Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply,...

124
NATIONAL COMPETETIVE BIDDING Tendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH COLD ROOM, PRECOOLING CHAMBER, MECHANICAL SORTING GRADING LINE, ELECTRICAL ALONG WITH CIVIL WORKS AT DESIGNATED LOCATIONS IN PUNJAB January 2011

Transcript of Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply,...

Page 1: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

NATIONAL COMPETETIVE BIDDING

Tendering DocumentFor

Design, Supply, Installation,Commissioning,

And Operation & Maintenance

PACKHOUSE FACILITY WITH COLD ROOM, PRECOOLING CHAMBER, MECHANICAL SORTING GRADING LINE, ELECTRICAL ALONG WITH

CIVIL WORKS AT DESIGNATED LOCATIONS IN PUNJAB

January 2011

Punjab Agri Export Corporation Limited (PAGREXCO)

2-A, SECTOR 28-A, MADHYA MARGCHANDIGARH-160002, INDIA

Page 2: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Disclaimer

The information contained in this Detailed Notice Inviting Tender (“DNIT”) document or subsequently provided to Applicant(s), whether verbally or in documentary form by or on behalf of the Awarder, PAGREXCO (PUNJAB AGRI EXPORT CORPORATION LIMITED), Punjab or any of their employees or advisors, is provided to Applicant(s) on the terms and conditions set out in this DNIT document and any other terms and conditions subject to which such information is provided.

This DNIT document is not an agreement and is not an offer or invitation. The purpose of this DNIT document is to provide interested parties with information to assist in the formulation of their Application for Qualification. The DNIT document does not purport to contain all the information each Applicant may require. This DNIT document may not be appropriate for all persons, and it is not possible for the Government Representative, its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this DNIT document. Certain Applicants may have a better knowledge of the proposed Project than others. Each Applicant should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in this DNIT document and obtain independent advice from appropriate sources. PAGREXCO, its employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the DNIT document.

PAGREXCO may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, without prior intimation in this DNIT document.

Date: 04-01-2011

Place: Chandigarh

2

Page 3: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Notice Inviting Tender

Details of Tender:

Department Name Punjab Agri Export Corporation LimitedCircle General Manager, Punjab Agri Export Corporation

Limited, 2-A, Sector 28-A, Madhya Marg Chandigarh-160002, INDIA

Name of Project Fruits and vegetable Packhouses in PunjabName of Work Packhouse facility along with cold room, precooling

chamber, mechanical sorting grading line with related civil and electrical works and training of personnel

Period of Completion Maximum Six (6) months from the date of agreementBidding Type OpenBid Call (Nos.) 1Tender Currency Type SingleTender Currency Setting Indian Rupee (INR)If Consortium Maximum Three (3)Rebate Not ApplicableAmount DetailsBid Document Fee (Non Refundable)

Rs. 1,000/- in form of Demand Draft if downloaded from website otherwise in cash/ demand draft if purchased from the Office of PAGREXCO

Bid Document Fee payable to Punjab Agri Export Corporation LimitedBid Document Fee payable at ChandigarhBid Security/ EMD (INR) 50,000 (in form of Demand Draft)Bid Security/ EMD in favour of

Punjab Agri Export Corporation Limited

Bid Security/ EMD payable at ChandigarhTender DatesBid Document Downloading Start Date & Time

04-01-2011 Hrs. 17.00

Due Date & Time for Receipt (Submission) of Bids

20-01-2011 Hrs. 16.30

Date of Technical Bid Opening

21-01-2011 Hrs. 12.00

Date of Financial Bid Opening

Within seven (7) working days of Technical Bid Opening

Bid validity Period 180 days after opening of price bidSubmission of certaindocuments, etc in person in the office of the General Manager, PAGREXCO

Submission of EMD, Tender Fee and Other Documents from 04-01-2011 to 20-01-2011 upto 16:30 hrs in the office of the General Manager, Punjab Agri Export Corporation Limited, 2-A, Sector 28-A, Madhya Marg Chandigarh-160002, INDIA

3

Page 4: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Other DetailsOfficer Inviting Bids General Manager, Punjab Agri Export Corporation

Limited, 2-A, Sector 28-A, Madhya Marg Chandigarh-160002, INDIA

Bid Opening Authority Managing Director, Punjab Agri Export Corporation Limited, 2-A, Sector 28-A, Madhya Marg Chandigarh-160002, INDIA

4

Page 5: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Instructions to Bidders

1. Scope of Bid

1.1. 1.1 Punjab Agri Export Corporation Limited, Chandigarh hereafter reffered as PAGREXCO, the nodal agency for promoting export and distant Domestic Marketing of Agri produce with focus on fresh and processed fruits & Vegetables in the State has decided to set up five packhouses of fruits & vegetables with output capacity of 2 MT/hr, comprising of fresh fruits and vegetables.

Following are the site location for the packhouses

1. Muskabad, Near Samrala, District Ludhiana2. Saholi, Near Nabha, District Patiala 3. Lalgarh, Near Samana, District Patiala4. Kangmai, District Hoshiapur5. Babri, District Gurdaspur

Each facility is proposed on a prime land of approximately 0.5 (half) acre.

1.2 The details of the proposed PACKHOUSE facilities are as follows:

Project Activity Fruits and vegetable PACKHOUSE FacilityLocation of the PACK HOUSE facility 1. Muskabad, Near Samrala, District

Ludhiana2. Saholi, Near Nabha, District Patiala3. Lalgarh, Near Samana, District Patial4. Kangmai, District Hoshiapur5. Babri, District Gurdaspur

Physical dimensions of PACKHOUSE facilities

As required. Parties should quote for PACK HOUSE including layout plan of equipment along with all auxiliary equipment and architectural layout of whole facility

Products proposed to be treated Fruits and vegetable grown in the catchment area of packhouse locations

Targeted completion date 31st July 2011

2. Scope of Work

The project execution activities, inter alia, shall include

2.1. Preparation of architectural, structural and civil drawings as required for the successful execution. The final layout/ architectural drawings have to be approved by competent authority in Punjab Agri Export Corporation Ltd. prior to execution.

2.2. Design, engineering, execution / implementation of the civil construction work including all plumbing, sanitary, sewer, site development, landscaping or any other facilities required as per the statutory requirements of the Govt. (State / Centre) authorities.

5

Page 6: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

2.3. Design, engineering, fabrication, execution / implementation of pre fabricated structure for the pack houses.

2.4. Design, engineering, fabrication, erection / installation & commissioning, testing and trial run of all equipments & instruments of the packhouses.

2.5. Design, engineering, fabrication, erection / installation / laying of HT/LT lines, light fittings and accessories of the total electrical system in the proposed pack houses, including alternate power back-up, i.e. DG Set of appropriate capacity.

2.6. Procurement, transportation, erection, commissioning, testing and trial run of all the material handling equipments and other miscellaneous equipments required for the efficient operation of the pack houses

2.7. Provide the trained manpower for operation and maintenance (O&M) of packhouse for one year after installation. O&M contract can be extended further for one year after mutual consent.

2.8. Provide training to the personnel appointed by PAGREXCO or any other agency nominated by PAGREXCO for Operation and Maintenance (O&M) of Packhouses.

2.9. The units would be set up by PAGREXCO by identifying a reputed supplier(s) for Supply, Installation, Commissioning, Training of Pack house Equipment, Cold Store, Pre cooling room and electrical work for the proposed PACK HOUSE facility and supporting systems on Turnkey basis. The work also includes the related civil Works at the site.

2.10. The proposed PACK HOUSE facilities are for Fruits and vegetable. Accordingly, the proposed should be versatile and suitable for a range of Fruits and vegetables.

2.11. A Part of land admeasuring 0.50 acre is available at every site on which the proposed facilities will be constructed. Cost of each facility shall be same.

2.12. The Facilities are proposed to be equipped with standard but of recent technology Equipment and the dimension of each packhouse shall be identical.

2.13. Water required for PACK HOUSE facilities and also for other domestic requirements shall be met from bore wells constructed under the facilities.

2.14. The proposed PACK HOUSE facilities are well connected by road to facilitate transportation and with good accommodation facilities near by.

NOTE:

a. Civil works at every designated location shall include Docks, roofing, flooring, plastering, painting and also other works to meet the FPO and APEDA requirement i.e. with all the windows and other openings with mesh coverings, all doors with Strip curtains and Air curtains, Drainages with proper gradient, Panelled ceilings and generally meeting all the Factories Act, and HACCP requirements

b. Refrigeration Equipment and Paneled Rooms for Cold Stores (1 No. of 20 MT), Pre Cooling Chambers (1 No. of 3 MT) at every designated location.

c. Electrical works such as transformer, DG set, Panels, Cabling, Fixtures Lights, Exhaust fans, Lightening arrestors at every designated location

d. Water supply arrangement for various sections at every designated location e. Land Development including internal roads at every designated location

6

Page 7: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

3. INVITATION TO BIDDERS 3.1. PAGREXCO invites Bids (hereinafter referred to as “Bid”) for Supply, Installation,

Commissioning, Training of PACK HOUSE facilities Equipment (hereinafter referred to as ‘PACK HOUSE facilities’) in following villages of Punjab:

1. Muskabad, Near Samrala, District Ludhiana2. Saholi, Near Nabha, District Patiala3. Lalgarh, Near Samana, District Patiala4. Kangmai, District Hoshiapur5. Babri, District Gurdaspur

3.2. The PACK HOUSE facilities are being offered on Turnkey basis. The Bids would be evaluated on the basis of the evaluation criteria set out in this Tender document in order to identify the successful Bidder for the PACK HOUSE facility (hereinafter referred to as “Successful Bidder”). The Successful Bidder would then have to enter into a Contractual Agreement with PAGREXCO and perform the obligations as stipulated therein, in respect of the PACK HOUSE facility.

3.3. Detailed terms and conditions as well as the technical specifications for all items are contained in the bidding documents. The bidder MUST QUOTE for all parts of tender. The Bidder/s shall quote for all five packhouses in consolidated form.

3.4. The PAGREXCO shall not take the responsibility for any delay in receipt of the bidding document sent by post/courier.

3.5. The PAGREXCO, Chandigarh at its sole discretion and without assigning any reason there of reserves the right to accept and/or reject any or all bids. PAGREXCO also does not bind to accept the lowest bid. PAGREXCO has the right to award the work order for part or full tender without assigning any reason.

Note: The Bidders are instructed to submit proposed layout along with detailed BoQs for civil works, structural works and electrical works along with the financial Bid. they are also required to submit complete details about plant, machinery and equipments such as make model and material of construction etc. 4. Eligible Bidders

4.1.The Bidders eligible for participating in the qualification process may be a single Business

Entity or consortium of maximum three (3), meeting the qualification criteria as set out in Proof of Qualification.

4.2.The party should have manufacturing capabilities / technical tie-ups with reputed manufacturers of PACK HOUSE facility Equipments, Civil works. (Enclose details manufacturing capabilities / technical tie-ups).

4.3.Personnel Capabilities: The firm must have suitable qualified and experienced Personnel for the successful completion of the bid. List of key officials shall be submitted.

7

Page 8: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

4.4.Registration / License: The firm must have works contact registration and sales Tax certificates from the appropriate authorities (Photocopies of registration certificates to be submitted.)

4.5.The firm should not have abandoned any work of Govt. Of India or Punjab/ its Govt. department’s during the last 5 years.

4.6.Information regarding litigation, expulsions and blacklisting, if any, should be submitted with details.

4.7.ELIGIBILITY CRITERIA: The Bidder should be fulfilling the following minimum eligibility criteria and must also submit documentary evidence in support of fulfillment of these criteria while submitting the technical bids. Claim without documentary evidence will not be considered. Consortium shall be allowed for maximum three agencies for implementation of the project. The eligibility criteria and documentary evidence

S No Eligibility Criteria Documentary evidence to be attached

1 EXPERIENCE

The bidder should have a minimum of average yearly turnover of Rs. 10.00 crore (Rs Ten crore) in agro industry/cold chain of fruits and vegetable for the last three financial year endings March 31st, 2010

Audited financial statements duly certified by chartered accountant (CA) for the last three financial year ending March 31st, 2010.Copies of purchase order duly certified or CA certified who has audited balance sheet indicating turnover during the year for similar projects

AND

The bidder should have executed atleast one project on turnkey basis with or without civil work Having project cost equal to or more than Rs. 3.00 Crore in the last three preceding years or two projects of atleast Rs. 1.50 crore each pack house system for produce other than Banana preferable for fruits & Vegetable. Installation in India will be given preference.

Certificate from the project client for award of contract and stage of satisfactory project completion (in terms of value) in original or its notarized copy for each project claimed.

2 FINANCIAL

The bidder should submit a Net worth/solvency certificate for banker for min value of 6 crore.

Solvency certificate from the Banker

8

Page 9: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

AND

The bidder should be profit making company / firm

Balance sheet / IT return

4.8. The Managing Director (MD), PAGREXCO reserves the right to verify the claims made by the Bidder and to carry out the capacity assessment of the bidder and the MD, PAGREXCO’s decision shall be final in this regard.

4.9. The bidder shall submit the supporting documents regarding the information.

5. Number of Bids

Each Bidder shall submit one (1) Bid only for the PACK HOUSE facility, in response to this Tender. Any Bidder who submits more than one Bid, either individually or as a part of another bidder, for the PACK HOUSE facility will be disqualified and cause the disqualification of such other bids also. The Bidder shall also be responsible and shall pay for all of the costs associated with the preparation of its Bid and its participation in the bidding process.

6. Validity of Bid

The Bid shall remain valid for a period of 180 days or such other extensions agreed to by bidder till singing of contractual agreement. PAGREXCO reserves the right to reject any Bid, which does not meet this requirement.

7. Bid Preparation Cost

The Bidder shall be responsible for all the costs associated with the preparation of its Bid and its participation in the bidding process. PAGREXCO will not be responsible or in any way be liable for such costs, regardless of the conduct or outcome of the Bid.

8. Earnest Money Deposit

8.1. Each bid shall be accompanied by EMD of Rs. 50,000/- (Rupees fifty thousand only).

8.2. The EMD shall be in the form of crossed demand draft drawn in favour of “Punjab Agri Export Corporation Limited” on any Scheduled/Nationalised bank and payable at “Chandigarh”.

8.3. The EMD of every unsuccessful Bidder would be returned within a period of thirty (30) days from the date of announcement of the Successful Bidder. The EMD submitted by the Successful Bidder would be released upon furnishing of the Performance Security, amounting to 5%(Five percent) of contract value by way of an irrevocable Bank Guarantee, issued by a Scheduled/Nationalised bank located in India in favour of “Punjab Agri Export Corporation Limited” for due and punctual performance of the obligations relating to the

9

Page 10: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

PACK HOUSE facility.

8.4. The EMD shall be forfeited in the following cases:

8.4.1. If the Bidder withdraws it’s Bid during the interval between the Bid Due Date and till the date of finalisation of successful bidder.

8.4.2. If the Successful Bidder fails to provide the Performance Security within the stipulated time or any extension thereof provided by PAGREXCO; and

8.4.3. If any information or document furnished by the Bidder turns out to be misleading or untrue in any material respect.

9. Format and Signing of Bid

9.1. The Bid and all related correspondence and documents should be in the English language. Supporting documents and printed literature furnished by the Bidder with the Bid may be in any other language provided that they are accompanied by certified translations of the pertinent passages in the English language. Supporting materials, which are not translated into English, may not be considered. For the purpose of interpretation and evaluation of the Bid, the English language translation shall prevail.

9.2. The currency for the purpose of the Bid shall be the Indian Rupee (INR). If the Bid is submitted in any other currency, PAGREXCO reserves the right to use suitable exchange rate for the purpose of uniformly evaluating all Bids. The exchange rate for the purpose of comparison and evaluation will as per RBI on the day of opening of price bid, if applicable. Claims or refunds on account of foreign exchange loss or foreign exchange gain will not be admitted for the imported equipment.

9.3. The Bidder shall provide all the information as per this Tender. PAGREXCO would evaluate only those Bids that are received in the required format and are complete in all respects. Each Bid shall comprise the following:

9.4. Part I Submission- Pre Qualification Requirements

a) Covering letter in the format set out in Appendix B b) Details of the Bidder in the format set out in Appendix Dc) EMD in the manner specified in the general terms and conditions d) Copy of the certificate of registration issued by the authority concerned (in case of a

registered firm or societye) Power of attorney/authorization with a seal of the company, of person signing the bid

documents. In case of consortium, then arrangement amongst the consortium members including share of each member of consortium, role of each member of consortium. Further each member of consortium shall furnish all the details about their firm (Appendix E & G)

f) Audited Balance Sheet for the last three financial years ending March, 31st, 2010 g) Income Tax clearance certificate/copy of IT return for the assessment year 2008-09 (Must)

and 2009-10 if filed.

10

Page 11: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

h) Proof of Eligibility in the format set out in Appendix D.i) Tender fee by demand draft for Rs.1000/- (Rupees One thousand only) in case the Tender

is downloaded from the website.j) Certified Xerox copies of the purchase order(s) or CA certificate who has audited the

Balance Sheet indicating turn over during the year, from similar projects.k) Certificate from the project client for award of contract and stage of satisfactory project

completion (in terms of value) in original or its notarized copy for each project claimed. (Appendix H)

l) Financial eligibility in form of Solvency Certificate from the Banker to an extent of Rs.6.0 Crore.

9.5. Part-II (Technical Bid)

9.5.1. List of team members (experts) with their bio data & role to be played in the project duly signed by each member.

9.5.2. Technical documentation including technical brochures of the proposed machines, makes & models, consumption of power & utilities for individual machines and complete system, man power requirement, proposed drawings etc.

9.5.3. Year wise list of projects executed/being executed giving technical details & cost of each project with certificate from each project client to this effect, during the last five preceding years.

