ANDHRA PRADESH INDUSTRIAL INFRASTRUCTURE CORPORATION · PDF fileAndhra Pradesh Industrial...
Transcript of ANDHRA PRADESH INDUSTRIAL INFRASTRUCTURE CORPORATION · PDF fileAndhra Pradesh Industrial...
CHIEF ENGINEER – 1, APIIC 1
ANDHRA PRADESH INDUSTRIAL INFRASTRUCTURE CORPORATION LIMITED
(A Govt. of Andhra Pradesh Undertaking)
Tender Notice Number: 09/CE-I/APIIC/2015-16 Dt 04/7/2016
TENDER DOCUMENT
FOR
Supply, Installation, Testing and Commissioning of 60 Tonne Capacity Weigh Bridge
AT
Red Sanders Godown Complex, Tirupati
Chittoor District, Andhra Pradesh
4th July2016
Andhra Pradesh Industrial Infrastructure Corporation Limited (APIIC)
59A-20/3/2A, 1stFloor, Sri Siva Complex, Fun times Club Road, Teachers Colony, Vijayawada -520008
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 2
Tender document for Supply, Installation, Testing and Commissioning of 60 Tonne Capacity of Weigh Bridge at Red Sanders Godown Complex, Tirupati, Chittoor District, Andhra Pradesh
Sub: “Supply, erection, testing&commissioningof1 No Pit less Weigh Bridge of 60MT Capacity at Red Sanders Godown Complex at Tirupati”.
DATA SHEET (SUMMARY)
1 Tender Notice No. 09/CE-I/APIIC/2016-17.Date 4thJuly, 2016
2 Last date and time for submission of bids
18th July, 2016 Up to 3.00PM
3 Opening of bids 18th July, 2016, 3:30 PM
4 EMD along with Bids Rs 30,000 as per Clause 5.1
5 Validity of bids 90 days (Clause 5.3)
6 Officer calling the bids Chief Engineer-I, APIIC Ltd, Vijayawada.
(Clause 1.3)
7 Time for supply and Commissioning 2 (Two )months (Clause 1.4.7)
8 Guarantee & Free Mtc Period 2 (Two) years (Clause 5.10)
9 Contact Address Mr. G. Nagabhushanam
Contact No. +91-8499876662
Email: [email protected] and
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 4
TABLE OF CONTENTS
1. SCOPE OF SUPPLY ................................................................................................ 6
1.1 Background ....................................................................................................................... 6
1.2 Pre-bid qualification criteria of the vendor .......................................................................... 6
1.3 Submission of offer ............................................................................................................... 7
1.4 Scope of Supply: ............................................................................................................... 9
2. TECHNICAL SPECIFICATIONS FOR WEIGH BRIDGE ................................................ 12
2.1 GENERAL ......................................................................................................................... 12
2.2 DOCUMENTATION ........................................................................................................... 12
2.3 Design and Construction ................................................................................................. 12
3. Quality Assurance Plan and Inspection & Testing Plan Requirements ........................... 18
3.1 QA Plan ............................................................................................................................... 18
3.2 ITP ...................................................................................................................................... 18
3.3 Drawing Schedule ............................................................................................................... 18
3.4 Progress Report and Schedule ............................................................................................ 18
3.5 Waiver and Deviation ......................................................................................................... 18
3.6 Calibration Records ............................................................................................................ 18
3.7 Inspection Test Status ........................................................................................................ 18
3.8 Quality Records .................................................................................................................. 18
3.9 Identification and Traceability ........................................................................................... 18
3.10 Vendor Document for Review and Records General ........................................................ 19
3.11 Documents under Review Category ................................................................................. 19
3.12 Final Documents ............................................................................................................... 19
4. Schedule of Quantities ....................................................................................... 20
5. Special Terms and Conditions ............................................................................. 21
5.1 Earnest Money Deposit: ..................................................................................................... 21
5.2 Techno Commercial Bid ...................................................................................................... 21
5.3 Validity of Offer: ................................................................................................................. 21
5.4 System Requirements ......................................................................................................... 21
5.5 Cost comparison ................................................................................................................. 21
5.6 Commissioning ................................................................................................................... 21
5.7EMD and Agreement ........................................................................................................... 21
5.8 Inspection ........................................................................................................................... 22
5.9 Paymet and Withheld Amount ........................................................................................... 22
