of a bidder being awarded the order on successful bidding.

This will also be in form of a DD payable at Jaipur.

4. The bids are being called from bonafide manufacturers of cattle feed plants,

machineries and spare parts. As such, there is no provision for subletting the

tender.

5. The bids are called for two separate locations but it remains a single tender

for two plants. As such, the bids will be evaluated on the basis of lowest bidder in

the combined bid for both projects. The total of both projects will be evaluated for

finalisation. The tender will be awarded to a single party capable of doing both

the projects in the same awarded time frame as per details mentioned in the

tender.

6. It will not be allowed to bid for single project.

7. The meaning of the fixed price contract is that there will be no provision

for price escalation. Any increase in the quoted unit prices will not be allowed.

8. Already there is a provision of Force Majeure clause for delay. Further

clarification in regards to impact of force majeure clause in delay of project, shall

be conveyed after due consideration at appropriate time.

9. Please refer page number 19 and point number 5.1. The date of 09-02-2012

will be considered as 17th Aug, 2012 which is the last date of opening of the

tender.

10. The JV, if any, should also meet the qualification criteria in the same name

and style. Similarly, the turnover criteria must also be met to fulfil condition

mentioned in tender in the same name and style. As regards to the orders on

Page 204: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

204

hand, only those orders on hand will be considered which are almost near

completion. Only such projects will be considered which are near trials at the time

of submission of tender. All such order should be of at least 150 TPD capacities

on pelleted feed or above.

11. At the time of handing over of the plant both individual capacities of each

machine and over all capacity of the plant will be considered. The bidder does not

have any liberty to down size capacity of any equipment. However, he may up

size for the betterment of the plant. In nut shell, all machines should perform at

their respective capacities as mentioned and the project should give 150 TPD or

above in all the situations. The bidder should plan sufficient factors of safety in

designing of the plant at every stage to cover all aspects and requirements of

production of cattle feed with all possible die sizes and all possible formulation

combinations.

12. It has been clearly mentioned on the tender that pelleting capacity is

needed at 10 TPH which should be easily realised on all formulations using any

die size from 4mm to 10mm. That means, bidder should plan for 10 TPH on

4mm. It is understood that capacity on 8 -10 mm will be higher.

13. There will be bagging equipment set required on both the bins of finished

product. As such, one will be working and other will be standby. The bidder is

required to offer for two sets.

14. All pumps and pipelines should be as per capacities required for 300 TPD.

Similar approach is required at all places where expansion in capacity is planned

for 300 TPD.

15. The provision and supplying of fire stairs and lifts for passenger and

material shall be considered in the scope of bidder as per statutory norms.

16. The bidder should give a break up of prices on all individual supplies

along with erection and commissioning charges. The bidder is required to mention

the same individually (Item Wise) in the price bid. Bidder should supply a

separate annexure along with his bid mentioning prices of all items to be supplied

and erection & commissioning charges of every individual item in front of its

price. Kindly see the enclosed format as under for this purpose: S

L

DESCRIPTION CAPACITY

/SIZE

CU=CUBIC

MTR)

QTY Unit of

measurement Unit

cost of

Supply

AMOUNT of

Supply in

Rs.

E&C

Per

unit

Total

Value

of E&C

in(Rs)

Total

Value of

Supply

and

E&C

In(Rs)

17. The duration of all price validities of all machineries and spares shall be

considered from the date of awarding of the tender. It will be binding on all

bidders as per the terms and conditions mentioned in the tender documents.

Page 205: RAJASTHAN CO-OPERATIVE DAIRY FEDERATION LIMITED · RCDF Ltd., payable at Jaipur. The detailed terms and conditions of the tender are contained in the Tender document. General Manager

205

18. The layout of Pali will be mostly on the basis of what has been finalised in

Lambia kalan. However, there may be changes as per site conditions and

requirements arising for betterment of the same. As such, the bidder is required to

consider all these aspects while making the bid for Pali.

19. The tender date will not be extended and the schedule for the submission of

bids remain as mentioned on tender document.