9.5.4. Certificate from the project client for award of contract and stage of satisfactory project completion (in terms of value) in original or its notarized copy for each project claimed, during the last five preceding years.

9.5.5. List of manufacturing facilities and annual capacity certified by Chartered Engineer.

9.6. Part III Submission: Financial Bid

The bidder shall give Financial Bid as per format provided in Appendix C

9.6.1. The bid may be initially placed in three envelopes, duly marking the envelopes as “PART I- EMD”, “PART II- TECHNICAL BID” and “PART III- FINANCIAL BID”. These envelopes shall then be sealed in a single outer envelope, superscribed as “Proposal for Design, Supply, Installation, Commissioning, and Operation & Maintenance” delivered at PAGREXCO Office.

10. Bid Due Date

10.1. Bids should be submitted before Bid Due Date, in the manner and form as detailed in this Tender. Bids submitted after due date and time will not be accepted.

10.2. PAGREXCO may, in exceptional circumstances, and at its sole discretion, extend the above Bid Due Date by issuing an Addendum. Any Addendum thus issued will e-mail to bidders. The same will also be communicated by post.

10.3. It would be deemed that by submitting the Bid the Bidder has

11

Page 12: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

a. made a complete and careful examination of this Tender documentb. received all relevant information requested from PAGREXCOc. made a complete and careful examination of the various aspects of the PACK

HOUSE facilities

10.4. PAGREXCO shall not be liable for any mistake or error on the part of the Bidder in respect of the above.

10.5. At any time prior to the Bid Due Date, PAGREXCO may, for any reason, whether at its own initiative or in response to clarifications requested by any Bidder, modify the Tender document by the issuance of Addenda. Any Addendum thus issued will E-mailed to the bidders and same will be communicated by post

11. Opening of Bids and Clarifications

11.1. PAGREXCO would open the Bids on date as specified in schedule for bid processing for the purpose of evaluation.

11.2. PAGREXCO reserves the right to reject any Bid not submitted on time and which does not contain the information/documents as set out in this Tender document.

11.3. To facilitate evaluation of Bids, PAGREXCO may, at its sole discretion, seek clarifications in writing from any Bidder regarding its Bid. The request for such clarification or substantiation and the response shall be in writing or by facsimile. No material change in the substance of the Bid would be permitted by way of such clarification/ substantiation.

11.4. Information relating to the examination, clarification, evaluation, and recommendation of the Bid shall not be disclosed to any person not officially concerned with the process. PAGREXCO will treat all information submitted as part of the Bid in confidence and would require all those who have access to such material to treat the same in confidence. PAGREXCO will not divulge any such information unless it is ordered to do so by any authority pursuant to applicable law or order of a competent court or tribunal, which requires its disclosure.

11.5. Bidders may note that PAGREXCO will not entertain any deviations to the Tender at the time of submission of the Bid or thereafter. The Bid to be submitted by the Bidders would have to be unconditional and unqualified and the Bidders would be deemed to have accepted the terms and conditions of the Tender with all its contents including the Scope of Work. Any conditional Bid shall be regarded as non-responsive and would be liable for rejection.

11.6. All correspondence / enquiries should be submitted to the following in writing by fax/ registered post / courier:

12

Page 13: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

General ManagerPunjab Agri Export Corporation Limited2-A, Sector 28-A, Madhya Marg Chandigarh-160002INDIAPhone: +91-172-5074210, 5074215Fax: +91-172-2656270 EMAIL: [email protected] Website: www.punjabagro.co.in

12. Evaluation

12.1. The evaluation and comparison of the bids shall be done for the technical aspects and those who cross the cut off marks in Technical Evaluation will be deemed as eligible for financial bid opening. The bidder/s who has quoted lowest in the financial bid amongst the technically qualified will be the successful bidder.

12.2. PRE QUALIFICATION BID: PART- I SUBMISSION

12.2.1. The Part I Submission of the Bid would first be checked for meeting Pre Qualification eligibility such as eligibility conditions and completeness of tender timeliness of submission etc. of the bidder and to assess whether meeting the requirements of the Tender.

The Bid would be considered to be responsive if it meets the following conditions: a. It is received by the Bid Due Date including any extension thereof. b. It is signed, sealed and marked as stipulated in relevant Clauses of the document.c. It is with EMD as requiredd. It meets the eligibility with proof of such eligibility. e. It contains all the information and documents as requested in the Tender. f. It contains information in formats specified in this Tender. g. It mentions the Bid Validity Period as set out in Tender. h. It provides information in reasonable detail about the technical aspects of the

equipment such as make, model, brochure indicating the specifications of the PACK HOUSE facility equipment, deviations to the specifications if any, operational details of equipment vis-à-vis the PACK HOUSE treatment, accessories required as essential, consumables required for operation per batch and consumption per batch etc. (“Reasonable Detail” means that, but for minor deviations, the information can be reviewed and evaluated by PAGREXCO without communication with the Bidder). PAGREXCO reserves the right to determine whether the information has been provided in reasonable detail.

i. There are no inconsistencies between the Bid and the supporting documents.

A Bid that is substantially responsive is one that conforms to the preceding requirements without material deviation or reservation. A material deviation or reservation is one

13

Page 14: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

a. which affects in any substantial way, the scope, quality, or performance of the individual equipment of PACK HOUSE facility, or

b. which limits in any substantial way, inconsistent with the Tender, PAGREXCO’s rights or the Bidder’s obligations under the Scope of Work, or

c. which would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids

12.2.2. Those meeting the Part-I eligibility and other tender requirements would be treated as

eligible bidders for Part-II-Technical evaluation. 12.3. TECHNICAL BID EVALUATION: PART-II SUBMISSION

12.3.1. The evaluation criteria and weightage for the technical bid for PACK HOUSE project will be as follows:

Sr. no.

Evaluation Criteria Documents details required Basis of assessment

(Marks)

Max Marks

1 Team Profile (Manpower available for this project )

(Refer note 1)

List of team members (experts) with their bio data & role to be played in the project duly signed by each member.

Refer Note 3 10

2 Presentation- Hard Copy (Experience with Govt./Public Sector would be given preference)

The presentation shall include the details about company profile, related projects executed and the project under consideration. The presentation shall include the technical and operational advantages of their bid in terms of the technical aspects such as product quality, operational cost.

Refer Note - 3 40

3 Experience in turnkey implementation of PACKHOUSE Projects.

Year wise list of projects executed/being executed giving technical details & cost of each project with certified from each project client to this effect during the last three preceding years.

(Refer Note 2)

One project will fetch 20 marks. More than 1 project will fetch 20 marks each subject to the maximum of 20

40

4 Own facility for manufacturing prefabricated

Details of own facility nature of manufacturing

10

14

Page 15: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

PUF panels & refrigeration facilities and annual capacity/capacities duly certified by Chartered Engineer.

TOTAL MARKS 100

Note: 1 The Team indicated in the bid cannot be changed up to commissioning of the project without permission of the PAGREXCO management.

Note: 2 For this criterion of implementation experience, more projects for same product/service will not fetch additional mark.

Note: 3 Based on assessment of Tender Committee. 12.3.2. In case the Bid is found to be responsive, Technical bid Part II Submission would be

evaluated in accordance with the conditions mentioned in the tender, based on the details submitted by the Bidders. Such evaluation consists of evaluation of technical deviation statement and other technical information provided including brochure, literature, makes and models, material of construction, automation, operation cost, man power requirement etc.

12.3.3. As part of the evaluation of the Part II Submission, PAGREXCO may also request the

Bidder to submit clarifications. 12.3.4. The bidder who has supplied maximum number of PACK HOUSE equipments in India

may be given preference over the other bidders. 12.3.5. The bidder with maximum number of parts, machines of Indian origin and/or serviceable

in India in their PACK HOUSE equipment will be given preference. 12.3.6. The bidder whose PACK HOUSE equipment consumes least power and other utilities will

be given preference over others. 12.3.7. The bidder with ability to provide better training will be given preference over the other

bidders. 12.3.8. The evaluation of the Financial bid i.e. Part III Submission would be taken up only after

Part II Submission is found to meet the requirements of this Tender. PAGREXCO reserves the right to reject the Bid of a Bidder without opening the Part III Submission if, in its opinion, Part II Submission is not substantially responsive with the requirements of this Tender.

12.3.9. Evaluation shall be carried out based on the above parameters and the data and documents

provided by the Bidders in support of their claims. The tender committee shall have the

15

Page 16: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

right to verify the claims made by the bidders, in whichever way it deems fit. Based on the bid evaluation, only technically qualified bidders scoring.more than 60 % marks (cut off marks) shall be short listed. The financial bid of only the short listed Bidders shall be opened.

12.4. FINANCIAL Bid Evaluation: Part III Submission 12.4.1. Part III Submission of all the Bidders who’s Part I and Part –II Submission meets the

requirements and qualifies for more than cut off marks of technical evaluation of the Tender will be evaluated. The Bidders would be required to submit the Financial Quote as per the Financial Bid format mentioned at Appendix-C.

12.4.2. The total cost of the project including taxes and duties quoted by the bidder would be

considered for financial bid evaluation. 12.4.3. Any bid, whose Part-III submission is not as per format and/or whose part-III submission

is with any conditions, then the bid is liable to be dismissed as “Non-standard bid” and the right of such determination vests solely with Managing Director, PAGREXCO.

12.5. Bid Evaluation Committee:

A tender evaluation committee decided by Managing Director, PAGREXCO shall do the above evaluation. The committee shall determine the approach and methodologies for the issues, which may arise during the above, referred evaluation exercise and have not been addressed in this Tender Document. The decision of the committee shall be final and binding on all the bidders.

12.6. Selection Methodology 12.6.1. The Financial Offers of those Technically qualified Bids (who have got more than cut off

marks) would be opened and then ranked in ascending order based on the Total price quoted, with the Bidder quoting the lowest price being ranked first and the Bidder quoting the Second Highest ranked as second and so on.

12.6.2. The Bidder ranked first in accordance with the above procedure would be declared as the

Preferred Bidder. 12.6.3. In case there are two or more Bidders quoting the same price, the bidder whose technical

marks are more will be treated as preferred bidder. 12.6.4. PAGREXCO reserves the right to reject any Bid, if:

a. At any time, a material misrepresentation is made or discovered; or b. The Bidder does not respond promptly and diligently to requests for supplemental

information required for the evaluation of the Bid.

16

Page 17: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Rejection of a Bid by PAGREXCO as aforesaid would lead to the disqualification of the Bidder. If such disqualification / rejection occurs after the Bids have been opened and the Preferred Bidder gets disqualified / rejected, then PAGREXCO reserves the right to:

c. Either select the next best Bidder, or d. Take any such measure/s as may be deemed fit in the sole discretion of PAGREXCO,

including annulment of the bidding process.

12.6.5. The preferred bidder’s financial offer may be compared with Estimated Project cost and also with other bidders and in case the financial offer is found to be not in conformity/ in the range/ in line, then PAGREXCO reserves the right to negotiate with preferred bidder and may ask for additional guarantee in what ever manner it may deem fit and even after negotiations, if the final offer is found to be differing widely with Estimated Project cost, then PAGREXCO reserves the right to cancel the tender. PAGREXCO’s decision in this context shall be final and binding on all bidders.

12.6.6. In the event of acceptance of the Preferred Bidder with or without negotiations,

PAGREXCO shall declare the Preferred Bidder as the Successful Bidder. PAGREXCO will notify the Successful Bidder through a Letter of Intent (hereinafter referred to as “LoI”) that its Bid has been accepted.

12.6.7. The Successful Bidder shall execute the Contractual Agreement with PAGREXCO within

period specified by PAGREXCO of the issue of LoI or within such further time as PAGREXCO may agree to in its sole discretion.

12.6.8. Failure of the Successful Bidder to comply with the requirements of Clause 12.6.7 shall

constitute sufficient grounds for the annulment of the LoI, and forfeiture of the EMD. In such an event, PAGREXCO reserves the right to

a. Either invite the next best Bidder for negotiations

Orb. Take any such measures as may be deemed fit in the sole discretion of PAGREXCO,

including annulment of the bidding process.

12.6.9. Information relating to the examination, clarification, evaluation and recommendation for the short-listed Bidders would not be disclosed to any person not officially concerned with the process. PAGREXCO would treat all information submitted as part of the Bid in confidence and will ensure that all who have access to such material treat it in confidence. PAGREXCO would not divulge any such information unless ordered to do so by any Government authority that has the power under law to require its disclosure.

12.6.10. To assist in the examination, evaluation, and comparison of Bids, PAGREXCO may

utilise the services of consultant(s) or advisor(s).

13. POST AWARDING OF CONTRACT

17

Page 18: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

13.1. PERFORMANCE GUARANTEE 13.1.1. The Bidder, whose tender has been accepted, shall within 30 calendar days of the issue of

the letter of acceptance of bid, shall submit the unqualified performance guarantee of 5 % (Five per cent) of the total contract price to PAGREXCO, Chandigarh in the form of an irrevocable and unconditional bank guarantee of any Nationalized Bank in India, or international bank of repute supported by “back to back” guarantee of a Nationalized bank in India as per Proforma attached at Annexure – I. The guarantee shall be valid till expiry of 90(ninety) days after the end of the Warranty/guarantee period i.e. 12 (twelve) months after the date of commissioning of the project.

13.1.2. The performance guarantee amount shall be payable to PAGREXCO, Chandigarh without

any condition whatsoever and the guarantee shall be irrevocable. 13.1.3. The performance guarantee shall be deemed to govern the following guarantees from the

successful bidder, in addition to the other provisions of the guarantee;

a) Guarantee against non performance of contract as per agreement.

b) Successful and satisfactory operation of the equipment supplied in accordance with the specifications & other relevant documents.

13.1.4. The equipment supplied shall be free from all defects and designs, material and

workmanship upon written notice from PAGREXCO, Chandigarh, the successful Bidder shall fully remedy free of expenses to PAGREXCO, Chandigarh or such defects as developed under the normal use of the said equipment with in the guarantee period of 12 (twelve) months.

13.1.5. The performance guarantee is intended to secure the performance of the entire equipment.

However, it is not to be construed as limiting the damages stipulated in any other clause. 13.1.6. The performance guarantee will be returned to the successful Bidder at the end of the

period of liability without interest. 13.2. WARRANTY 13.2.1. All goods or material shall be strictly in accordance with the specifications. No deviation

from such specifications of these conditions shall be made without PAGREXCO’S agreement in writing which must be obtained before any work against the order is commenced. All materials furnished by the successful Bidder pursuant to the order (irrespective of whether engineering/design or other information has been furnished, reviewed or approved by PAGREXCO, Chandigarh) are guaranteed to be of the best quality of their respective kinds (unless otherwise specifically authorized in writing by PAGREXCO, Chandigarh) and shall be free from faulty design. The goods/material used by the successful Bidder and its workmanship should be of proven quality so as to fulfill

18

Page 19: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

in all respects the operating conditions and other requirements specified in the order. 13.2.2. If any trouble or defect originating with the design, materials, workmanship or operating

characteristic of any materials arise within any time prior to 12 (twelve) months from the date of completion of work as mentioned in the completion certificate and the Bidder notified thereof, the Bidder at his own expense and at not cost to PAGREXCO, Chandigarh as promptly as possible make such alterations, repairs and replacements at site as may be necessary to permit the functioning of the equipment or replaced goods shall be guaranteed for a period of 18 (eighteen)months from the date of shipment or 12 (twelve) months from the date of reinstallation whichever expires later. The bidder must attend any problem in any machine within 24 (twenty four) hours from the time of reporting, during the guarantee period, in order to have the normal working of the respective machine and the plant as a whole.

13.2.3. PAGREXCO, Chandigarh may at its option remove such defective material at the Bidders

expenses, if the Bidder does not act after being informed. The Bidder shall make good the replacement in kind or cash.

13.2.4. In the event that the materials supplied do not meet the specifications and/or are not in

accordance with the drawings, data sheets and rectification is required at site. PAGREXCO, Chandigarh shall inform the Bidder giving full details of deficiencies so as to meet PAGREXCO, Chandigarh specifications.

14. TIME OF COMPLETION

14.1. At present PAGREXCO expect the following schedules of activities:

14.2. Please note that TIME IS ESSENCE OF THE CONTRACT. In case of delay in

completion, maximum penalty shall be levied @ ½ % per week or part there of the first

19

I Last date of submission of offers

As specified

II Evaluation of offers and issue of letters of intent.

Within 7 days from the date of opening of offer

III Signing of contract Within 5 days from issue of LOI

IV Payment of mobilization advance (if applicable/accepted)

Within 30 days from the receipt of approval from the concerned Government body/department

V Date of commissioning of the project.

Maximum 6 months from the date of agreement. Please confirm that you would be able to commission the project by the targeted dates.

Page 20: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

two weeks and 1% of the total contract value per week or part thereof for further delay subject to maximum of 10 % of the contract value at the discretion of PAGREXCO depending upon the gravity and magnitude of delay and reasons thereof.

14.3. In case of DELAY AND NON PERFORMANCE and implementation schedule not being

adhered to by successful bidder; PAGREXCO, Chandigarh has the right to cancel the order wholly or in part without any liability to pay cancellation charges and procure the goods elsewhere in which case the successful Bidder shall make good the difference between the cost of goods procured elsewhere and price set forth in the order with the successful Bidder.

15. SUPPLY, REJECTIONS 15.1. In the event of rejection of non conforming goods, the successful Bidder shall be allowed

to correct the non-conformities without extension in delivery period. If successful Bidder fails to do so within the stipulated time, the purchaser shall have the right to take recourse to above Para.