5.10 Performance Guarantee ................................................................................................... 22
5.11 Test Certificates ................................................................................................................ 22
5.12 Service Center ................................................................................................................... 22
5.13 After Sales Service ............................................................................................................ 22
5.14 AMC & Spares During guarantee/warrantee period ........................................................ 22
5.15 SOS ................................................................................................................................... 23
5.16 Accommodation ............................................................................................................... 23
5.17 Manpower Cost ................................................................................................................ 23
5.18 Project Planning ............................................................................................................... 23
5.19 Prices ................................................................................................................................ 23
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 5
5.20 Acceptance of Tender ....................................................................................................... 23
5.21 Replacement of rejected material .................................................................................... 23
5.22 Termination/Cancellation of Contract ............................................................................. 23
5.23 Liquidated Damage for late/non-delivery & Risk Purchase .............................................. 23
5.24 Statutory Regulations ....................................................................................................... 23
5.25 Security Regulations ......................................................................................................... 24
5.26 Sub-Contracting................................................................................................................ 24
5.27 Opening of bids ................................................................................................................ 24
5.28 Delay/ loss ........................................................................................................................ 24
6. Price Bid (Part – 2) ............................................................................................. 25
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 6
1. SCOPE OF SUPPLY
1.1 Background
1.1.1 Andhra Pradesh is one of the most progressive forward-looking and advanced states in the country when it comes to infrastructure development and employment generation efforts. Andhra Pradesh Industrial Infrastructure Corporation Limited (the “APIIC”), fully owned by the GoAP, is vested with the objective of promotion of Industrial growth and development of Industrial Infrastructure in the state of Andhra Pradesh.
1.1.2 APIIC is known for creating landmark infrastructure projects in the state, which are fueling the economic growth in the state. APIIC has so far developed more than 150 industrial parks/estates and created land banks for the future industrial development.
1.1.3 APIIC has taken up the work on “Construction of Red SandersGodown Complex at Tirupati” as a deposit construction work for AP Forest Department.For this complex, 60MT Capacity Weigh Bridge is needed for the full pledged operations inthe Complex.
1.2 Pre-bid qualification criteria of the vendor
Only manufacturers/ Authorized Dealers of weighbridges may submit bids. Valid supporting documents should be submitted along with Part I Bid.
Bidders must submit details of similar projects, i.e. at least two Purchase Order copies, of equal or higher capacity weighbridges, successfully managed and executed, as proof of their experience and technical competence in the field. Only Govt/PSU works will be considered for evaluation.
All the above documentary evidences in the form of hard copy should reach APIIC to the office of Chief Engineer – 1, APIIC Ltd, 59A-20/3/2A, 1stFloor, Sri Siva Complex, Fun Time Club Road, Teachers Colony, Vijayawada-520008 on or before the Opening Date and time of the tender as specified in the Tender Notice.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 7
1.3 Submission of offer
Tenders are invited from Manufacturers/ Authorized Dealers of item mentioned in the NIT for supply, Installation, Testing and Commissioning of 60 Tonne Capacity Weigh Bridge at Red Sanders Godown Complex at Tirupati by Chief Engineer-I, APIIC Ltd, 59A-20/3/2A, 1stFloor, Sri Siva Complex, Fun Time Club Road, Teachers Colony, Vijayawada-520008.
Tenderers may please note that offers in hard copy in two separate covers clearly marked financial Bid and Technical Bid, placed in a single cover should reach the office of Chief Engineer – 1, APIIC Ltd, 59A-20/3/2A, 1st Floor, Sri Siva Complex, Fun Time Club Road, Teachers Colony, Vijayawada-520008 before 3.00PM on 18/07/2016.
Hard Copy of Techno-Commercial (Part-1) offer along with EMD and financial bid (Part-2) to be submitted before due date and time indicated as above.
Bidders who are fulfilling Pre-qualifications criteria, supporting documents for the same in hard copy to be enclosed with Techno –Commercial (Part-1) offer.
Hard copy of Tender document comprising of but not limited to: 1. Scope of supply 2. Technical Specifications 3. Quality Assurance Plan and Inspection & Testing Plan Requirements 4. Schedule of Quantities and along with GAD for Weigh Bridge and foundation for Flat
form 5. Special Terms and Conditions
And other documents as specified in clause 2.2 ‘Documentation’ under Technical Specifications and clause 1.2 ‘Pre-bid Qualification’ under Scope of Supply, with company’s seal and signature as acceptance is also to be enclosed with Techno-Commercial (Part-1) offer.