15.2. The successful Bidder shall be solely responsible to ensure the following:

a) Sound packing of all items. b) Shipment of items by the due date as specified in the contract. c) Insurance d) Custom clearance and handling of items at port of entry in India. Any demurrages

incurred due to non-clearance of good from customs will be to the account of successful Bidder.

e) Forwarding and transshipment of items up to destination. f) Insurance for inland transshipment. g) Receipt of equipment at site and their safe custody till they are installed, tested and

commissioned and the spares handed over to the authorized representative of PAGREXCO.

h) Installation, testing and commissioning of the installation as per the contract. i) Handing over the installation to authorized representative of PAGREXCO

16. TERMS OF PAYMENT

The terms of payment shall be as per the details given below. The payment shall be released after verification & certification by the authorized representative of PAGREXCO. A. FOR PLANT & MACHINERY FOR PRE COOLING, COLD STORAGE, SORTING

GRADING LINE, POWER SUPPLY, ELECTRICALS & OTHER MACHINERIES

(I) ADVANCE & SUPPLY-

20% of the value (as quoted in the contract) as mobilization advance against an irrevocable bank guarantee of equal amount and after execution of contract agreement,

20

Page 21: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

60% against delivery of material at site on prorate basis.

(II) ON ERECTION & COMMISSIONING

15% of the contracted amount to be released on successful commissioning of the whole facility and uninterrupted operation of the same for a minimum period of 14 days.

(III) WARRANTY

The balance 5% shall be retained by PAGREXCO, Chandigarh for the period of warranty which shall be one year from the date of commissioning and trial runs dully certified by the authorized representative of PAGREXCO. However, PAGREXCO, Chandigarh may consider release of this 5% amount against submission of bank guarantees for a like amount.

B) FOR CIVIL & STRUCTURAL WORK

20% of the civil & Structural work contract value as mobilization advance against an irrevocable bank guarantee of equal amount and balance Payments for civil & Structural works will be made against the running bills with the Minimum bill value of Rs.10 Lacs each adjusting the advance on prorata basis. Amount equivalent to 5% of invoice value will be retained from each invoice as performance guarantee and shall be released after one year from the date commissioning of PACKHOUSES. However, PAGREXCO, Chandigarh may consider release of this 5% amount against submission of bank guarantees for a like amount.

PAYMENTS SUBJECT TO SUBMISSION OF PERFORMANCE BANK GUARRANTY: Release of payments is subject to submission of the performance bank guarantee of 5 % of the total order value as Security by the contractor from any Nationalized or Scheduled bank within 15 days from the award of contract valid till the end of Warranty period.

17. PATENTS, SUCCESSFUL BIDDERS LIABILITY & COMPLIANCE OF REGULATIONS.

17.1. Successful Bidder shall protect and fully indemnify PAGREXCO, Chandigarh from any

claims for infringement of patents, copy right, trade mark or the like. 17.2. Successful Bidder shall also protect and fully indemnify PAGREXCO, Chandigarh from

any claims from successful Bidders workmen/employees, their heirs, dependants, representatives etc. or from any other persons(s) or bodies/companies etc. for any act of commission or omission while executing the order.

17.3. Successful Bidder shall be responsible for compliance with all requirements under the laws and shall protect and indemnity completely PAGREXCO, Chandigarh from any claims/penalties arising out of any infringements and indemnity completely PAGREXCO, Chandigarh from any claims/penalties arising out of any infringements.

21

Page 22: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

18. SUBSTITUTION AND WRONG SUPPLIES

Unauthorized substitution of materials delivered in error of wrong description or quality or supplied in excess quantity or rejected goods shall be returned to the successful Bidder at his cost and risk.

19. FORCE MAJEURE 19.1. PAGREXCO, Chandigarh may grant at its sole discretion, an extension of time limit set

for the completion of the work in case the timely completion of the work is delayed by force majeure conditions i.e. beyond the contractor’s control, subject to what is stated in the following sub-paragraphs and to the procedures detailed there in being followed. Force majeure is defined as an event of effect that cannot reasonably be anticipated, such as acts of God (like earthquakes, floods, storms etc.) and acts of Govt., the direct and indirect consequences of wars (declared or undeclared), hostilities, national emergencies, civil commotion and strikes (only those which exceed a duration of ten continuous days). The successful Bidders right to an extension of the time limit for completion of the work in above mentioned cases is subject to the following procedures :-

19.2. That within 10 (ten) days after the occurrence of a case of force majeure but before the expiry of the stipulated date of completion, the seller informs PAGREXCO, Chandigarh in writing that the successful Bidder considers himself entitled to an extension of the time limit.

19.3. That the successful Bidder produces evidence of the date of occurrence and the duration of the force majeure in an adequate manner by means of documents drawn up by responsible authorities.

19.4. That the successful Bidder proves that the said conditions have actually interfered with the carrying out of the contract.

19.5. That the successful Bidder proves that the delay occurred is not due to their action or lack of action.

19.6. Apart from the extension of the time limit, force majeure does not entitle the successful Bidder to any relaxation or to any compensation of damage or loss suffered.

20. SETTLEMENT OF DISPUTES AND ARBITRATION 20.1. Except where otherwise provided for in the contract, all questions and disputes relating to

the meeting of the specifications, designs, drawings and instructions herein before mentioned and to the quality of workmanship or materials used on the work or as to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or otherwise concerning the works or the execution or failure to execute the same whether arising during the progress of the work or after the cancellation,

22

Page 23: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

termination, completion or abandonment thereof shall be dealt with as mentioned hereinafter :

20.1.1. If the contractor considers any work demanded of him to be outside the requirements of

the contract, or disputes any drawings, record or decision given in writing by the Project Implementation Officer, PAGREXCO on any matter in connection with or arising out of the contract or carrying out of the work, to be unacceptable, he shall promptly within 15 days request the Project Implementation Officer in writing for written instruction or decision. Thereupon, the Project Implementation Officer shall give his written instructions or decision within a period of one month from the receipt of the contractor’s letter.

20.1.2. If the Project Implementation Officer fails to give his instructions or decision in writing

within the aforesaid period or if the contractor is dissatisfied with the instructions or decision of the Project Implementation Officer, the contractor may, within 15 (fifteen) days of the receipt of Project Implementation Officer’s decision, appeal to the Managing Director, PAGREXCO, Chandigarh who shall afford an opportunity to the contractor to be heard, if the latter so desires, and within 30 days of receipt of contractor’s appeal.

20.1.3. Except where the decision has become final, binding and conclusive in terms of sub Para

(i) above disputes of difference shall be referred to the sole arbitrator namely Managing Director, PAGREXCO, and Chandigarh. The provisions of Indian Arbitration Act, 1940 and the rules made there under or statutory modifications thereto for the time being enforced.

20.1.4. The contractor shall not have any lien on the site on the work in process for his dues. In

case of dispute of any nature the contractor should handover the site/work in progress, if so directed to the party irrespective of pending settlement of his dues so as to enable the party to get the work completed from some other contractor of his choice.

21. LAWS GOVERNING THE CONTRACT

21.1. All questions, disputes or differences arising under the out of, or in connection with the contract if concluded shall, if required to be referred to any court of law, be referred to the courts at Chandigarh and the said court only shall have the jurisdiction and decide matters according to the laws of India.

22. COMPLETION CERTIFICATE 22.1. Within 10 (ten) days of completion of the work, the successful Bidder shall send

information in writing to the Managing Director, PAGREXCO. Within 10 (ten) days of receipt of information the Managing Director, PAGREXCO or his representative, & Project Consultant shall inspect the work and if found satisfactory without any defect, issue a completion certificate. Otherwise provisional completion certificate shall be issued mentioning the defects (a) To be rectified by the contractor and/or (b) For which payment will be made at a reduced rate. But no completion or provisional certificate will be issued till the contractor clears the site of all temporary structure, scaffolding etc. which was provided by the contractor for the execution of the work. In case of failure of the

23

Page 24: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

contractor to remove such structures at the cost of the contractor and dispose through public auction. The proceeding of the auction shall be paid to the contractor after reducing the expenditure incurred.

23. Notwithstanding anything contained in this Tender, PAGREXCO reserves the right to

accept or reject any Bid, or to annul the bidding process or reject all Bids, at any time without any liability or any obligation for such rejection or annulment, without assigning any reasons thereof.

24. The successful bidder shall be responsible for training of the working personnel of

PAGREXCO or their representative for the operation and maintenance of the entire plant for at least 14 days or more for Hand Holding till intricacies regarding operation and maintenance are resolved.

24

Page 25: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Appendix A

SPECIFICATION OF COLD STORES AND PRE-COOLER FOR FRUITS AND VEGETABLE PACK HOUSE (PAGREXCO)

Introduction

PAGREXCO intent to set up pre-cooler, cold stores and mechanical sorting grading line for fresh fruits and vegetables in the pack house proposed to be set up at Muskabad, Saholi, Lalgarh, kangmai and Babri.  In order to retain freshness and to enhance shelf life, high humidity cold storage is considered necessary.  The proposed infrastructure is to be set up to achieve these objectives.  

TECHNICAL SPECIFICATIONS

The Technical specifications for providing the Post Harvest Cold Storage facility for fruits and vegetables are classified as below:

1. Civil works 2. Internal load bearing structure3. Cold Storage facility4. Electrical works with DG Set5. Reefer Truck, Pick Up Van6. Mechanical Sorting Grading Line7. Misc. viz. Shrink Wrap Machine, Air Coolers, Hydraulic Hand Pallet Truck, Weighing

Machine, Crates, Furniture & Fixtures etc.

The overall construction / installation shall be in accordance with the general and architectural layout submitted by the bidder.

1. CIVIL

1.1 The construction / erection of the facility are on turnkey basis. 1.2 BOQ has been prepared and enclosed for the financial offer as Appendix C. However,

the bidder is advised to further design and calculate the exact quantity in addition to any other item not considered in the BOQ but required for the satisfactory execution of the job.

1.3 The scope of work consists of basic civil work; bore well, water supply arrangement including water tanks and pipelines as may be required.

1.4 Packhouse facilities shall include office, changing rooms, store room, a veranda and loading/unloading dock

1.5 Excavation in all sorts of soil except soft or hard rock for the foundation or any other works including de-watering, dressing etc. as shown in the Bill of quantities.

1.6 Filling with approved quality earth available within the plot from excavation having plasticity index less than 12 (twelve) and dry density not less than 1.5 gm/cc well graded with maximum particle size not more than 0.75mm.

25

Page 26: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

1.7 Filling the foundation and basement with sand brought from sources outside.1.8 Providing and placing plain cement concrete including vibration, finishing, curing and

roughening to surfaces wherever required. Concrete shall conform to IS 456 Grade M 7.5/20 with minimum cement content of 220 kg/cu.m.

1.9 Providing termite proofing treatment as per IS 6313 Part II. 1.10 Providing and placing site mix concrete conforming to Grade M20/20 as indicated in the

Bill of quantities.1.11 Providing and constructing first class burnt brick masonry of a minimum thickness of 230

mm as per the specification.1.12 Providing smooth cement plaster in single coat in cement sand mortar 1:41.13 Supplying and fabricating mild steel ribbed steel reinforcement grilles for all RCC works 1.14 Flooring with VDF concrete using M20 grade1.15 The civil construction should be in line with the Tender Specification, Bill of Quantities

and Statutory Building Codes and Standards

2. GENERAL DESIGN

The bidder shall offer the turnkey project based on the Technical Specification, general and architectural layout of the facilities and Bill of Quantities. However, all statutory stipulations as applicable shall be strictly adhered to during execution.

3. REFRIGERATION SYSTEMS

3.1 BASIS OF DESIGN

Sl. Description Parameters1. Super structure size in mtr (External) 18 m (L) x 15 m (W) x 4.5 m (H)2. Cold room Size in Mtr. External 10 m(L) x 5 m(W) x 3.5 m (H)3. Pre-Cooling Room size in mtr. (Internal) 5 m(L) x 3 m(W) x 3.5 m (H)4. No. of Sub floors NA5. Room temperature in Deg C 2 to 12 deg C6. Room RH in % >90%7. Product details Fruits & Vegetables8. Total products storage capacity in MT 20 MT9. Products incoming rate in MT/batch 3 MT10. Product incoming temperature in deg C 4 deg C11. Pull down period in hours 24 HRS12. Light load in watts 1 Watt/Sqft13. Amb. Temp. in Deg. C 43 deg C14. Infiltration Air temperature in Deg C 30 deg C15 Wall insulation 100 mm16. Ceiling insulation 100 mm17 Floor insulation 80 mm18. Floor finish PCC19 Door size in Mtr 1.8 m x 2.4 m20 Door thickness in mm 100 mm

26

Page 27: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

21 Door type Sliding22 No. of doors / room One23. Pre Cooler (Capacity) 3 MT (4 to 6 Hrs)

3.2. SPECIFICATIONS

Sl.No.

Equipments

1. < 19 TR Scroll Brine Chilling units with micro computer panel controller 2. 27 TR capacity Cooling Tower ( Qty. as required)3. Primary Brine Circulation Pumps ( Qty. as required with equal stand by)4. Secondary Brine Circulation Pumps ( Qty. as required with equal stand by) 5. Cooling Water Circulation Pumps ( Qty. as required with equal stand by)6. Electrical Control Panel with Distribution Boards, Power & Control Cabling and

Earthing ( Qty. as required)7. Brine Air Cooling Units of Capacity for Cold Rooms 48000 BTU/H (2 Nos)8. Hot Well / Cold Well Tank with insulation9. Make up Brine Tank with complete fittings connected with M.S ‘C’ Class pipe

lines to the HW/ CWT10. Mono Ethylene Glycol (As required)11. M.S. “C” Class pipes of various required sizes, with 50mm thick PUF insulation &

Aluminum Cladding12. 3 Way Motorized Mixing Valves (as required)13. Balancing Valves (as required)14. Butterfly Valves (as required)15. Y Strainers (as required)16. NRVs (as required)17. Water Flow Switch (as required)18. Glycerin filled pressure gauges with Siphon Arrangement (as required)19. Glycerin filled Temp. gauges (as required)20. Light fittings with DBs and switches (as required)21. Safety arrangements with indications and alarm (if someone trapped inside)

3.3. INSULATED PANELS

SCOPE:

The cold room and other controlled temperature areas shall be made of prefabricated, pre-engineered sandwich polyurethane foam (PUF) insulation panel sandwiched between minimum 0.4mm thick pre-coated GI sheet steel with continuous serrations on both the side for walls and ceiling in the required thickness generally as per the specification provided below. The scope include accessories like, anodized aluminum extruded angles, flashing ceiling support hardware, if required, silicon sealants, in-situ foaming at the required place so as to have appearance like modern cold rooms complex.

27

Page 28: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

The ceiling and wall panels shall be self supported type. The complete cold room, as a self supported module, shall be able to with stand wind velocity of minimum 125 km/hr. The cold room shall be designed with suitable impact protection arrangement considering the usage of pallet trucks/fork lift for material handling. The design of wall panels shall be suitable for mounting the sliding up or side slide type motorized insulated doors, air curtains and lighting fixtures.

Although it is proposed to support the service pipes, forced draft air coolers and cable trays for power cabling from the structural members, partial support may at times be necessary for these items from the walls/ ceiling and hence these may be designed accordingly.

The wall panels shall not buckle under the operating weight of the same. Similarly, the ceiling panels should not sag under self-weight as well as the weight of light fitting, etc. which are to be suspended from the ceiling panels.

INSULATED PANELS

Hygiene and Aesthetics of insulation is to be considered. The properties of the PU panel should confirm to the best International / Indian Standards.

Density: 40 + 2 Kg / cu.mtrClosed cell content: 90 to 95%Temperature range: -30 to +80oC

The material should be fire resistant and should have excellent self extinguishing Characteristics.

Both sides of panel elements are made up of minimum 0.4mm thick hot deep galvanized and pre-coated steel sheets. The color coating should be of approved color at least 25 micron polyester on minimum 90 gyms / m2 of Zinc coating. The steel sheets should have formed grooves to provide extra strength as well as to enhance the appearance of cladding.

The panel should be manufactured by pressure injection of CFC free Polyurethane foam at 40 + 2 Kg/m3 density, in between the outer and inner steel sheet surfaces. The wall panels either are complete with tongue and groove joint together or Cam Lock joint with flashing. The Cam Locks should be of G.I/PVC material. The Cam Lock should provide a tight joint and should be easy to operate.

The bidder should provide the manufacturing certificate conforming to CFC free method of Panel manufacturing and paint & zinc coating thickness.

PUF Panel Installation

The panels should be installed with skilled work men. Care should be exercised to seal the joints adequately using the best sealant.

28

Page 29: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Following points are the guide lines for a successful work.

1. The Contractor to submit 3 copies of the panel design and method of installation for approval. Only the final approved drawings with the seal and sign of the consultant should be referred for the installation plan.

2. The Contractor should mark the outline on the ground, measure the diagonals, mark the portion of doors etc. and these markings are to be approved by the Consultant before installation.

3. U-Profiles should be fixed to the ground and leveled for installing wall and partition panels. Install the panels in the groove of the channel and assemble together. The gaps between channel and ground channel and PU Panel should be plugged with suitable compounds. The joints between the panels should be sealed using Silicon compound. The Silicon compound should be injected into the gap and finished neatly. The wall panels have to be fixed to structure as mentioned in point above. The vertical panels should be assembled in perfect plumb level.

4. Use proper clamping device of adequate strength. Use minimum 12mm dia galvanized and threaded steel down rods. Use a turn buckle between two rods for aligning the panels. Use galvanized steel washers and nuts for fixing the panels to the down rods. The suspended rods must be insulated up to minimum of 1M height from the panel surface by using 15mm thick Nitrile Rubber insulation or similar material. The ends of the insulation material should be sealed using Silicon sealant. The projection of suspended rods and nuts should be covered neatly using plastic caps of matching color.