APIIC’s Contact Numbers
For Tender related queries all bidders are requested to contact Mr. G Nagabhushanam, contact no. +91-8499876662, email: [email protected] and [email protected]
Note:
Only the price bids (Part-2) of those tenderers whose Part-1 offers are accepted will be opened under intimation to the successful bidders of Part-1.
Vendors may note that after the specified time and date of tender closing, the offers will not be accepted.
The interested parties should go through the given Terms & conditions before submitting their offer, given in Tender document posted on APIIC website www.apiic.in
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 8
APIIC reserves the right to cancel the tender or award the contract in part or full at its sole discretion. The enclosure is:
1. Scope of supply 2. Technical Specifications 3. Quality Assurance Plan and Inspection & Testing Plan Requirements 4. Schedule of Quantities 5. Special Terms and Conditions 6. Price Bid
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 9
1.4 Scope of Supply:
1.4.1 This tender envisages procurement of weigh bridge and its installation and maintenance for 2 years at Red Sanders Godown Complex at Tirupati in Chittoor District in the state of Andhra Pradesh. Scope of supply is as under:
Item no. Description Quantity Unit
1. Supply of 16m x 4m of 60MT pit-less type electronic road Weigh Bridge, complete with required components namely kit, indicator, load cells, platform, LED display, PC, printer, UPS, etc. as per attached technical specifications & scope of supply including maintenance during guarantee/warrantee period.
1 Each
2. Supervision, construction of foundation, installation/ erection, calibration, testing stamping & commissioning of Weigh Bridge
1
Job
Each
3. Standard Calibration Weights 20 Kgs each
(The weights should be stamped by Weights and Measurement Dept., Govt. of Andhra Pradesh, and remain valid for at least one year)
50 Nos.
1.4.2 This should be a welded design of sandwich construction incorporating H beams and checkered plates.
Modular Welded Deck Structure
Low Height (Preferably be 405 mm or less from the ground) Sandwich Construction
Load cells – Mounted inside Enclosed End Boxes
Checkered Platform plates
Powder Coated, Modular Guide Rail
Surface preparation through dry - corrosion resistant epoxy finish to enhance life-span and aesthetic look of Weigh Bridge.
Must conform to highest degree of protection against ingress of dust and moisture i.e. IP 69K.
Weigh Bridge includes Load Cell, Digitizer, necessary software, Junction box, bottom work etc.
System Development Kit (SDK) to be provided for connecting data online. ERP compatibility of data required.
1.4.3 Weigh Bridge Standards and Codes
The offered Weigh Bridge must confirm to standards/ codes and weights & measures rules as under:
Specification for Weighbridge IS:1436-1991
Hot rolled low medium and high tensile Structural steel IS: 1436-2006
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 10
Electronic Weighing System IS: 9281 Part 1-1979, Part III- 1981 Part IV- 1983
Code of practice for general construction in steel IS: 800-2000
Dimension and weight of road design vehicles IRC: 3-1983
Standard specification and codes of practice for road bridges section 01
IRC: 5-1985
Standard specification and codes of practice for road bridges section 05 steel road bridges
IRC:24-1967
Load and Stress IRC:6-2000
For Live Load IS: 875-1985
Weights & Measures Rules-1987 Compliance of Standard Weights & Measure
Two sets of Installation and maintenance manual in the form of hard copies in or sealed copies to be provided.
Supervision of Installation and Commissioning will be in the scope of the bidder.
All cables and accessories for connecting Load cell to Control room will be in the scope of the bidder.
Civil work shall be carried out by bidder under the supervision of APIIC as per the drawings submitted by them.
Stamping of Weigh Bridge (by Weights and Measurement Dept., Govt. of Andhra Pradesh, valid for at least one year) will be under the scope of the supplier.
Bidder should provide trouble free maintenance during 48 months guarantee/warrantee period from the date of installation.
1.4.4 Design, engineering, manufacturing, testing, inspection, supply, erection, commissioning and stamping of 60 MT Pit-less Type Electronic Road Weighbridge complete with Kit, Indicator, Load Cells, Platform, LED display, P.C., Printer, UPS etc. with Manufacturer’s Test certificates and Third party Inspection as per the technical specification and technical data sheet . The entire job is to be undertaken on Turnkey basis covering mechanical, civil & electrical works including supply of all required material for civil construction & electrical works.
1.4.5 Bidder shall possess the requisite manufacturing & testing facilities and experience & expertise to manufacture and supply the weigh bridge.