6. At the panel joints in ceiling panels, HAT channels should be used to support the panel lengths. The HAT channels should be formed from pre-painted GI sheet metal. The panel should be fixed to the HAT channel by Aluminum pop rivets of at least 4mm dia. The hat channels should be suspended from roof using at least 12mm dia threaded and galvanized steel down rods. A turn buckle should be incorporated in the suspension system.

Care should be taken to avoid scratches to the panels. The holes for the joints should be plugged using plastic caps. The holes made in the panels for passing electric cables, instrumentation cables, refrigeration piping etc. should be sealed using foamed PU. Circular flashing should cover the larger holes from inside and outside. Contractor should also protect the panels from accumulation of dirt and dust during the installation.

Floor Insulation

The floor insulation work should carry out as bellow:

1. Clean the floor surface to remove dust, oil, grease etc.

2. Apply a layer of bituminous primer.

3. Apply molten bitumen of suitable grade @ 1.5 Kg / M2 on the entire floor.

29

Page 30: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

4. Apply one layer of 1.2 mm thick Bituminous tar felt/ 200 micron PVC sheet as vapor barrier.

The tar felt should be applied with molten Bitumen while sticking. The joints of the tar felt should overlap by 40mm. The joints should be sealed with molten Bitumen. The tarfelt should overlap the insulation by at least 40mm on all sides.

5. Apply Bitumen over target @ 1 Kg / M2.

6. Fix PUF slabs of 80 mm thick in one layer. The joints should be sealed perfectly.

7. Apply the layer of tar felt/ Poly felt over the Polystyrene (50 mm) slabs. The tar felt should be applied with a layer of Molten Bitumen while sticking to PUF. The joints of tar felt should overlap by at least 40 mm. The overlap of the tar felt/ Poly felt should be min. 200 mm.

8. Cement screed of 25mm to be done on top of floor insulation after which PCC of 75mm to be done on top of Cement screed.

DOORS

Cold Rooms, Precooler One No. for Each RoomSize of Door 1.8Mtr x 2.4MtrType of Door SlidingMaterial of Construction Pre painted Method of operation ManualGaskets Neoprene Handle & Hardware SS 304

(Supplier / Contractor shall carry out detailed design and obtain Client’s approval prior to manufacturing the items)

Any additional reinforcement if any required in the wall / ceiling panels of the rooms shall be provided by the Contractor without any extra cost.

Doors shall be of self-supporting sections of CFC-Free PUF sandwich Panels. Jointing of sections shall be carried out in such a way that it shall be free of thermal bridge and shall be fitted with special seals. After installation, the doors shall form an airtight unit with the wall panels of the Cold Room.

Doors shall be equipped with all necessary safety devices.

The Contractor shall arrange to unpack, assemble, move to the place of installation, install and commission the cold room manual sliding doors in proper alignment along with the accessories.

30

Page 31: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Any gaps left out between the doors and the wall after installation shall be made good by the Contractor by completely sealing the gaps by in-situ injection of polyurethane foam and silicon sealants to protect the integrity of the insulation and vapor barrier.

Hygiene and Aesthetics of insulation is to be considered.

BRINE CHILLING UNITS

The Refrigeration Plant is used to generate Brine (MEG) temperature at -2 deg.C. This brine is circulated using brine circulation pumps. This brine is circulated through the tube side of Air Cooling Units (ACU). Air in the room is blown over the coils using fans to produce cold air. Cold air is circulated in the rooms, thus maintaining the required room temperature.

The Refrigeration Plant mainly consists of 1 No. of minimum 19 TR Brine Chilling Units, Air Cooling Units, 1 No. Induced draft Cooling Tower, 2 Nos. (1W + 1S) Condenser water circulation pumps, I No. Insulated Hot Well / Cold Well Tank, 2 Nos. (1W +1S) Primary Brine circulation pumps, 1 Nos. (1W + 1S) Secondary Brine circulation pumps, interconnecting with Pipes, fittings, valves, Control Panel, necessary instruments and controls for safe and orderly working of the Plant.

The water Cooled Brine Chillers – 1 no., each shall comprise of 2 Nos. of Hermetic Scroll Compressors of 9.5 each, Shell & Tube Condensers, Shell & Tube Chillers, interconnected with piping, fittings & Accessories, with Micro-Processor based Control Panel, with complete safety Protections like Over load protection, Single phasing / Phasing reversal ( SPPR ) protection, etc., completely fitted in a base frame.

The Scroll Compressors shall have brazed connections. Service valves shall be provided for evacuation and pressure readings. The Chillers must be fully charged and run tested in the factory.

As a precaution against refrigerant migration, Crankcase heaters shall be provided for each Compressor. This must be wired up before Mains Switch.

1. The Hermetic Scroll Compressors shall be suitable with CFC/ HCFC free Refrigerant.

2. The Brine Chillers shall be fitted with multiple circuit coolers in a common Shell & tube Heat Exchanger

3. Each Compressor shall have independent Shell & tube Condensers

4. The Control Panel shall be fully factory wired and all the cables shall be properly routed in conduits through cable tray

5. The Scroll Compressors shall have brazed connections. Service valves shall be Provided for evacuation and pressure readings. The Compressors shall be fitted with Crankcase heaters to

31

Page 32: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

prevent refrigerant migration, during idle conditions. This must be wired up before MAINS Switch.

6. Both the Units shall have identical design and construction so as to minimize the Cost on Inventory.

7. The Brine Chilling Units shall be equipped with all electrical cables and switch gears for direct operation. The safeties for HP, LP should be incorporated into the control. Other Safeties like Anti-freeze Thermostat, Flow switches should also be incorporated.

8. The Brine Chilling Units shall be designed for easy installation, operation and maintenance. The design of the Units shall be able to perform steadily at varyingAmbient Conditions of location of Rajasthan state indicated in NIT and shall incorporate high pressure controls to eliminate leaks, particularly in the Condensing Coil and the system piping.

9. The Brine Chilling Units shall be suitable for operation on 415V, 3 Phase, 4 Wire, 50 Hz AC supply.

10. The Brine Chilling Units shall be provided with Micro-processor based Control Panel. The Control Panel shall have the following salient features.

a) Digital Control and Setting of Temperature values in 0.1 deg. C

b) Display of actual compressors current in Amps with under load and Overload protection

c) Auto loading / Unloading of Compressors with run time Equalization

d) Non Volatile Memory backup for all set value parameter

e) Automatic starting of unit in case of power failure

f) Built-in time delays for Compressor

g) Current sensing Single phase / phase reversal protection

h) 3 Level Data Entry Password protection (User, Supervisor & Factory)

i) In-built Anti-freeze safety

COOLING UNITS

1. The cooling coils of the Air Cooling Units shall be suitable with Mono Ethylene Glycol. The Air Cooling Units shall be used to maintain the desired room Temperature in the Cold Rooms.

32

Page 33: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

2. The Brine IN temperature to the Air Cooling Units shall be at -2 deg.C and Brine OUT temperature from the Air Cooling Units shall be at +2 deg.C. Bidder shall ensure that, desired temperature is attained in the respective rooms

3. The brine flow through the Air Cooling Units shall be automatically based on room temperature with the help of room temperature controller and Three-way motorized Mixing Valve of appropriate range and type.

4. The Air Cooling Units shall be designed and supplied by the specialist Manufacturer as fully assembled units. Performance shall be warranted by the manufacturer as well as the refrigeration contractor. The detailed design and material of construction of the unit shall be the responsibility of the refrigeration Contractor.

5. The ACU coil shall be made out of copper tubes with aluminum fins. (The Bidder should specify the FPI details)

6. The ACU fans shall be of suitable type and design and shall deliver sufficient quantity of Cold air at required velocity to ensure adequate air circulation within the Cold room. The fan motors should be rated for operation at low temperature. The ACU shall have standardized terminal board for easier field wiring and access panel for easy servicing. The fan blades should be non-corrosive, preferably of Aluminum or S.S.

7. The ACU shall be enclosed in pre-painted galvanized corrosion resistant casing and drip pan and compact in construction suitable for suspending from the ceiling inside the cold room. The condensate would be required to be taken out through a drain pipe leading to the nearest drain line. The drain pans should be suitably insulated to eliminate drippage and condensation.

8. The ACUs shall be designed for OFF-Cycle Defrost Arrangement.

9. The units shall not create any vibration to panel insulation when in operation. The detailed arrangement and supply of this is the responsibility of the Contractor, subject to approval.

10. The drain line (preferably hard PVC pipe) provided for the Air Cooling Unit is to drain the condensate to outside through “U” trap located outside the Cold Room.

11. Each precooling and cold storage unit shall be capable to attain different temperature and RH level, within the specified limits, suiting to different produce. Each unit shall be provided with electronic temperature and RH indicators (LCD/LED type)

Safety: Please note that all the Cold rooms should be provided with alarms and light signals for use in the event of any person trapped inside.

Sl.

Equipments Quantity UOM

33

Page 34: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

1. > 18 TR Scroll Brine Chilling Units with micro processor Controller Panel

1 Nos.

2. 27 TR Capacity Cooling Tower 1 No3. Primary Brine Circulation Pumps 2 (1W +1S) Nos.4. Secondary Brine Circulation Pumps 4 Nos.5. Cooling Water Circulation Pumps 2 ( 1W +1S) Nos.6. Electrical Control Panel with Distribution

Boards, Power & Control Cabling and Earthing1 No.

7. Brine Air Cooling Units of Capacity 48000 BTU/H for Cold room

2 Nos.

8. Brine Air Coil Units of Capacity 1,20,000 BTU/H for Pre-cooler

1 No.

9. Hot Well / Cold Well Tank with Insulation 1 Set10. Make-up Brine Tank with complete fittings

connected with M.S ‘C’ Class Pipe lines to the HW / CWT

1 Set

11. Mono Ethylene Glycol ( As required ) 1 Lot12. M.S. "C" Class Pipes of various required sizes, with

50mm thk PUF Insulation & Aluminum Cladding 1 Lot

13. 3-Way Motorized Mixing Valves (As required) 1 Lot

14 Balancing Valves ( As required ) 1 Lot15 Butterfly Valves ( As required ) 1 Lot16 Y-Strainers (as required) 1 Lot17 NRVs (as required) 1 Lot18 Water flow switch (as required) 1 Lot19 Glycerin filled Pressure Gauges with Siphon

Arrangement ( As required )1 Lot

20 Glycerin filled Temp. Gauges ( As required ) 1 Lot

21 Light Fittings with DBs and Switches ( Asrequired )

1 Lot

22 Safety Arrangements with Indications and Alarm ( If somebody trapped inside )

1 Lot

23 Stand Alone Desert Air Coolers for Grading Hall (6 ft Height) in GI Body complete with Axial Fan, Motor & Pump)

6 Nos

24 Humidifier and related Accessories 1 Lot

5.15.2 INSULATION SYSTEM

Sl. Equipments Quantity UOM

34

Page 35: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

1. 100 mm thk PUF Insulated Wall & Ceiling Panels for Cold room, Pre-cooling room

216 Sq. mtr

2. 80 mm thk PUF Slab with Tarfelt and Bitumenfor Floor Insulation

65 Sq. mtr

3. Manual sliding door of size 1800mm (W) x 2400 mm (H) x 100 mm thk PUF

2 Nos.

5.16 Approved makes for Pack House

Sl. Equipment Approved makeA Refrigeration Section1. Brine Chiller Package Carrier / Blue Star / Voltas2. Brine Air Cooling Unit Carrier / Voltas / Blue Star /

Aerotherm Products / Coil Company /Star Coolers

3. Brine Air Handling Unit (ForProcess Hall )

Voltas / Carrier / Blue Star /Equivalent

4. Brine Pipe lines M.S "C" Class Jindal / Tata / Sail5. Temp. & Humidity Controllers Carel / Dixel / AS Controls6. HP/LP Danfoss / Equivalent7. OSS Danfoss / Equivalent8. Primary Brine Pumps Grundfoss / Kirloskar / Beacon9. Secondary Brine Pumps Grundfoss / Kirloskar / Beacon10. Cooling Tower Paharpur / Mihir / Advance11. Water Circulation Pumps Grundfoss/ Kirloskar / Beacon12. 3-way Motorized Mixing Valves Honeywell / Audco / Siemens /

Johnson Controls13. Balancing Valve Advance / Equivalent14. TEX Valve Sporlan / DanfossB Insulation Panel Carrier / Lloyds / Voltas / Blue Star /

Rinac/ MetecnoC Sliding Doors Lloyds / Carrier / Metaflex / MIV / Blue

Star / RinacD Ripening System ( Central Gas

Emission System )FCE / Catalytic Generators

E Humidifiers Carel / Dixel / Nordmann

6. ELECTRICAL

The electrical works scope includes all items and works necessary for the functioning of the plant. The power switchboard cum Motor Control Centre as required for all the equipment under the scope of work should be supplied by the contractor. Installation of this switch board and all other electrical works including supply of power/control cables, remote push button panels, isolators, junction boxes, all basic materials, accessories, consumables, control/ interlocking

35

Page 36: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

wiring connected with the system shall be carried out by the contractor as per latest Electricity Rules & Standards applicable at working site. Bidder shall provide the power requirement for each packhouse as per the format given below:

S.N. Chamber Qty.Nos.

Ref. in TR /room

Total TR

Power/room   KW

Power Total KW

1 Cold Store 1     i)Evaporator..

ii) Condenser

iii)compressor

iv)humidifier

v) others

TOTAL/ROOM.

 

2 Pre-cooler chamber

1     i) Evaporator

ii) Condensor

iii)compressor

iv)humidifier

v) others

TOTAL/ROOM.

  

3 Mechanical Sorting Grading Line

1

6.1 CONDUITS AND OTHER ELECTRICAL WORKS

Scope of work involves provision of conduits, switch boxes, junction boxes, outlet boxes and all similar connected work for Internal Electrification, involving concealed/surface conduits. In the concealed system, the conduits & accessories are to be provided in slabs during casting and in the walls by cutting chases. The conduit laying system shall conform to the following specifications.

The conduits to be provided shall bear ISI mark. The wall thickness shall not be less than 1.6 mm for conduits upto 32mm diameter and not less than 2.00 mm for conduits above 32mm.

36

Page 37: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

The conduits shall be laid as per Chapter 4 “Metal Conduit using system” of C.P.W.D. General Specifications Part I (1994)(Internal) as amended upto date.

All the conduits accessories shall be of threaded type. All threaded joints of the conduit shall be treated with suitable anti-corrosive compound.

Any extra opening in the junction boxes and outlets shall be plugged with suitable bushes.

All the outlet and junction boxes shall be filled with dry sand before recessing these in slabs. It is also recommended to provide a color indication wherever junction boxes are provided in order to locate their position after the shuttering is recovered. Similarly fan boxes wherever provided shall be filled with dry sand.

Hook to be provided in the fan boxes shall be made of plain Mild steel bar, in no case hook should be made of for steel.

The conduit pipe should be laid in position and shall be adequately tied with the steel reinforcement bars by steel binding wires before concreting is done, to prevent displacement during casting.

There shall be no clogging of conduits laid in the system. To facilitate subsequent drawing of wire in the conduits, GI fish wire of 16/18 SWG shall be provided in the conduit while recessing. Wherever not possible, the fish wire shall be provided immediately after opening of shuttering, nothing extra shall bePaid for providing G.I. fish wire.

Fixing of standard bends and elbows shall be avoided as far as practicable and all conduits shall be suitably bent in a long radius curve to permit easy drawing of wires.

An earthed terminal with stud and two metal washers shall be provided in each metal box for termination of earth conductor.

Protective conductor (loop earthing) of specified size shall be laid along the runs of conduit between the distribution boards/switch boards.

For providing down drops, suitable chases to be cut in the wall by chase cutting tools. In no case haphazard cutting of wall by chisel shall be allowed. The conduits in the chase case shall be fixed by means of suitable staples, J-Hooks or any other approved means of fixing and these should not be more than 60 cm apart. After fixing the conduits, the chases shall be suitably filled with cement mortar 1:3 (1 cement: 3 coarse sand.)

All the junction boxes required in the run of conduit and outlet boxes for providing the fixture shall be provided as per the drawing and requirement of the Engineer –in- charge. This shall be measured along the run of the conduit and nothing extra shall be paid.

37

Page 38: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

After the shuttering is removed the covers of junction’s boxes/outlets shall be opened & properly cleaned and provided with layer of anticorrosive paint. The civil work around the boxes shall be finished properly. Similarly the contractor shall be responsible to open the covers of fan boxes and paint with anti-corrosive Paint. The hooks in fan boxes if found to be titled shall be straightened.

All the electrical materials to be used on the work shall be first got approved from the concerned authorities.

The materials of first/standard quality from the following approved makes are to be used. In case it is established that the brands specified below are not available in the market, contractor shall submit alternative proposal for the approval of client.

6.2 TRANSFORMER, HT/LT CABLING, EARTHING AND SIMILAR ELECTRICAL WORK

The scope of work comprises of design, supply, installation, testing and commissioning of circuit breaker, transformer. HT/LT cabling and earthing etc., installation of new DG sets including providing & installation etc. of AMF panel & acoustic enclosure as given in the schedule of quantities, liasoning for approval of the installation from statutory authorities as required under the rules on Turnkey basis. However, the tenderer is instructed to further design and calculate the exact BOQ quantity before quoting the rate as the variation in quantity with respect to BOQ quantity will not be paid. Further the Contractor without any extra cost will also provide any item that is otherwise required but not covered in the BOQ.

The work shall comprise of entire labor including supervision and all materials necessary to make a complete installation of such tests and adjustments and commissioning as may be required to give a satisfactory working installation to the entire satisfaction of the department. The term complete installation shall mean, not only, major item of the plant and the equipment covered by these specifications, but also, incidental sundry components necessary for complete execution and satisfactory performance of installation with all labor charges whether or not, these have been mentioned in detail in the tender document.