1.4.6 Address of location where materials are to be supplied is as under:
Red Sanders Godown Complex
Karakambadi Road
Tirupati Chittor District
Andhra Pradesh
Contact: Zonal Manager, APIIC – Tirupati (Phone: 9848933879)
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 11
1.4.7 PERIOD for Completion: Delivery installation and commissioning period shall be as under: -
Within 2 (Two) months from date of Work order.
1.4.8 General Requirements
1. All documents shall be in English language and SI system of units. 2. The supplier shall assume single source responsibility for system assembly, including for
bought out items. 3. All pushbuttons, switches and other operator devices must be sufficiently large and
durable to provide dependable, long life operation. 4. All cables (with associated plugs, connectors and receptacles) requiring user field
installation shall be designed for commercial use to withstand an industrial environment.
5. Upon receipt of the work order, the supplier shall submit drawings of the complete assembled system for approval.
6. Drawings, which are returned to the supplier for correction or revision, shall be resubmitted for approval before starting fabrication of the work in question unless marked "approved as noted".
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 12
2. TECHNICAL SPECIFICATIONS FOR WEIGH BRIDGE
2.1 GENERAL
2.1.1 Vendor shall supply weighbridge in accordance with the weigh bridge specification sheets along with auxiliaries, if any, wherever specified in the specification sheets, subject notes and other enclosure to the requisition.
2.1.2 Vendor shall quote in strict accordance with the weigh bridge technical specifications and all other Enclosures to the Requisitions. Deviations to the specifications and other enclosures of the Requisitions, if any, shall be sought by the vendor as explained in clause 2.0.
2.1.3 All codes and standards for manufacture, testing, inspection etc. shall be of latest editions.
2.2 DOCUMENTATION
2.2.1 Vendor shall submit with the offer the following:
1. Manufacturer’s complete descriptive and illustrative catalogue/literature. 2. Detailed dimensioned, cross section drawing with parts/material list, weight
etc. for the weigh bridge to manufacturer’s standard. 3. Drawings for weighbridge with accessories like load cells, platform giving major
salient dimensions. 4. Drawings of the Civil work of Pit less Weigh Bridge with dimensions. 5. One copy of the entire specifications of this specifications for weighbridge signed as
“accepted” by the manufacturer with all deviations marked clearly.
2.2.2 If the weighbridge specification is regretted or has no deviation, vendor has to mention as regret or no deviation respectively. Accordingly, the manufacturer shall write clearly on weigh bridge specification sheets as: “regret” or “no deviation”.
2.2.3 For subject notes, if there is any deviation the same shall be qualified clause wise, even clauses which are acceptable shall be categorically confirmed as “accepted”.
2.2.4 Upon failure to submit document as specified in clauses 2.2.1 (2) to 2.2.1 (4) above, the offer is likely to be rejected.
2.2.5 Upon placement of FOI/work order, whichever is earlier, vendor shall submit drawings for approval mentioned in item no 2.2.1 (2)to 2.2.1 (3).
2.2.6 Test reports shall be prepared & provided for all mandatory tests as per the applicable code and QAP/ITP duly approved by APIIC.
2.2.7 Material test certificates (physical properties, chemical composition & heat treatment report) parts shall be furnished in adherence to applicable codes/ standards and QAP/ITP duly approved by APIIC for the weighbridge supplied. Material test certificates for the other parts shall also be furnished for verification in accordance with APIIC approved QAP/ITP during third party inspection.
2.3 Design and Construction
2.3.1 Weighbridge shall be designed, manufactured, tested inspected and marked as per the manufacturing standard, design code and standards (latest edition) indicated in the weighbridge specification sheets. Any conflict between the requisition, enclosure, specification sheets and referred standard codes shall be brought to the notice of the purchaser for clarification, but generally spec sheets and enclosures of the requisition
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 13
including subject notes shall govern. No deviation to specification / STDs shall be permitted through vendor drawing approval. Approval of drawing shall be valid only for design features.