6.3 COMPLETENESS OF TENDER

All fittings, unit assemblies, accessories, hardware foundation bolts, terminals block for connections, cable glands and miscellaneous materials and accessories of items of work which are useful and necessary for efficient assembly and working of the equipment shall be deemed to have been included within the scope of the work in the tender and within the overall details for complete item, whether they have been specifically mentioned or not.

6.4 Indian Electricity Act and Rules:All electrical works in connection with installation of electric sub-station shall be carried out in accordance with the provisions of Indian Electricity Act, 1910 and the Indian Electricity Rules 1956 amended upto date.

6.5 DATA, MANUALS AND DRAWINGS TO BE FURNISHED BY CONTRACTOR:

38

Page 39: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

a) After Award of Work the contractor shall submit the following drawing for approval by the department, before execution of the work:-

i) General arrangement or location drawing of the equipment complete with dimensions and clearances.ii) Details of foundation for equipments and weight of assembled equipment.iii) General arrangement drawing of H.V. Panel, Transformers, M.V. panels, earthing, and cable routes etc.iv) Control and protection schematics and wiring diagrams.v) Bar chart indicating general programmes for supply installation, testing and commissioning and handling over.vi) Any other drawing or data that may be necessary for the job.

b) Before Commencement of Installation

The contractor shall also furnish 3 copies of detailed installation, operation and maintenance manuals of manufacturers for all items of equipment together with all relevant date sheet, spare parts catalogue, repairs assembly and adjustment procedure etc. in triplicate.

6.6 QUALITY OF MATERIALS AND WORKMANSHIP

i) All parts of equipment shall be of such design, size and material so as to function satisfactorily under all rated conditions of loading and operation. All components of the equipment shall have adequate factors of safety. Materials/ components which are not conforming to standards laid down by Indian Standards Institution shall be getting approved from the department before use on the work.

ii) The entire work of fabrication, assembly and installation shall conform to sound engineering practice and on the basis of "fail safe" design. The mechanical parts subject to wear and tear shall be of easily replaceable type.

iii) The construction shall be such as to facilitate ease of operation, inspection, maintenance and repairs. All apparatus shall also be designed to ensure satisfactory operations under working conditions as specified. Cast iron shall not normally be used for chambers of oil filled apparatus or for any part of the equipment which is in tension or subject to impact stresses.

iv) All connections and contacts shall be designed to minimize the risk or accidental short-circuit caused by animals, birds, vermin.

v) Surfaces which are in contact with oil shall not be gal vanished or cadmium plated.

6.7 TEST CERTIFICATE

39

Page 40: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Copies of all documents of routine and type test certificates of the equipment carried out at the manufacturers premises shall be furnished to the PAGREXCO along with the supply of the equipment.

6.8 PAINTING & PROTECTION

All equipment supplied, wherever feasible, shall be given final coat of paint over the primer after necessary treatment at the works before dispatch. All damages to painting during transport and installation shall be set right or repainted to the satisfaction of the department before handing over. All structural frame work of support of various items of equipment shall be given the final coat of paint of approved shade at site after erection is complete. Additional protection measures against corrosion shall be provided when installed in special environment. Color scheme for the equipment shall be as per relevant Indian Standards.

6.9 COMPLETION DRAWINGS

Three sets of completion drawings comprising the following drawings shall be submitted by the contractor while handing over the installation. Equipment installation drawings giving complete details of the entire equipment.

Electrical drawings for the entire electrical equipment showing cable sizes, equipment capacities, switchgears ratings control components, control wiring etc., Schematic diagram of the entire substation installation.

6.10 FINAL INSPECTION AND TESTING

When the installation is deemed by the contractor to be complete, he shall arrange with the Department/ Inspector for inspection and testing of the installation. Test results obtained shall be recorded and installation shall not be accepted until the department/ inspecting officer is satisfied about its compliance with the requirement of these specifications. The scope of inspection and testing shall include necessary statutory inspection by the Electrical inspector to Govt. as well as inspection and calibration requirements of licensee or licensee's Engineers.

6.11 STATUTORY APPROVALS

The contractor shall submit the required applications; drawings etc. to the Electrical Inspector to Govt. and/ or any other statutory authorities and obtain their approval/ sanctions etc. The final completion certificate shall be obtained by the contractor from all the statutory authorities to enable the client to commission the equipment for its utilization. The contractor shall also depart the required fees etc. to the authorities for getting approvals etc. Fees paid by the contractor shall be reimbursed by the dept. on production of receipts, but all other charges and liaisoning work expenses shall be borne by the contractor.

Some of the important components specifications, requirements and other details are given below:

40

Page 41: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

6.12 CIRCUIT BREAKERS - 11,000 VOLTS

6.12.1 TECHNICAL SPECIFICATIONS: The technical specifications cover the 11,000 volt Circuit Breakers to be supplied, delivered, erected and commissioned for a 11 KV system suitable for the following supply system:Rated Voltage 11,000 Volt 3 Phase earthed systemRated Frequency 50 cycles per secondFault Level 350 MVA at 11,000 Volts or as specified.The technical specifications of the equipment covered by the scope of the contract are detailed in the following paras and shall be suitable for continuous operation at the site conditions stipulated in these specifications.

6.12.2 STANDARDS AND CODESThe following Indian Standards Specifications and Codes of Practice will apply to the equipment and the work covered by the Scope of this Contract. In addition the relevant clauses of the Indian Electricity Act 1910 and Indian Electricity Rules 1956 as amended upto date shall also apply. Wherever appropriate Indian Standards are not available, relevant British and/ or. IEC Standards shall be applicable. BIS certified equipment shall be used as a part of the Contract in line with Government Regulations. Necessary Test Certificates in support of the Certification shall be submitted prior to supply of the equipment. It is to be noted that updated and current Standards shall be applicable irrespective of those listed below.

11000 Volt Circuit Breaker IS 2516 Part IIS 2516 Part II

19721965

Metal Enclosed Switchgear aControl gear for Voltages ab1000 volts

IS 3427 1969

Electrical Relays for PoSystem Protection

IS 3427 1969

Electrical Relays for Po System Protection

IS 3231 1965

Voltage Transformers IS 3156 Parts I to IVCurrent Transformers IS 2705 1964Insulation oils for Transformer and Switchgears

IS 335 1972

PVC Sleeving for Electrical purposes IS 1951 1961

6.12.3 TECHNICAL PARAMETERS

The 11000 volt circuit breakers shall be triple pole bulk oil or minimum oil type as specified suitable for indoor mounting and shall comply with the requirements of the relevant Indian Standards. The Circuit Breakers shall be suitable for operation at 11000 volts 3 phase 50 Hz

41

Page 42: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

supply system and shall have a certified symmetrical breaking capacity of 350 MVA t 11000 Volts or as specified.

6.12.4 CIRCUIT BREAKER CONSTRUCTIONAL FEATURES

The 11000 Volt circuit breaker shall be flush front, metal clad, truck mounted oil immersed, draw out type and fully interlocked. The truck that carries the Circuit Breaker shall be of rigid fabricated construction. Each Circuit Breaker shall be housed in a separate compartment enclosed on all sides. Each withdraw able truck shall have its own Circuit Breaker with a rising and lowering mechanism.

All electrical connections on the truck shall be brought to secondary plugs which engage similar sockets in the housing.

The Circuit Breakers shall be of the vertical isolation double break type housed in a cylindrical tank. Interphase barriers and tank lining of insulating material shall be provided.

The draw out mechanism shall be so designed and constructed as to permit smooth withdrawal and insertion. The movement shall be free of jerks, easy to operate and positive.

All current carrying parts in the Circuit Breaker shall be silver plated and suitable arcing contacts shall be provided to protect the main contacts.

Isolating contacts of the spring loaded self aligning pattern shall be provided for the Circuit Breaker. Suitable arc control devices shall be mounted around the fixed contacts.

Terminal insulators of synthetic resin bonded paper shall be provided suitable for the specified short circuit level.

Sheet steel barriers shall be provided between Instrument Panel and Potential Transformer Instrument Panel and Current Transformers

Bus bar chamber and Circuit Breaker compartments

6.12.5 CIRCUIT BREAKER OPERATING MECHANISM

The Circuit Breaker shall be trip free and equipped with a hand charged spring operated or motor power operated closing mechanism. The operating mechanism shall be such that the Circuit Breaker is at all times free to open immediately the trip coil is energized.

Mechanical ON/ OFF position indication shall be provided on the front of the circuit breaker.

The operating mechanism shall be mounted on the front panel of the truck.

The operating handle and the mechanical trip push button shall be at the front of and integral with the Circuit Breaker.

42

Page 43: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

The operating mechanism shall provide four distinct and separate positions of the Circuit Breaker on the candle Service Test Isolated Maintenance

6.12.6 CIRCUIT BREAKER INTERLOCKING

Each Circuit Breaker shall be provided with the following mechanical safety interlocks to ensure protection to the equipment and the operator.

The Circuit Breaker cannot be raised and plugged into the bulbar and feeder spouts unless the tank is bolted to the top plate.

The Circuit Breaker cannot be raised or lowered unless the main contacts are open.

The Circuit Breaker cannot be withdrawn from or pushed into the housing unless it is in the fully lowered position and the main contacts are open.

The Circuit Breaker cannot be put into service without making the secondary connections between the truck and housing.

The cover of the draw out voltage transformer cannot be opened unless the transformer is isolated.

6.12.7 CIRCUIT BREAKER AUXILIARY CONTACTS

The Circuit Breaker shall have a minimum of 4 N.O. and 4 N.C. auxiliary contacts rated at 5 amps. These contacts shall close before the main contacts when the Circuit Breaker is plugged in and vice versa when the Circuit Breaker is lowered.

6.12.8 PROTECTIVE RELAYS

The Circuit Breaker shall have over current, earth fault protection and auxiliary relay devices as specified in the Schedule of Quantities. These relays shall be mounted flush on a separate compartment with access from the rear for wiring and maintenance.

6.12.9 POTENTIAL AND INSTRUMENT TRANSFORMERS

A draw out type oil filled voltage transformer shall be mounted in the panel and connected to the bus bars. The tank shall be arranged for horizontal isolation. The primary fuses and current limiting resistors may be mounted inside the tank but cartridge type secondary fuses shall be mounted on the exterior of the tank.

The Circuit Breaker shall have the required current transformers as specified in the Schedule of Quantities for metering and protection mounted outside the Circuit Breaker Compartment but within the free standing cubicle. The transformers shall comply to the relevant Indian Standards.

43

Page 44: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

All current transformers for metering shall be Accuracy Class I and of capacity and ratio as required. Separate sets of current transformers shall be provided for metering and protection.

6.12.10 INSTRUMENTATION

Instruments and indicating lamps as required in the Schedule of Quantities shall not be mounted on the Circuit Breaker compartment door. A separate adequate compartment shall be provided. The instruments and relays shall be accessible for testing and maintenance without danger of accidental contact with live parts in the Switch gear Panel.

Square pattern flush mounting meters and selector switches of the three way and OFF pattern complying with the requirements of the relevant Indian Standards shall be used.

The current transformers for metering and protection shall be mounted on the solid copper bus bars with proper supports.

Neon Type indicating lamps shall be provided for phase and other operational indications.

6.12.11 SWITCHGEAR PANEL INTERNAL WIRING

All wiring for relays and metering shall be with PVC insulated copper conductor wires. The wiring shall be coded and labeled with approved ferrules for identification. The minimum size of copper conductor control wires shall be 1.5 sq.mm.All control circuits shall be provided with protective H.R.C. fuses and Instrument test plugs for testing the meters.

6.12.12 EARTHING

The frame of the Circuit Breaker shall be properly earthed when the Circuit Breaker is racked into the cubicle.

6.12.13 TYPE TEST CERTIFICATES

The contractor shall submit type test certificates of the Circuit Breakers complying to the relevant Indian Standards from a recognized Test House.

6.12.14 SHEET STEEL TREATMENT AND PAINTING

Sheet steel materials used in the construction of the Switchgear Panels should have undergone a rigorous rust proofing process comprising of alkaline degreasing, descaling in dilute sulphuric acid and a recognized phosphate process. The sheet steel work shall then receive two coats of oxide filler prier before final painting. Castings shall be scrupulously cleaned and fettled before receiving a similar oxide primer coat.

44

Page 45: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

All sheet steel work shall after metal treatment be spray or powder painted with two coats of shade 692 to IS 5 on the outside and white on the inside. Each coat of paint shall be properly stoved and the paint thickness shall be not less than 50 microns.

6.13 TECHNICAL SPECIFICATIONS: MEDIUM VOLTAGE SWITCHGEAR

6.13.1 STANDARDS AND CODES

The following Indian Standard Specifications and Codes of Practice will apply to the equipment and the work covered by the scope of this contract. In addition the relevant clauses of the Indian Electricity Act 1910 and Indian Electricity Rules 1956 as amended upto date shall also apply. Wherever appropriate Indian Standards are not available, relevant British and/ or IEC Standards shall be applicable.

BIS certified equipment shall be used as a part of the Contract in line with Government regulations. Necessary test certificates in support of the certification shall be submitted prior to supply of the equipment.

It is to be noted that updated and current Standards shall be applicable irrespective of those listed below.

Particulars Standards Year433 Volt circuit breakers IS 2516 Part I

IS 2516 Part IIS 2516 Part II

198519801985

Switchgear bus bars IS 11353 1985Enclosures for low voltage switchgear

IS 2147 1962

Electrical relays for power system Protection

IS 3231 1977

Code of Practice for installation and maintenance of switchgear not exceeding 1000 volts

IS 10118 1982

General requirements for switchgear and control gear for voltages not exceeding 1000 volts

IS 4237 1982

Specifications for factory builtassemblies of switchgear and control gear for voltages upto and including 1000 volt ac or 1200 volt dc

IS 8623 1980

45

Page 46: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

6.13.2 MEDIUM VOLTAGE SWITCH BOARDS

GENERAL

♦ All the Medium Voltage Switch Boards shall be suitable for operation at three phase/ three phase 4 wire, 440 volt, 50 Hz, neutral grounded at transformer system with a short circuit level withstand of not less than 35 MVA at 415 volts and a short time rating of not less than 35 MVA at 415 volts for 1 second.♦ The Switch Boards shall comply with the latest edition with upto date amendments of relevant Indian Standards and Indian Electricity Rules and Regulations.

6.13.3 SWITCH BOARD CONFIGURATION

The Switch Board shall be configured with Air Circuit Breakers, Fuse Switch Units, MCCB's, and other equipment as called for in the Schedule of Quantities.

The Fuse Switch units and MCCB's shall be arranged in multi-tier formation whereas the Air Circuit Breakers shall be arranged in Single or Double tier formation only to facilitate operation and maintenance.

The Switch Boards shall be of adequate size with a provision of 25% spare space to accommodate possible future additional switch gear.

6.13.4 EQUIPMENT SPECIFICATIONS

All equipment used to configure the Switch Board shall comply to the relevant Standards and Codes of the Bureau of Indian Standards and Codes of the Bureau of Indian Standards and to the detailed technical Specifications as included in this tender document.

6.13.5 CONSTRUCTIONAL FEATUES

The Switch Boards shall be metal enclosed, sheet steel cubicle pattern, extensible, dead front, floor mounting type and suitable for indoor mounting.

The Switch Boards shall be totally enclosed, completely dust and vermin proof. Synthetic rubber gaskets between all adjacent units and beneath all covers shall be provided to render the joints dust and vermin proof to provide a degree of protection of IP 52. All doors and covers shall also be fully gasketed with synthetic rubber and shall be lockable.

The Switch Board shall be fabricated with CRCA sheet steel of thickness not less than 2.0 mm and shall be folded and braced as necessary to provide a rigid support for all components. The doors and covers shall be constructed from CRCA sheet steel of thickness not less than 1.6 mm. Joints of any kind in sheet metal shall be seam welded and all welding slag ground off and welding pits wiped smooth with plumber metal.

46

Page 47: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

All panels and covers shall be properly fitted and square with the frame. The holes in the panel shall be correctly positioned.

Fixing screws shall enter holes tapped into an adequate thickness of metal or provided with hank nuts. Self threading screws shall not be used in the construction of the Switch Boards.

6.13.6 SWITCHBOARD DIMENSIONAL LIMITATIONS

A base channel 75 mm x 5 mm thick shall be provided at the bottom.

A minimum of 200 mm blank space between the floor of switch board and bottom most unit shall be provided.

The overall height of the Switch Board shall be limited to 2100 mm

The height of the operating handle, push buttons etc. shall be restricted between 300 mm and 2000 mm from finished floor level.

6.13.7 SWITCH BOARD COMPARTMENTALISATION

The Switch Board shall be divided into distinct separate compartments comprising.

A completely enclosed ventilated dust and vermin proof bus bar compartment for the horizontal and vertical bus bars.

Each circuit breaker, switch fuse unit and MCCB shall be housed in separate compartments enclosed on all sides.

Sheet steel hinged lockable doors for each separate compartment shall be provided and duly interlocked with the breaker/ switch fuse unit in "on" and 'off' position.

For all Circuit Breakers separate and adequate compartments shall be provided for accommodating instruments, indicating lamps, control contactors and control fuses etc. These shall be accessible for testing and maintenance without any danger of accidental contact with live parts of the circuit breaker, bus bars and connections.

A horizontal wire way with screwed cover shall be provided at the top to take interconnecting control wiring between vertical sections.

Separate cable compartments running the heights of the switch board in the case of front access

Boards shall be provided for incoming and outgoing cables.

Cable compartments shall be of adequate size for easy termination of all incoming and outgoing cables entering from bottom or top.