2.3.2 Technical specification of electrically operated weigh bridge (automation type)
Technical data sheet precision load cell
Capacity Minimum 20 Tons
Minimum no. Of load cell Minimum 6 (six) no’s
Excitation Digital:10-12 ac/dc , analog-5v dc
Input resistance 560-620 ohm
Output resistance 480 ohm nominal
Rated output 1.75mv/v to 2mv/v
Zero balance 1% of rated output
Combined error 0.02% of rated output
Repeatability 0.010% of rated output
Return to zero after 30 minute creep period at rated output
0.015% of rated output
Temperature effect on rated output (-100c to +550c)
0.0010% / 0C OF RATED OUTPUT
Temperature effect on zero balance (-100c to +550c)
0.0009% / 0C OF RATED OUTPUT
Insulation resistance (minimum ) 5000 mega ohms
Overload rating without affecting performance
150% of rated capacity
Overload rating(ultimate) >225% rated output
Resistance to dirt &moisture Hermetically sealed68,69, welded , filled with inert gas
Material Stainless steel
Non-linearity < 0.01
Hysteresis < 0.0165
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 14
2.3.3 Technical Specifications – Weigh bridge indicator
Microprocessor based system
Display o Y type
Blue backlit LED, graphics up to 64x240 pixels, display up to 8 digits, minimum character size 17mmX10mm
o Y annunciators
Balance (Gross Zero), Motion Preset Tare, Semi-Automatic Tare, Net, Kg, Print, 3 off Trip Indicators, Minus (Below Net Zero), Scale 1,Scale 2,Peak, Print, Op1,Op2,Op3 Count
o Y unit of measure
Kg, t
Tare o 100% subtractive o Semi- Auto (Push Button)Tare o Pre-Set (Key Board) Tare o Stored Tare
Keypad o 28 keys addressing with tactile feedback o Five soft function keys and dedicated function key and operational key(Zero, Tare, Select,
Print, Units, Totals, Scale, PLU, Stand By ,Enter, Escape ,Clear, Text)
Real time clock
Battery backup, real time clock
Connection
6 core technique
Serial interface
Two bi-directional asynchronous serial interface card(RS 232 /485/ 422 or RS 232/ 20mA current loop) for remote display, RTU Modbus
Parallel port
Parallel data interface for printer connection
Trips
Up to 16 input & output trips rated at TLL level & 240V and 2A resupply
Digital input
Connects to load cells, require junction box and digital option card
IP rating
IP 67rated stainless steel housing
Housing
Panel type(front panel) or stainless steel housing
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 15
Mounting
Wall/desk
Electrical power input
110V AC / 230V +10%-15% @ 460mA,50/60 Hz
Operating temperature
(-)10°C to + 40°C
Analog input range
0 mV to 20 mV
analog to digital converter o Type -delta sigma o Rate -120 per second o Display update -1,2,5,10 second
Filter o Programmable FIR& Dynamic Filtering o Harmonizer digital filter
Balance/zero o Setting - keyboard push button o Range - normally 2 % up to 100% o Zero tracking- configurable o Motion detection - configurable
Calibration o Full digital ten point calibration
Performance o Internal resolution:-16,777,216 o Repeatability: +/-0.01% of full scale o Span drift:
+/-50ppm / year max +/-4ppm/°c typical
o warm up time: immediate o Self-Diagnostics: Graphic Display
Keys, PS/2 keyboard A2d(x2) serial test (3) Network Inter Face Ethernet Port BCD out analogue out pulse in Memory - back up of 6 months tally roll Internal I/O - fully configurable External I/O - fully configurable Digital optional card to provide additional serial port Modbus/Profibus/ Device net/ Control net interface Ethernet 10/100tcp / IP interface for data transfer Analogue option card to provide second analogue scale input &two analogue output 4-
20mA
2.3.4 Technical specification weigh bridge
A. Weighbridge type: Pit-less, Fully Electronic Road Weigh Bridge B. Capacity: 60 MT C. Least count: 10 kg D. Platform size: 16 m x 4m
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 16
E. Platform construction: fully welded module type M.S. structure to meet Indian standard is: 800, 2062 comprising of RS joists, transoms and plates for example main beam ISMB 500 - 2 nos., cross beam ISMB - 250 across wheel path - 4 nos., ismb-200.no joint to be used in the beams to avoid sagging of the structure. 12mm thick antiskid to be provided. M.S. checkered plate on top.
F. Painting of structure: Epoxy to meet IS: 2074 G. Load cell: up to 10 nos. As per attached data sheet. Hermetically sealed unit, capacity - 20
tons each. Ambient temp. - 55oC max. Safe load - 125% of capacity. Ultimate load - 300% of capacity. Destructive load - 500% of capacity
H. Indicator: as per attached data sheet for the same I. Junction box & cable: stainless steel with IP65 protected and required length of steel
breaded, 6 core, load cell cable from power panel and load cells to junction box& junction box to indicator.
J. Computer: 1 no. PC, P-IV, 1 GBRAM, 160 GB HDD, DVD combo/writer, 22”Color LCD monitor with Windows XP operating system, key board(recent edition) & cordless mouse. Make -HP, Compaq or as approved by EIC.
K. Printer: 2 nos. Model LX 300 +, Type – Dot Matrix with 80 columns, one for indicator& other for PC. Make - HP
L. Ups: 1 no. 1000 VA, with 6.00 hours Battery backup, Make –Exide/ Amaron M. Software for weighbridge management :Complete weighbridge management user friendly
software for processing data date wise, truck wise, challan wise, customer wise etc. For generation of daily / weekly & monthly report. As per our requirement. All the required information for developing the software shall be provided by us. Provision for connecting with server computer by LAN& sharing the common data base.
N. Civil job: civil job shall include total civil foundation with M-25 RCC as per the drawing for the platform, approach ramps and other equipment. Construction of weigh house is excluded from the scope of work.
O. Electrical job: all electrical connection from Weigh Bridge to our automation control room or as advised by APIIC and laying of the cables for complete integration of the weighbridge. Providing all required socket, switch, cable, junction box of good quality to be used for Weigh Bridge.
P. Earthing: Providing Earthing as per IS-3043 Q. Supervision of erection, stamping & commissioning of the Weigh Bridge: Supervision &
execution of civil work, erection and commissioning, liaising with the inspector of legal metrology department (weight and measure dept.), Government of Andhra Pradesh for verification and stamping of Weigh Bridge and also paying the required fee to legal metrology of WM department.
R. Drawings and manual: the supplier must provide three sets each of the following manuals and drawings along with soft copies in pen drives and CDs.
o Operation manual: three sets of operation manual must be provided by the supplier which must cover, interalia, the principal features of the machine, the control philosophy used, pre-starting checks, starting procedures, operation procedure, dos and don’ts, troubleshooting, emergency procedures, safety trips etc.
o Maintenance manual: three sets of maintenance manual must be provided by the supplier which include maintenance procedure, Preventive Maintenance schedule and tolerance limit etc. The maintenance manual should contain dismantling and assembling procedures.
o Spare parts manuals: the manual must contain interalia, spare part details such as drawing no., part no. and technical specification of all the mechanical and electronic equipment.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 17
o Three sets of drawings showing foundation details should be submitted within 7 days of work order.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 18
3. Quality Assurance Plan and Inspection & Testing Plan Requirements
3.1 QA Plan
Vendor during bidding stage shall submit his quality assurance plans (QAP) consisting of relevant procedures covering various activities like design and engineering, material procurement, manufacture inspection and testing, documentation, dispatch to site , erection and commissioning wherever applicable and maintenance of quality records in the post order stage. The vendor shall submit the QAP to the site engineer for approval within 2 weeks from the date of receipt of work order, whichever is earlier. The QAP shall be approved by the authorized representative of APIIC within a week of submission.
3.2 ITP
Vendor shall submit inspection and test plan for approval within 1 week of work order to the site engineer and office of Chief Engineer-I.
3.3 Drawing Schedule
Vendor shall submit a total index of drawings and documents required for approval/ review/ records along with the scheduled date of submission of each drawing/ document within 1 week from the date of issue of work order, whichever is earlier.
3.4 Progress Report and Schedule
Vendor shall submit weekly progress report and update procurement engineering and manufacturing schedule every week starting from date of issue of Work order, whichever is earlier.
3.5Waiver and Deviation
Vendor shall strictly comply with the work order and agreement stipulations and no deviations shall be permitted.
3.6Calibration Records
Vendor shall use only calibrated measuring and test instruments and maintain calibration records. Vendor shall furnish records of calibration of measuring and test instruments including recalibration records to third party inspection agency on demand.
3.7Inspection Test Status
Inspection and test status of products shall be identified by using markings -authorized stamps, tags, route cards, inspection cards etc. During the course of manufacture to clearly indicate acceptance/ rejection of tests/stages of inspection performed during its manufacturing cycle. The identification of test status shall be maintained and records submitted as and when demanded by APIIC.
3.8Quality Records
Vendor shall maintain quality records as per his procedures. Inspection reports & test records copies shall be furnished to APIIC.