47

Page 48: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Adequate and proper support shall be provided in cable compartments to support cables.

6.13.8 SWITCH BOARD BUS BARS

The Bus Bar and interconnections shall be of electrolytic Copper/ Aluminum and of rectangular cross sections suitable for full load current for phase bus bars and half rated current for neutral bus bar. The maximum current density for copper shall be 1.6 amps per sq. mm. And for Aluminum shall be 1 amp. per Sq. mm and suitable to withstand the stresses of a 35 MVA fault level at 415 volts for 1 second.

The bus bars and interconnections shall be insulated with insulation tape/ fibre glass.

The bus bars shall be extensible on either side of the Switch Board.

The bus bars shall be supported on non-breakable, non-hygroscopic insulated supports at regular intervals, to withstand the forces arising from a fault level of 35 MVA at 415 volts for 1 second.

All bus bars shall be color coded.

All bus bar connections in Switch Boards shall be bolted with brass bolts and nuts. Additional cross section of bus bars shall be provided wherever holes are drilled in the bus bars.

6.13.9 SWITCH BOARD INTERCONNECTIONS

All connections between the bus bars/ switches/ cable terminations shall be through solid copper strips of adequate size to carry full rated current and PVC/ fibre glass insulated.

For unit ratings upto 100 amps PVC insulated copper conductor wires of adequate size to carry full load current shall be used. The terminations of all such interconnections shall be crimped.

6.13.10 DRAWOUT FEATURES

All Circuit Breakers and MCCB's shall be provided in fully draw out cubicles. These cubicles shall be such that draw out is possible without disconnection of the wires and cables. The power and control circuits shall have self aligning and self isolating contacts. The fixed and moving contacts shall be easily accessible for operation and maintenance. Mechanical interlocks shall be provided on the draw out cubicles to ensure safety and compliance to relevant Standards.

6.13.11 INSTRUMENT ACCOMODATION

Instruments and indicating lamps shall not be mounted on the Circuit Breaker Compartment door for which a separate and adequate compartment shall be provided and the instrumentation shall be accessible for testing and maintenance without danger of accidental contact with live parts of the Switch Board.

48

Page 49: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

For fuse switch units/ MCCB's instruments and indicating lamps can be provided on the compartment doors.

The current transformers for metering and for protection shall be mounted on the solid copper/ aluminium bus bars with proper supports.

6.13.12 WIRING

♦ All wiring for relays and meters shall be with PVC insulated copper conductor wires. The wiring shall be coded and labeled with approved ferrules for identification. The minimum size of copper conductor control wires shall be 1.5 sq. mm.

6.13.13 CABLE TERMINATIONS

Knockout holes of appropriate size and number shall be provided in the Switch Board in Conformity with the location of incoming and outgoing conduits/ cables.

The cable terminations of the Circuit Breakers shall be brought out to terminal cable sockets suitably located at the rear of the panel.

The cable terminations for the switch fuse units/ MCCB/ MCB's shall be brought out to the rear in the case of rear access switchboards or in the cable compartment in the case of front access Switch Boards.

The Switch Boards shall be complete with tinned brass cable sockets, tinned brass compression glands, gland plates, supporting clamps and brackets etc. for termination of 1100 Volt grade aluminium conductor PVC/ PVCA cables.

6.13.14 EARTHING

A main earth bar of G.I. / copper as required shall be provided throughout the full length of the Switch Board with a provision to make connections to the sub-station earths on both sides.

6.13.15 SHEET STEEL TREATMENT AND PAINTING

Sheet Steel materials used in the construction of these units should have undergone a rigorous rust proofing process comprising of alkaline degreasing, descaling in dilute sulphuric acid and a recognized phosphating process. The steel work shall then receive two costs of oxide filler primer before final painting. Castings shall be scrupulously cleaned and fettled before receiving a similar oxide primer coat.

All sheet steel shall after metal treatment be spray or power painted with two coats of shade 692 to IS 5 on the outside and white on the inside. Each coat of paint shall be properly stoved and the paint thickness shall not be less than 50 microns.

6.13.16 NAME PLATES AND LABELS

49

Page 50: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Suitable engraved white on black name plates and identification labels of metal for all Switch Boards and Circuits shall be provided. These shall indicate the feeder number and feeder designation.

6.13.17 INSTALLATION

The foundations prepared as per the manufacturers drawings shall be leveled, checked for accuracy and the Switch Board installed. All bus bar connections shall be checked with a feeler gauge after installation. The cable end boxes shall be sealed to prevent entry of moisture. The main earth bar shall be connected to the sub-station earths.

A 15 mm thick rubber matting of approved make on a 100 mm high timber platform shall be provided in front of and along the full length of the Switch Board. The width of the matting shall be 1000 mm. The rubber mat shall withstand 15 KV for 1 minute and leakage current shall not exceed 160 ma/sq. meter.

After installation the Switch Board shall be tested as required prior to commissioning.

6.14 OIL COOLED TRANSFORMER

GENERAL

The step down double wound core type transformers shall be suitable for Indoor mounting with a voltage ratio of 11000/ 415 volts and of the naturally cooled oil immersed type ON with a Delta/ Star configuration. The transformer shall comply with the regulations of IEC 76. B.S. 171 and I.S. 2026 - 1977 as amended up-to-date.

6.14.1 TRANSFORMER DETAILED SPECIFICATIONS: TRANSFORMER OPERATION

The transformer shall be suitable for operation on 11 Kv, 3 phase 50 cycle earthed system, connected Delta on H.V. side and star on the L.V. side with neutral brought out for independent earthing (Vector Group DY II). The transformer shall be suitable for continuous operation at the rated capacity under Site conditions.

6.14.2 TRANSFORMER MATERIAL

The material used in the manufacture of the transformer shall be of the best quality of their respective kind available as per standard specifications.

6.14.3 CORE MATERIAL

The magnetic iron core shall be made of high grade alloy, low loss grain oriented cold rolled steel stampings.

6.14.4 CORE WINDINGS

50

Page 51: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

The high voltage and low voltage windings shall be of copper conductors arranged on the vertical limbs in the steel tank.

6.14.5 INSULATION CLASS

The insulation material used shall be insulation class 'A'.

6.14.6 TRANSFORMER TAPPINGS

The transformer shall be provided with an off load externally hand operated switch with 5 off load taps set for plus/ minus 2.5%, 5% and minus 7.5% on H.V. side so as to give a constant voltage on L.V. side.

6.14.7 TRANSFORMER CHARACTERISTICS

♦ The no load voltage ratio of the transformer shall be 11000/415 volts and the percentage impedance shall not exceed 5%.

6.14.8 TRANSFORMER TERMINATIONS

The transformer shall have cable boxes with suitable glands and cable sockets for receiving 11,000 volt grade XLPE or PILCDSTA cables on the H.V. side as required.

On the L.T. side the transformer shall have suitable compression glands and cable sockets for crimping of 1100 volt grade PVC & A cables or a suitable terminal arrangement with extended bus bars to receive 415 volt Bus Duct with copper/ aluminum bus bars as specified.

6.14.9 TEMPERATURE RISE PARAMETERS

Thermistor sensors shall be embedded in the low voltage winding for warning and tripping, for temperature control. The temperature detectors shall be suitable for 24 volts D.C. The temperature rise when continuously operated of windings by resistance method shall not exceed 55 deg. C. over 45 deg. C. ambient.

6.14.10 TRANSFORMER FITTINGS

The transformer shall be manufactured in accordance with the requirements as specified in the Standards stated above and shall be fitted with:

Diagram and Rating plateLifting LugsTwo earthing terminals on either side of the tank.Four bidirectional rollers on the under carriage for movement.Winding Temperature Indicator with alarm contacts for alarm and trip circuits.Externally operated tapping switch with locking arrangement.

51

Page 52: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Terminal marking plate.Jacking Lugs.H.V. cable box for 3 core XLPE/ PILCDSTA cable as required.L.V. cable box suitable for reception of PVC & A armoured cables or chamber for receiving bus Duct as required.Oil conservator with drain plugOil filling hole and cap.Filter valve with plug.Drain valve with plug or cover plate.Oil level indicator with minimum marking.Dehydrating breather.Air release valve.Explosion vent.Thermometer pocket with plug.150 mm dial type contact thermometer with maximum temperature indicator and alarm and resetting device.Buchholz relay of double float type with M.S. box for terminating control cables of 4 x 2.5 sq. mm.Size.The transformer shall be complete with the first filling of insulating oil as per IS 335 - 1972 including makeup fill at site.

6.14.11 TRANSFORMER GUARANTEED TECHNICAL PARTICULARS

The following guaranteed technical particulars of the transformer shall be intimated.Core LossLoad LossPercentage Impedance

6.14.12 TRANSFORMER TESTING

Prior to acceptance and dispatch of the transformer, the Client reserves the right to witness the routine tests at manufacturer’s works.

The transformer shall be subjected to the following tests as per IS 2026 - 1962 at the manufacturers Works. The test certificates shall be submitted to the clients for approval prior to dispatch.

Measurement of Winding ResistanceRatio polarity and phase relationshipNo load and load lossesImpedance voltageNo load and load currentInsulation resistanceInduced over voltage withstandSeparate source voltage withstandTemperature Rise

52

Page 53: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Impulse voltage withstand, if required by Client.

6.14.13 INSTALLATION

The transformer shall be installed as per the manufacturers instruction manual and shall conform to the requirements of IS 1886-1967.

The transformer foundations shall be cast as required. If any lifting is required, the same shall be done by all the lifting lugs to avoid any imbalance.

The transformer wheels shall be locked by suitable locking arrangement to avoid accidental movement after testing and commissioning.

The transformer cable end boxes shall be sealed to prevent entry of moisture.

The transformer neutral and body earthing shall be as per the requirements of IS 3043 - 1966 and the Local Inspecting Authorities.

6.14.14 COMMISSIONING TESTS

The following tests shall be carried out prior to commissioning:

Insulation resistance of the winding between phases and phase and earth on the H.T. side.

Winding resistance of all the windings on all tap positions.

Di-electric strength of oil shall be tested in accordance with IS 335- 1963. In case the same is not satisfactory, the oil shall be filtered till a proper di-electric strength is obtained.

Operation of Bucholz relay shall be tested in conjunction with H.T. Circuit Breaker to test Bucholz alarm, trip and high temperature alarm.

The transformer breathers shall be cleaned and filled with transformer oil and silica gel.

Voltage ratio test shall be carried out by applying low voltage on H.T. side and measuring the voltage between phases and phase and neutral on the L.T. side for every tap setting.

If necessary the transformer shall be heated by applying low voltage on the H.T. side and shorting the L.T. side. This shall be done for a period of 48 hours or till all the moisture has been removed from the transformer.

On commissioning of the transformer the following readings shall be taken:

L.T. side voltages at all tap settings.Temperature rise under no load conditions.

53

Page 54: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

6.14.15 EARTHING SYSTEM

SCOPE

This section covers the general requirements of the earthing system for sub-station installation.

SYSTEMS

Earthing system shall comprise earth electrodes in accordance with clause 1.6.10.3. of General Specifications for Elect. Works (Part I- Internal) 1972. For every additional transformer 2 more separate and distinct earth electrodes shall be provided for neutral earthing. The body earthing for transformers, HV & MV panels shall be done to a common earth bus connected to two separate and distinct earth electrodes.

Note: For a single transformer sub-station, the total number of earth electrodes shall be 4 (2 for neutral and 2 for connection to a common earth bus for body earthing). For a two transformer substation total number of earth electrodes shall be 6 (4 for neutral earthing and 2 for connecting to a common earth bus for body earthing).

ELECTRODES:

The earth electrodes shall be as per CPWD General Specifications (Part I - internal) 1972 amended upto-date.

LOCATION OF EARTH ELECTRODES:

Normally an earth electrode shall not be situated less than 1.5 m from any building. Care shall be taken that the excavation for earth electrode may not affect the column footings or foundation of the building. In such cases electrodes may be farther away from the building.

The location of the earth electrode will be such where the soil has reasonable chance of remaining moist. As far as possible, entrances, pavements and road ways are to be definitely avoided for locating the earth electrode.

WATERING ARRANGEMENT:

Method of watering arrangement shall comply with CPWD General Specifications.

SIZE OF EARTH LEAD:

The recommended sizes of copper earth bus lead in case of sub-stations shall be in accordance with cl. 1.6.7.2. of General Specifications for Electrical works (Part I - Internal) 1972 amended upto-date. The minimum size of earth lead shall be 20 mm x 4 mm copper or equivalent GI strip.

54

Page 55: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

INSTALLATION:

All joints shall be riveted and sweated. Joints in the earth bar shall be bolted and the joints faces tinned. Where the diameter of the bolt for connecting earth bar to apparatus exceeds one quarter of the width of the earth bar, the connection to the bolt shall be made with a wider piece of flange of copper jointed to earth bar. These shall be tinned at the point of connection to equipment and special care taken to ensure a permanent low resistance contact to iron or steel All steel bolts, nuts, washers, etc. shall be cadmium plated. Main earth-bars shall be spaced sufficiently away from the surface to which they are fixed such as walls or the side of trenches to allow for ease of connections. Copper earth bars shall not be fixed by ferrous fittings. The earthing shall be suitably protected from mechanical injury by galvanized iron pipe wherever it passes through wall and floor. The portion within ground shall be buried at least 60 cm deep. The earthing lead shall be securely bolted and soldered to the plate or pipe as the case may be. In the case of the plate, the lead shall be connected by means of a cable socket with two bolts and nuts. All washers shall be of the same materials as the plate or pipe. All iron bolts nuts, and washers shall be galvanized.

TESTING

After installation, the tests as specified in CPWD General Specifications for Electrical Works (Part-I - Internal) 1972 shall be carried out and results recorded.

OPERATION AND MAINTENANCE OF PACKHOUSE FACILITIES

Contractor shall provide trained manpower for operation and maintenance (O&M) of packhouses for one year after installation. O&M contract can be extended further for one year after mutual consent.

55

Page 56: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

APPENDIX B

LETTER OF APPLICATION

(On the Letter head of the Applicant/ lead member in case of consortium)

Date:

To

Managing Director,Punjab Agri Export Corporation LimitedChandigarh

Ref: Designing, Engineering, Procurement and Construction of five packhouses at five districts of Punjab

Sir,

Being duly authorized to represent and act on behalf of _______________ (hereinafter referred to as “the Applicant”), and having reviewed and fully understood all of the pre-qualification requirements and information provided, the undersigned hereby apply for qualification for the project referred above.

We are enclosing our Application with the details as per the requirements of the DNIT, for your evaluation.

(Authorized Signatory) Full Name:Address:

56

Page 57: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Appendix C

SUMMARY OF FINANCIAL OFFER FOR FIVE PACKHOUSES

Sl. Description Offer Price in Rs. Including all taxes and duties

A Civil & Roadwork

B Insulation Panels, Doors, Refrigeration System and Accessories

C Electrical System & Fire Fighting System

D Reefer Truck, Pick Up Van

E Mechanical Sorting Grading Line

F Misc. viz. Shrink Wrap Machine, Hydraulic Hand Pallet Truck, Weighing Machine, Crates, Furniture & Fixtures etc.

G Operation and Maintenance

GRAND TOTAL

IN WORDS:

57

Page 58: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Detail of financial offer for a single packhouse

“A” CIVIL WORKS

"SCHEDULE OF ITEMS”S.No Description Qty Unit Rate Amount

1 Excavation in all sorts of soils except soft or hard rock for the foundation or any other works including shoring, strutting and de-watering if required, dressing of sides and ramming bottom, and also inclusive of depositing the excavated earth category wise within the plot as directed.

55 cum

2 Filling the foundation and basement with sand brought from sources outside Owner's premises arranged by Contractor including purchase of sand, loading, unloading, transporting to the site including filling as per standard specification in layers watered and consolidated complete

410 cum

3 Providing and placing Plain cement concrete including vibration, finishing, curing & roughening to surfaces wherever required; concrete conforming to grade M 7.5/20 (IS 456) with minimum cement content of 220 kg/M3 as per specification below foundations & footings & in floors; including centering, shuttering if required; compacting with vibrators, curing; floated steel trowelled surface wherever specified. The rate shall include for providing recesses, construction joints, etc. to the required shape, size & slope including de-watering.

65 cum

4 Providing pre-construction termite proofing treatment as per IS:6313 (PART II) under foundations, floor including required peripheral area outside plinth for various buildings for a guaranteed period of 10 years as specified and directed (Measurement as per "Built up" area of specified buildings).

330 sqm

58

Page 59: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

5 Providing and placing Site Mix Concrete including vibrating, finishing, curing and roughening to surfaces wherever required, concrete conforming to grade M 20/20 (IS 456) with minimum cement content of 360 Kg/M3 as per specifications in the following items at any depth or height excluding the cost of steel reinforcement but including centering, shuttering; compacting with vibrators, curing & hacking the exposed surfaces wherever required to receive plaster or floated steel trowelled surface wherever specified. including de-watering and de-shuttering after specified period for various elements.

cum

a Footing, Pedestals, Grade Beams 7 cumb Columns 12 cumc Grade Beams 9 cum

6 Providing and constructing first class burnt brick masonry of thickness 230 mm and above in cement mortar 1 : 6 for foundation and basement including raking out joints,and curing, etc complete as specified and directed. Foundation

32 cum

7 Providing and constructing first class burnt brick masonry of thickness 230 mm and above in cement mortar 1 : 6 including raking out joints,and curing, etc complete as specified and directed.Superstructure

115 cum

8 Providing and applying smooth cement plaster in single coat in cement sand mortar 1:4 to all internal and external surfaces at all levels and in all shapes including surface preparation, staging, scaffolding, providing & fixing 150mm wide chicken mesh at the junction of masonry & RCC work, finishing it with neat cement slurry, curing etc. complete as specified and directed.

500 sqm

9 Providing and applying 20mm thick sand faced plaster to all external surfaces at all levels and in any shape, in double coat, the first coat in CM 1:5 of 12mm thick followed by a second coat (after curing for 48 hours) in cement mortar 1:3, including preparation of surface to uniform texture, line & level, staging, scaffolding as required, curing etc. complete inclusive of bands, grooves, drip moulds wherever specified & as directed.

500 sqm

59

Page 60: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

10 Supplying, fabricating and placing mild steel or ribbed tor steel reinforcement grills for all reinforcement cement concrete works as per the design given including cost of steel and G.I. Binding wire etc. complete complying with standard specification.

4 MT

11 Painting with Distamper- 2 coats for inside walls 500 sqm

12 Painting with cement paint two coats for outside walls 500 sqm

13 Flooring with Ceramic Tiles of approved quality over a bed of cement mortar 1 :3, 20 mm thick

40 sqm

14 Supplying and Fixing Steel Doors using L angles for side frames and using Ms sheets 16 Gauge for door shutters with necessary angle alroung and diagonals for stiffeners with necessary tower bolts, locking arrangements and fixing complete. The rate to include painting two coats over a coat of red oxide primer

17 sqm

15 Providing & fixing steel glazed windows and ventilators shutters of standard rolled steel section joint mitred and welded with steel 13x3mm lugs 10 Cm. long embedded in cement concrete blocks 15x10x10 Cm. of 1:3:6 (1-Cement:3-coarse sand:6-graded stone The rate to include painting two coats over a coat of red oxide primer

13 sqm

16 Supplying Ms steel sections as approved design for steel stanchions from floor to roof, steel trusses, purlins etc., including one coat of primer using red oxide and painting two coats using synthetic enamel paint complete

8000 Kg

17 Supplying and fixing MS Gate at Entrance using Steel angles, Flats etc., as per approved design including providing RCC Pillars with necessary foundation complete

400 kg

60

Page 61: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

18 Providing bore well 150 mm diameter to required depth flushing ,providing casing pipe to required depth and supplying and fixing submersible pump 2 Hp with necessary electrical connections cost of cable and switches complete

1 Job

19 Supplying and fixing pvc over head tank (1000 Ltr) 5 Nos

20 Supply and fixing of bare galvalume sheets for roofing of aluminium zinc alloy ( galvalume ) 150 gms per sq. m. total of both sides AZ 150 in roofing, not less than 0.47 mm total coated thickness ( overall ). The material shall have yield strength of 550 mega pascal ( MPA ) for sheets in roofing , in capping ( ridges ) valley ( flashing ), barge boards etc with one crest width including one lip as side lap and 150 mm as longitudinal lap for each sheet with fixing accessories like self drilling screws, caps having EPDM ( Ethylene Propylene Di-monoma ) washers, PVC caps of matching colour with roofing sheets including all lead and lift and handling, transportation, installation etc as directed by the PEB Consultant and Engineer – in Charge.

325 sqm

21 Supplying and fixing Gal. Ridges 20 Metre

22 Providing VDF Floor using M 20 concrete for a thickness of 15 cms including curing and finishing smooth complete

270 sqm

23 Supplying and spreading gravel of approved thickness including watering and compacting with power roller to required thickness complete

150 cum

24 Supplying and fixing PVC Pipes of the following dia 6 Kg/sqcm with necessary specials and earth work if required complete as required

a 50 mm 30 metre

b 25mm 30 metre

c 15mm 20 metre

25 Supplying and fixing gate valve of the following sizes

a 50 mm diameter 2 eachb 25 mm diameter 2 each

61

Page 62: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

26 Supplying and laying 100 mm dia PVC pipe lines for sewage pipes with necessary earth work complete

15 metre

27 Supplying and fixing water closets oriyya type in change room including finishing the floor complete necessary connections to soak pit complete

2 each

28 Providing soak pit of required size including earth work excavation, lean concrete at bottom , Brick masonry in Cm for a height of 75 cms at bottom, hollow brick masonry in middle portion, brick masonry in cement mortar at top including providing cover slab and necessary dispersion trench complete

1 Lot

Total

“B”. REFRIGERATION SYSTEM

1.0 INSULATED PANELS:

Sr. No. Item Qty. / m2 Unit Rate (Rs.)

Total Amount(Rs.)

1.1 Wall & Ceilings Panels 100 mm PUF

216

1.2 Floor Insulation 80 mm PUF

65

TOTAL

2.0 DOORS:

Sr. No. Item Qty. Nos.

Unit Rate (Rs.)

Total Amount(Rs.)

2.1 Manual sliding door of size 1.8 m x 2.4 m (H) x 100 mm thk PUF 2 No.

TOTAL

3.0 REFRIGERATION EQUIPMENTS

62

Page 63: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Sr.No. Description Quantity Unit Rate Rs.

Total Amount

Rs.4.1 Water cooled Brine Chiller unit - 19 TR 1 lot4.2 Brine Air cooling units - 4 TR 2 Nos.4.3 Brine Air Cooling unit - 10 TR 1 No.4.4 Cooling tower and allied condenser water

piping with circulation pump - 27 TR 1 Lot4.5 Electricals including cables, lighting & panel

board for refrigeration system for cold stores 1 set

4.6 Brine circulation piping, pumps, valves Hot /Cold Mixing tank & related accessories

1 Lot

TOTALGRAND TOTAL OF REFRIGERATION

SYSTEM

“C” ELECTRICAL & FIRE FIGHTING SYSTEMS

63

Page 64: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Sr. No. Item description Qty. Unit Unit

rateTotal

Amount

 1. 40 KVA, 3ph. & neutral, 50 Hz. 415V, 0.8 pf, heavy duty water-cooled Diesel - Generator of Kirloskar Cummins, Ashok Leyland, Sudhir, Mahindra make set with sound proof acoustic enclosure, cable box suitable for 3 no. 3.5C X 150 sq. mm. AYFY cable, neutral earthing terminal, heavy duty batteries, engine mounted alternator for battery charging, manual control panel, local indicators, fuel tank, channel base frame, anti-vibration pads, complete with all required equipment, accessories, fittings, controls, safety devices, exhaust piping, fuel piping, silencer, double earthing of neutral and body etc. as per applicable standards, rules, norms, guidelines of local authorities, statutory requirements, including liasoning , testing, approvals from all authorities concerned.

 1 Set2. Plate Earthing as per IS:3043 with Copper. Earth

plate of size 600mm x 600mm x 6.0mm by embodying 3 to 4 mtr. below the ground level with 20 mm dia. G.I. 'B' class watering Pipe including all accessories like nut, bolts, reducer ,nipple, wire meshed funnel, and C.C. finished chamber covered with hinged type with locking arrangement C.I. Cover, C.I. Frame of size300mm x 300mm complete with alternate layers of salt and coke/charcoal, testing of earth resistance as reqd. 2 Nos

3. S & Laying following size earth wire/strip in horizontal or vertical run in ground/surface/recess including riveting, soldering, saddles, making connection etc. as required.  

  a 25mm x 3mm Copper strip 15 P.MTR   b 25mm x 3mm G.I. Strip 50 P.MTR   c 8 SWG GI Wire 100 P.MTR

4. SF of rubber matting with one side corrugated as per IS specification  

  a 1.1 KV, 12 mm thick, 3 SQMTR 5. S & Laying following size' A' class G.I. Pipe with

accessories for laying earth conductor/strip in ground/surface/recess as required  

  a. 15 mm diameter 12 12 MTR   b. 32 mm diameter 20 16 MTR

6. S & F lightning conductor finial made out of five only) 25 mm dia.,300 mm long G.I. tube having 4 EACH

64

Page 65: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

single prong at top with 85 mm dia., 3 m thick G.I. base plate including holes etc. complete as required.

7. S & F G.I. tape 20mm x 3 mm on parapet or surface of wall in vertical/horizontal run as required. 120 mtr    

9. S/Laying PVC insulated & PVC sheathed cable of 1.1 KV grade with aluminium conductor of IS;1554P-I of group II of approved make in ground as per IS:1255 including excavation of 30cm* 75cm size trench,25cm thick under layer of sand, II class brick covering, refilling earth, compaction of earth, making necessary connection, testing etc as required of size:    

a  90 Sqmm 3.5 core Armoured(Group II) 35 MTR b  25 Sqmm 3.5 core Armoured(Group II) 60 MTR c  16 Sqmm 4 core Armoured(Group II) 60 MTR d  10 Sqmm 4 core Armoured(Group II) 75 MTR e  6 Sqmm 4 core Armoured(Group II) 90 MTR

10. Supplying and drawing PVC insulated & sheathed solid/ stranded copper conductor multi core control cable ISI marked (IS:1554) of 1.1 kV grade of approved make of Group2 as per chapter E11,in existing surface or recessed conduit/ casing capping including making connections etc. as required.    

  4 core 1.5 Sqmm Unarmoured (Group I) 150 MTR 11. P/Making End termination of PVC insulated &

PVC sheathed cable of 1.1 KV grade with aluminium conductor of IS;1554P-I of group II of approved make in ground as per IS:1255 including excavation of 30cm* 75cm size trench,25cm thick under layer of sand,II class brick covering, refilling earth, compaction of earth, making necessary connection, testing etc as required of size:    

a  120 Sqmm 3.5 core Armoured(Group II) 2 Nosb  35 Sqmm 3.5 core Armoured(Group II) 8 Nosc  16 Sqmm 4 core Armoured(Group II) 12 Nosd  10 Sqmm 4 core Armoured(Group II) 8 Nose  6 Sqmm 4 core Armoured(Group II) 18 Nosf  2.5 Sqmm 4 core Armoured(Group II) 10 Nos

12. S & laying & jointing RCC class NP2(non pressure)pipes (IS;458) with collars, jointed with cement mortar of ratio 1:2 including excavation etc as required.    

  150 mm dia internal 20 MTR 13. Deduct if cable laid in existing RCC/Hume/

Stoneware pipes 20 MTR 14. Supply, Fabricating & installing following sizes of    

65

Page 66: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

perforated M.S. cable trays including horizontal and vertical bends, reducers tees, cross members and other accessories as required & duly suspended from the ceiling with M.S. suspenders and including painting

  300 *50 * 1.6 mm 25 MTR15. Supply, Fabricating & installing following sizes of

ladder type M.S. cable trays with rungs at span of 250mm including horizontal and vertical bends, reducers tees, cross members & other accessories as required and duly suspended from the ceiling/wall with M.S. suspenders and including painting    

  450 *50 * 2 mm 25 MTR 16. P & F G.I. Pipes (External Work) with G.I. Fittings

excluding union (IS : 1239 Mark) including trenching & refilling earth etc    

 a 50 mm dia (B class) 12 MTR  b 100 mm dia (B class) 6 MTR

   17. SITC of wall/free standing floor mounted dust and

vermin proof compartmentalised cubical panel made out of CRCA sheet, required hardware, duly painted by either two coats of synthetic enamel paint or powder coating in grey or required shade after rinsing. The panel having PU/Neoprene rubber gasket of not less than 3mm thickness, separate detachable gland plate MS base channel, hinged door with locking arrangement for equipment/switchgear. Thickness of sheet shall not be less than 1.6 mm upto 600mm length/width of any compartment and be of 2mm above 600mm .Load bearing structure shall be of 2mm thick sheet supported by base MS channel if required. Side walls and cable allay compartments having bolted type doors with detachable extension type structure.(only outer area on all sides shall be measured) a Powder coated/ epoxy/ PU painted with Phosphatisation. 15 SQ M

18. SF of (0-500) V range Volt meter on existing panel , making connection by PVC insulated copper conductor with PVC sleeves /channel etc. as required.(Group I)  

  Digital type 2 Nos 19. SF of CT operated direct reading type Ampere

meter on existing pannel , making connection by PVC insulated copper conductor with PVC sleeves / channel etc. as reqd. A Digital type(Group I)  

  Below 500 A 2 Nos20.

SF of Current Transformer , with all necessary  

66

Page 67: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

support in existing panel including connection etc. as required .(Group I)

a  a Up to 150 / 5 Ratio , 5 VA , class 1 accuracy 1 Nos b  b 200/5 to 400 / 5 Ratio 10 VA class 1 accuracy 6 Nos

21. SF of selector switch for voltmeter (4position ) including making connection etc. as reqd. (Gr. I) 2 Nos

22. SF of CT linked selector switch of 10 A for Ampere meter (4 position ) including making connection etc. as required .(Group I) 2 Nos

23. SF of 240/220 V, LED (22.5 mm dia ) Pilot lamp with integral circuit, terminal block, including connection etc. as required    

  Red/yellow/Green colour(Group I) 26 Nos24. P & F in position frame made out of M.S. angle

(riveted or welded) finished with two coats of red oxide and enamel paint of following sizes as required.    

  38mm x 38mm x 4.5mm 10 RMtr 25. SITC of quick make and quick break 3 POLE

current limiting MCCB having following current rating, short circuit breaking capacity at 440/415 V, 50 Hz; O/L & S/C settings and conforming to IS 13947-2 / IEC 60947-2 with front face and centralised adjustable, line load interchangeability, having positive isolation capability, provision for UVR , shunt trip , earth fault trip, push ( test ) to trip, including making connections with lugs /spreaders etc. as required (Group II)  

  a With Thermal Magnetic release    up to 100 Amp , 16/25 kA, adjustable O/L & fixed

S/C setting 2 Nos26. SITC of quick make and quick break 4 POLE

current limiting MCCB having following current rating, short circuit breaking capacity at 440/415 V, 50 Hz; O/L & S/C settings and conforming to IS 13947-2 / IEC 60947-2 with front face and centralised adjustable, line load interchangeability, having positive isolation capability, provision for UVR , shunt trip, earth fault trip, push ( test ) to trip, including making connections with lugs /spreaders etc. as required (Group II)  

  a With Thermal Magnetic release    Above 100 Amp , 15/25 kA, adjustable O/L &

fixed S/C setting 1 Nos 27. Supplying and fixing of Aluminium bus bar by

means of SMC / DMC type insulator, high tensile nuts and bolts spring washers in existing panel including bending, cutting in required shape and size and colour coding with heat shrinkable PVC sleeves. a Electrolytic grade aluminium bus bar 20 Kg.

67

Page 68: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

28. P&F TP&N 415 V AC-23A front handle operated switch disconnector fuse unit, cubical type, without metallic enclosure, conforming to IS:13947 P-III in existing panel (W/O HBC fuses) including making connections with lugs, testing etc as required(Group I).    

  Suitable rating 1 Nos 29. P&F onload change over switch, front handle

operated, four pole 415 V conforming to IS:13947 P-III including connections , testing etc. as required in the following rating: a Open execution type(Group I).    

  Suitable Rating 1 Nos 30.

SITC of self healing MPP/MP type shunt capacitor (banks) conforming to IS:13340-41 / IEC :831-1&2 in existing panel or parallel with load terminals , the capacitor shall be fitted with discharge resistors, pressure sensitive disconnector ( PSD ) and shall have dissipation factor less than 0.0025 at 50 Hz and total wattage loss less than 0.5 Watt per KVAR . including making connections with suitable capacity a Heavy duty Three phase 440 V, 50 Hz capacitor (Bank)(Group I) 25 KVAR

31. SITC of microprocessor based intelligent power factor correction relay having following sensing capacity secondary current , self analysing auto c/k setting according to targeted power factor setting, the relay shall have minimum three digit display unit for display of real power factor, targeted power factor, lag/lead capacitor switching status, alarm output for undercurrent, over current, insufficient compensation, indication of switching on units, auto/manual status, and shall have over load protection, no volt release etc. as required.    