3.9Identification and Traceability
Vendor shall establish and maintain a standard written procedure for identifying the products from applicable drawing specifications or other documents during all stages of production delivery and installation. A copy of this standard procedure shall be made available to APIIC. The vendor shall ensure that each product which is going in the process of fabrication/ manufacture/ construction/ erection has proper identification throughout the process including the final output.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 19
3.10 Vendor Document for Review and Records General
All documents shall be in English language and SI system of units.
Review of the vendor drawing by third party inspection agency/ APIIC would be only to review the compatibility with basic design and concepts and in no way absolve the vendor of his responsibility to comply with work order requirements, applicable codes, specifications and statutory rules/regulations.
Submission of documents for review/records shall commence immediately from the date of issue of Work Order.
The vendor shall submit all drawings and documents in three copies as stipulated in the vendor data requirement along with documents index. The documents shall also be submitted in soft copies to expedite the process of approval/review.
Vendor shall ensure that each drawing shall contain the following information: Work Order number, name of equipment, Tag no., name of project, client, drawing/ document title, drawing number, revision and date.
The drawing document shall be checked approved and duly signed stamped by the vendor revisions and date.
3.11 Documents under Review Category
Following review codes shall be used for review of vendor documents / drawings:
AFI: Approved for Inspection
AFM: Approved for Manufacturing / Fabrication. As per comments vendor shall resubmit the same after incorporating the comments before carrying out final inspection by APIIC and dispatch.
Not approved: resubmission required in cases of major non- conformities with respect to Work Order specifications.
3.12 Final Documents
Final drawings/ documents consisting of technical data manual as a compilation of as-built certified drawing and manufacturing data and test records duly certified by APIIC should be submitted in three sets along with soft copy of the same with the original copy of reports to site.
Installation, operating and maintenance instructions of the material/ equipment (wherever applicable) shall also be submitted in three sets and in soft format.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 20
4. Schedule of Quantities
Item no. Description Quantity Unit
1. Supply of 16m x 4m of 60MT pit-less type electronic road Weigh Bridge, complete with required components namely kit, indicator, load cells, platform, LED display, PC, printer, UPS, etc. as per attached technical specifications & scope of supply including maintenance during guarantee/warrantee period.
1 Each
2. Supervision, construction of foundation, installation/ erection, calibration, testing stamping & commissioning of Weigh Bridge
1
Job
Each
3. Standard Calibration Weights 20 Kgs each
(The weights should be stamped by Weights and Measurement Dept., Govt. of Andhra Pradesh, and remain valid for at least one year)
50 Nos.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 21
5. Special Terms and Conditions
5.1 Earnest Money Deposit:
Initial earnest money of Rs.30,000/-(Rupees Thirty thousand only) by way of Demand Draft/Banker’s Cheque payable at Vijayawada, drawn in favor of APIIC, is to be enclosed with the offer. The earnest money so deposited shall not bear any interest. Without earnest money tender will not be considered.
The successful tenderer, the balance EMD out of the total EMD at 5% of the work order amount shall be paid in the form of DD as per clause No. 5.7 of these Terms and Conditions. The EMD will be forfeited if successful tenderer fails to enter into Agreement and to EXECUTE the order.
EMD for successful tenderer will be refunded after successful completion of observation period.
EMD for the un successful Tenderers will be refunded after finalization of bids and issuing work order to the successful bidder.
5.2 Techno Commercial Bid
Techno Commercial Bid will contain following documents:
EMD as per clause No. 5.1 of Special Terms and Conditions.
APIIC’s tender document duly signed and stamped as a token of bidder’s acceptance of all the terms and conditions mentioned therein.
PAN copy
GAD drawings of Weigh Bridge and Foundation for Flat form
Central Excise Registration (ECC) Number
Sales Tax registration copy.
Service Tax registration copy
Information/other relevant documents as required in the Pre-qualification criteria and terms and conditions of this NIT.
5.3 Validity of Offer:
All quotation must be kept valid for at least 90(Ninety) days from the opening of the bids.
5.4 System Requirements
The bidder will acquaint himself with the system requirements/site conditions before submitting the bid.
5.5 Cost comparison
The basis of cost comparison between different bidders will be the overall cost of the tender and not on individual items.
5.6Commissioning
Weigh bridge work should start immediately after receipt of work order and should be completed within the specified period of 2 months from the date of work order.
5.7EMD and Agreement
Individual successful bidder shall on receipt of WO, deposit a balance EMD equivalent to 5%(five percent) of the basic ordered value, minus the EMD of Rs.30, 000/- already paid along with tender, in the form of Demand Draft with APIIC and all other relevant documents as called for, positively within 10 days from the date of work order and enter in an agreement with APIIC, The EMD shall be
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 22
summarily forfeited in case of any supplier who fails to honor contractual obligations. The EMDdoes not carry any interest.