  12 to 14 stage(Group I) i sensitivity up to 50 milli Amp 1 Each

32. P & F Cam operated rotary switches on existing panel with 2 way and off position a Two pole(Group I) i 16 A 6 Each

33. P & F of 440 Volt 3 pole capacitor (AC 6 B) duty contactor with 3 no. early make and post break auxiliary contacts in series with quick discharge damping resistors/ reactors to limit the inrush current , conforming to IS:13947-4-1/IEC:947-4-1, Din rail mounting type including making connections, testing etc. as required. suitable for following (Group I)    

  a Up to 6 KVAR 2 Each  b 7 to 10 KVAR 4 Each

68

Page 69: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

34. P & F of ventilating fans, Capacitor start, single phase with PVC impeller, ABS body, automatic openable louver shutter in existing opening including making connection, testing etc. as reqd. a 200 mm sweep (Group-II) 1 Each

     35. Wiring for light point/fan point /exhaust fan

point/call bell point with 1.5Sqmm FR PVC insulated unsheathed flexible copper conductor 1.1 KV grade and 1.5Sqmm FR PVC insulated unsheathed flexible copper earth conductor 1.1KV grade (IS 694) of appd make in surface/ recessed ISI marked medium duty PVC conduit & it's accessories, round tiles,18SWG MS box with earthing terminals,6A switch 3mm thick phenolic laminated sheet, zinc plated/brass screws, cup washers, making connection ,testing etc as required (Group-II)    

  a Short point ( upto 3 meter) 10 Nos   b Medium point ( upto 6 meter) 5 Nos   c long point ( upto 10 meter) 5 Nos

36. Wiring of twin control light point with 1.5 sq. mm FR PVC insulated unsheathed flexible copper conductor1.1 kV grade and 1.5 sq.mm FR PVC insulated unsheathed flexible copper earth conductor 1.1 kV grade (IS:694) of approved make in surface / recessed ISI marked medium duty PVC conduit & it's accessories, round tiles 18 SWG M.S. box with earth terminal, screw less cage connectors for neutral looping in switch board & false ceiling point, 6 A two way switch, 3.0 mm thick phenolic laminated sheet, zinc plated / brass screws, cup washers, making connections, testing etc. as required.(Group II)    

  a Medium point (up to 6 mtr.) 1 Nos  b Long point (up to 10 mtr.) 1 Nos

37. Wiring of 3 pin 5A light plug point with1.5sqmmFR PVC insulated unsheathed flexible copper earth conductor 1.1KV grade (IS 694) of approved make in surface/ recessed ISI marked medium duty PVC conduit & it's accessories, ,18SWG MS box with earthing terminals,6A switch,6Asocket 3mm thick phenolic laminated sheet, zinc plated/brass screws, cup washers, making connections ,testing etc as required (Group -II)    

  a On board 10 Nos38. S&F following sizes(diameter) of ISI marked

medium duty PVC conduit along with accessories in surface/recessed using saddles, clamps,

   

69

Page 70: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

fasteners as required including cutting the wall and making good the same as reqd.

  a 25mm(Group-II) 200 Mtr 39. Supplying and drawing FR PVC insulated&

unsheathed flexible copper conductor ISI marked (IS 694) of 1.1 KV grade and approved make in existing surface or recessed conduit/casing caping including making connections etc. as required(Group II)    

  a 2* 1.5 sqmm 75 Mtr   b 2* 2.5 sqmm+1*1.5 sqmm 100 Mtr   c 2* 4.0 sqmm+1*2.5 sqmm 100 Mtr   d 2* 6.0 sqmm+1*2.5 sqmm 125 Mtr   e 1* 16 sqmm 25 Mtr  f 3* 2.5 sqmm 50 Mtr

40. P&F sheet for boxes/frames i/c making holes for switches etc with brass screws, washers/zinc plated nut and bolts as reqd a Bakelite sheet    

  i 9.0mm 2 Sqm41. S& F of power plug point accessories on 18 SWG

metal box of size 175*100*60 mm on surface or in recessd with suitable size phenolic laminated sheet cover including cost of 6 pin 16 Amp switch and socket outlet making connection, testing, etc as reqd. (Group-II) 5 Nos

42. P&F of 3 mm PVC sheet for fan box with help of screws, cup washers as required 5 Nos

43. P & F 1.6 mm thick M.S. Recessed fan box, hexagonal/round of size 100 mm diameter, depth 75 mm, 12 mm diameter rod fan hook with 100 mm length extended on each side. 5 Nos

44. 10 P&F IS: 371 marked 6 amp surface type ceiling rose including making connection testing etc as required. (Group-II) 25 Nos

45. P&F ISI marked 6 amp Bakelite batten/angle holder including making connection testing etc as required. (Group-II) 15 Nos

46 P&F ISI marked flush type 120/280 watt rotary step fan regulator including making connection testing etc as required. (Group-II) 5 Nos

47. P&F metal clad industrial plug top & socket unit with pin and sleeve type contact on porcelain/ Bakelite base in sheet steel enclosure (without MCB) including making connections with lugs, testing etc. as required    

  a Single phase (Three pin)(Group II)      i 20 A 4 Nos  b Three phase (five pin)(Group II)      i 30 A - 32 A 4 Nos

48. P&F of electricity board with overload, short    

70

Page 71: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

circuit and earth leakage protection ISI marked (IS12640)/ conforming to IEC 61009/1 complete in all respect including making connections with lugs, testing etc. as required(Group II)

  a Two pole 100/300mA sensitivity      i 16 A rating 2 Nos  b Four pole 100/300 mA sensitivity      i 40 A rating 5 Nos

49. P&F 240V/415V isolator confirming to IS:13947-iii /IEC60947-3 on existing board/sheet including making connections with lugs, testing etc. as required (Group-II) a Double pole isolator  

  i 30A/40 A rating 4 Nos50. P & F box type fluorescent tube fitting fabricated

from CRCA sheet and finished with powder coating / stove enameled paint complete with accessories like (OCCB, starter, starter seat)/ EB, condenser, rotor holder, terminal block duly prewired with copper conductor including making connection, testing etc. as required(Group II)    

  a 1 X 36 Watts with OCCB 20 Nos51. P & F Fluorescent tube rod in existing fixtures as

required(group II)      a Fluorescent powder coated      i 36/40 Watts 20 Nos

52. P & F IP-54 protected Bulkhead luminaire suitable for 100 Watt GLS / 11/13 Watt CFL lamp made out from Die cast aluminium alloy body, suitably gasketed frosted glass cover including making connection testing etc.    

  a 100 Watt GLS lamp(group I) 2 nos53. P & F High pressure sodium vapour/ High pressure

mercury vapour/ Metal halide/ Halogen lamp as required.(Group I)    

  a HPSV tubular lamp i 150 Watts 2 Each54. P & F IP-65 protected street light luminaire on

existing bracket suitable for HPSV/ MH LAMP, made out from    

  powder coated single piece die cast aluminium housing, electrochemically brightened and anodized POT optics aluminium reflector, heat resistant and toughened glass cover and accessories like copper ballast, electronic igniter, capacitor, holder prewired up to terminal block etc. as required including making connection testing etc. as required (without lamp)(Group I)    

  a 1 X 150 Watt 24 Each    

(b) 9 mtr. swaged type medium gauge welded pole as per IS with base plate, earthing stud, junction-

24 Each

71

Page 72: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

box with MCB, terminals etc., 1 mtr. length lamp bracket, pole cap, wiring from jb to lamp using 2.5 sq.mm. PVC insulated flexible copper wire etc. complete for 150 W HPSV lamp fixing.

55. Portable 5 kg capacity dry type fire extinguisher suitable for electrical fire as per IS and as recommended by TAC.

2 No.

56. Floor mounted bucket stand with 4 nos 13 litre buckets hung on hooks. The stand shall be 1.5 m L x 1.0 m H made out of MS angle frame duly painted with red oxide primer and 2 coats of red colour finish paint.

2 Set

57. Antiskid chequered type 415 V grade black rubber mat 1000 mm wide as per IS 5424 for panels, switches etc.

1 Set

58. First aid box with contents as per standard requirements.

2 No.

59. Shock treatment chart in English, Hindi and Gujarati with wooden frame and glass cover.

2 No.

60. Metallic permanently inscribed danger 11 KV and 415 V.

2 No.

 61. Insulated hand gloves pairs 11 KV and 415V . 2 No.TOTAL

“D” Reefer Truck & Pick Up Van

Sr. No. Item description Qty. Unit Unit rate Total

Amount

 1. Reefer Truck (TATA 407- 5MT F&V)  1 Set2. Pick up Van (TATA ACE) 1 No

TOTAL

“E” Mechanical Sorting Grading Line

72

Page 73: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Sr. No. Item description Qty. Unit Unit rate Total

Amount

 1. Mechanical sorting grading line with motors and drives with SS grade metallic part and food grade plastic parts to which the produce (F&V) will exposed, 10 tables SS top and MS bottom  1 SetTOTAL

“F” Shrink Wrap Machine

Sr. No. Item description Qty. Unit Unit rate Total

Amount

 1. Shrink Packing System- comprising of Terminal 1210V Maxm. Pack size – 10” (W) x 7” (H) Power - 2.5Kw ONLY ;Single phase 230V,15 Amps Conveyor Belt – Grey colour- fibre glass cloth DC variable speed – adjustable from 5 to 25 mtrs./min. Heavy duty body const. with powder coated – grey and black colour Fully enclosed type – single wire / single control panel machine Suitable for PVC and Polyolefin film shrinking Unique – HOT PLATE and ECONO-DUCT features – User friendly Glass Veiwing Window with “Vision” Series Tunnels Alongwith Trans Feed L-Sealer Size 10” x 15” for automatic conveying of cartons/packages to the shrink tunnel after sealing with POF films Sealing blade assembly mounted on top side to prevent film burns during working cycle & Easy hand wheel Jack system for height adjustment Film Separator S.S. feeder plate for longer working life.  1 SetTOTAL

“F” Miscellaneous

Sr. No. Item description Qty. Unit Unit rate

(Rs.)

Total Amount

(Rs.) 1. Hydraulic hand pallet truck capacity 1000 Kg. 2 Nos 2. Crates- F&V Grade (600mmX400mmX300mm) 1500 Nos3. Electronic Weighing Machine (100 Kg. Capacity) 2 Nos4. Office Chair 3 Nos

73

Page 74: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

5. Visitor Chair (Plastic, with arm rest) 12 Nos6. Office Table (6 ft x 3 ft) with Drawers 3 Nos7. Steel Almirah (8 ft Height) 2 Nos8. Stand alone dessert air coolers 6 Nos

TOTAL

“G” Operation and Maintenance

Sr. No. Item description Duration Unit rate

(Rs.)

Total Amount

(Rs.)

1 Operation and Maintenance One year

74

Page 75: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

APPENDIX D

Details of Bidder

(1) (a) Name of Bidder

(b) Address of Office (s)

(c) Date of incorporation and/or commencement of business

(2) Brief description of the business entity including details of its main lines of business and

proposed roles and responsibilities in this Project.

(3) Details of individual (s) who will serve as the point of contact / communication for

AWARDER within the Company

(a) Name :

(b) Designation :

(c) Business Entity :

(d) Address :

(e) Telephone No. :

(f) E-mail Address :

(g) Fax No. :

(h) Mobile number :

(4) Name, Designation, Address and Phone Nos. of Authorized Signatory of the Applicant:

(a) Name:

(b) Designation:

(c) Address:

(c) Telephone No. :

(d) E-mail address:

(e) Fax No. :

75

Page 76: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

(5) In case of a Consortium:

a. The information above (1-4) should be provided for all the Members of the Consortiumb. Information regarding role of each Member should be provided as per table below:

Sr. No. Name of Member Role of the Member*

123

* Specify whether the Lead Member

76

Page 77: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

APPENDIX E

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION(On Stamp paper of relevant value)

POWER OF ATTORNEY

Know all men by these presents, we__________________________ (name and address of the registered office) do hereby constitute, appoint and authorize Mr. / Ms. __________________________ (name and address of residence) who is presently employed with us and holding the position of ______________________ as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our bid for the project envisaging Designing, Engineering, Procurement and Construction of the five Packhouses in Punjab, including signing and submission of all documents and providing information / responses to PAGREXCO, representing us in all matters before PAGREXCO, and generally dealing with PAGREXCO in all matters in connection with our bid for the said Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this the _____ Day of December, 2010

For ___________________________

(Signature)

(Name, Title and Address)

Signing on behalf of the Bidder/ Lead Member in case of Consortium

Accepted

………………………… (Signature)

(Name, Title and Address of the Attorney)

77

Page 78: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Appendix –FProof of Eligibility

1. Qualification Criteria

The Bidder must satisfy the following Qualification Criteria for experience in order to qualify for the PACK HOUSE facility.

2. Details of Experience

The Bidder should furnish the details of eligible experience as set out below:

Sr.No.

Details of SimilarEquipment

Client Value Time Period

Year

12345

3. Financial Capability

Financial Informationin Rs. Equivalent

For year2007-2007

For year2008-2009

For year2009-2010

1. Total Assets2. Current Assets3. Total Liabilities4. Current Liabilities5. Profit before Tax6. Profit after Tax7. Annual Turn over

4. Supporting Documents

The following documents would need to be submitted to support the Bidder’s claim of experience stated in the table above.

Sr. No. Supporting Qualification Criteria for Experience

Supporting Documents

1 Similar Experience Satisfactory Completion certificate / Work Order

2 Financial Capability Last three Year’s Audited Balance Sheets; Net worth Statement/ Solvency statement from Bankers

78

Page 79: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

3 Registrations Copies of RegistrationCertificates with Government Bodies and Institutions

79

Page 80: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

APPENDIX G

FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBEROF CONSORTIUM

POWER OF ATTORNEY

Whereas the Awarder of India (AWARDER) has invited applications from interested parties for Designing, Engineering, Procurement and Construction of the Centre for Perishable Cargo, Indore (“the Project”).

Whereas, the member of the Consortium are interested in bidding for the Project and implementing the Project in accordance with the terms and conditions of the Request for Qualification (DNIT Document), Request for Proposal (RFP Document) and other connected documents in respect of the Project, and

Whereas, it is necessary under the DNIT Document for the members of the Consortium to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may be necessary in connection with the Consortium’s bid for the Project

NOW THIS POWER OF ATTORNEY WITNESSE THAT:

We, M/s. _____, M/s. _____ and M/s. _____ (the respective names and addresses of the registered office) do hereby designate M/s. __________ (name and address of the registered office) being one of the members of the Consortium, as the Lead Member of the Consortium (name and address of the registered office) being one of the members of the Consortium, to do on behalf of the Consortium, all or any of the acts, deed or things necessary or incidental to the Consortium’s bid for the Project, including submission of application / Proposal, participating in conference, responding to queries, submission of information / documents and generally to represent the Consortium in all its dealings with AWARDER, any other Government Agency or any person, in connection with Project until culmination of the process of bidding and thereafter till the Concession Agreement is entered into with AWARDER.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always be deemed to have been done by us.

Dated this the ______day of _______ [year]

(Executants)

(To be executed by all the members of the Consortium)

80

Page 81: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

Notes:

• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down by the applicable law and the charter documents of the executant (s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

• Also, wherever required, the executant (s) should submit for verification the extract of the charter documents and documents such as a resolution / power of attorney in favor of the Person executing this Power of Attorney for the delegation of power hereunder on behalf of the executant (s).

81

Page 82: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

APPENDIX H

Certificate from the Statutory Auditor / Client

This is to certify that _______________ (Name and Registered office of the Applicant) has constructed / supplied for ___________ (Title of the Project).

We further certify that ______________ (Name and Registered office of the Applicant) has executed /earned an income from executing this project of_________ (Amount).

Signature of the Name Place Date Authorized Signatory

1. It may be noted that in the absence of any detail from the above certificate, the information would be considered inadequate and could lead to an exclusion of the relevant project.

2. If the Applicant is claiming experience under relevant Category the Applicant should provide a certificate from his statutory auditor in the format given below:

Certificate from the Statutory Auditor

This is to certify that _____________________ (Name and Registered office of the Applicant) has promoted ______________________ (Title & Nature of the Project). This Project was commissioned on _______ (Date of commissioning of the Project).

We further certify that total cost of the Project as on the date of commissioning was Rs. _____________

Signature of the Name Place Date Authorized Signatory

It may be noted that in the absence of any detail from the above certificate, the information would be considered inadequate and could lead to exclusion of the relevant project.

82

Page 83: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

APPENDIX- I

PROFORMA OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE

To,The Managing Director,Punjab Agri Export Corporation Limited, 2-A, Sector 28-A, Madhya Marg Chandigarh-160002

Dear Sir,In consideration of PAGREXCO, CHANDIGARH (hereinafter referred to as the ‘Owner” which expression shall unless repugnant to the context or meaning thereof include its successors, administrators and assigns) having awarded to M/s. ___________________________ (hereinafter referred to as the ‘Contractor’ which expression shall unless repugnant to the context of meaning thereof, include its successors, administrators executors and dated ___________ and the same having been unequivocally accepted by the contractor resulting in a Contract bearing No. __________ dated _________ valued at ____________ for agreed to provide contract performance guarantee for the faithful performance of entire contract equivalent to the said value of the contract to the owner.

We ______________________________________ (name and address) having its head office at __________ (hereinafter referred to as the ‘Bank’ which expression shall unless repugnant to the context or meaning thereof, include the successors administrators, executors and assigns) do hereby guarantee and undertake to pay the owner, on demand any and all money payable by the contractor to the extent of as aforesaid ___________ at ___________ any ___________ time ___________ upto ____________.

Without any demur, reservation, contest, recourse or protest and /or without any reference to the contractor. Any such demand made by the owner on the bank shall be conclusive and binding notwithstanding any difference between the owner and contractor or any dispute pending before any court tribunal or any authority. The bank undertakes not to revoke this guarantee during its currency without previous consent of the owner and further agrees that the guarantee here in contained shall continue to be enforceable till the owner discharges this guarantee. The owner shall have the fullest liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the contractor, and to exercise the same at any covenants, contained or implied, in the contractor between the owner and contractor or any other course of or remedy or security available to the owner. The Bank shall not be released of its obligations under these presents y any exercise by the owner of its liberty with reference to the matters aforesaid or any of them or by reason of any other acts of omission or commission on the owner or by any other matters or thing whatsoever which under law would, but for this provision, have the affect of relieving the bank. The bank also agrees that the owner at its option shall be entitled to enforce this guarantee against the bank as principal debtor, in the first instance without proceeding against the contract and notwithstanding and security or other guarantee that the owner may have in relation to the contractors liabilities.

83

Page 84: Tendering Document - Punjab Agro Industries … · Web viewTendering Document For Design, Supply, Installation, Commissioning, And Operation & Maintenance PACKHOUSE FACILITY WITH

The bank further agree with the owner that the owner shall have the fullest liberty without our consent any without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance of the said contractor from time to time or to postpone for any time or from time to time any of the powers exercised by the company against the said contractor and to forbear or enforce any of the terms and conditions relating the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted by the said corporation to the said contractor or y any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

This guarantee will not be discharged due to the change in the constitution of the bank or the contractor.

The bank lastly undertakes not to revoke this guarantee during its currency except with the previous consent of the owner in writing.

Notwithstanding anything contained herein above, our liability under this guarantee is restricted to a sum of Rs. _______ and the guarantee shall remain valid till ________ unless a claim or action to invoke the guarantee is received in writing by us on or before _______ all your rights under the guarantee shall be forfeited and the bank will be relieved and discharged of its liabilities there under.

Dated this the _____ Day of January, 2011

For ____________________________

(Signature)

(Name & Title)

Signing on behalf of the Bidder/ Lead Member in case of Consortium

84