5.8 Inspection
The commissioning and integration of the system will be carried out by the supplier to the satisfaction of an APIIC representative, who will act as Engineer-in-Charge. The job will be deemed over only after receipt of job completion certificate by the Engineer–in–Charge.
5.9Payment and Withheld Amount
Payment will be made within 30 days after erection & commissioning of Weigh Bridge and submission of bills in triplicate.
5.10Performance Guarantee
1. The supplied material and system should be guaranteed for a period of 2 years from the date of commissioning of weighbridge for trouble free operation. Failure of any part, including bought out items, will be replaced at free of cost during guaranteed period. All bought out items must be rugged and heavy duty to ensure long trouble free operation.
2. 5% of the bill amount will be withheld at the time of release of payment as performance guarantee. This will be released after successful completion of guarantee and Free Maintenance period of 2 (Two)Years to the satisfaction of Engineer in charge.
5.11Test Certificates
Suppliers must furnish relevant test certificates of their own or from Govt/ APIIC approved laboratory, along with their supply.
5.12 Service Center
The bidders must have its service center with qualified technical personnel in southern region, preferably in Andhra Pradesh to provide after sales service. The supplier should be able to attend to complaints within 24 hours of lodging of complaint. The same should be mentioned along with address and contact numbers in the technical bid.
5.13After Sales Service
Supplier shall visit site once every quarter (post commissioning) for maintenance and after sales service. Besides he should visit site on SOS, if required, within 24 hours within the warranty period, free of cost. All replacements/repairs undertaken by the supplier during this period will be at supplier’s cost.
5.14 AMC & Spares During guarantee/warrantee period
The bidder has to undertake Free AMC for 2 years during guarantee/warrantee period on the following terms and conditions. During AMC period it is the responsibility of the bidder to keep the system up and functioning.
The bidder should give the contact details like email address, phone number, postal address, fax number for intimation regarding service cost.
The quoted amount should be inclusive of AMC for 2 (Two) years.
During guarantee/warrantee period of 2(two) years cost of spares and manpower cost should be borne by the supplier.
During guarantee/warrantee period of 2 (Two) years travelling expenses for the site visit, cost of accommodation, etc. should be borne by the supplier.
The breakdown period of the Weigh Bridge should not exceed 72 hours after the intimation.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 23
Every excess day of breakdown of Weigh Bridge will be penalized at Rs. 10,000/- per day and will be deducted from the Performance Security of the vender.
The 2 (two) years Free maintenance warranty period should start from the date of successful commissioning confirming to the clause 1.4.
5.15 SOS
The compulsory requirement to attend to complaints on SOS basis, within 24 hours of call should be taken into consideration by the bidders. This requirement will also be there post warranty under AMC with the supplier.
5.16Accommodation
Bidder has to make his own arrangement for boarding, lodging and transportation at site during commissioning and thereafter, during after sales service visits.
5.17Manpower Cost
The bidder shall include the cost of manpower deployment for installation, integration, testing and commissioning, and post commissioning and maintenance for 2 years in the price bid.
5.18Project Planning
The successful bidder will submit project plan, implementation schedule, drawings, etc. before taking up the work.
5.19Prices
Offered rates should be firm & fixed during the entire period of execution of the order.
5.20Acceptance of Tender
APIIC reserves the right to reject any or all tenders/offers and award the order in part or in full at its sole discretion without assigning any reason thereof.
5.21Replacement of rejected material
The Tenderer has to give an undertaking along with the offer that in case of rejection of material, the same will be replaced immediately free of charge.
5.22Termination/Cancellation of Contract
APIIC reserves the right to terminate/cancel the contract either in full or in part any time at is sole discretion without assigning any reason whatsoever by giving one month notice in writing. The contractor will have no claim on APIIC due to such termination of the contract.
5.23Liquidated Damage for late/non-delivery & Risk Purchase
Time is the essence of the contract. In the event of non-completion of work as per schedule, liquidated damages will be recovered from the Contractor at ½% (half percent) of basic value per week or part thereof for the delayed period. However the total Liquidated Damage will not exceed 5% of the total ordered value (basic).
5.24Statutory Regulations
The supply, dispatch and delivery of materials shall be arranged by the supplier in strict conformity with the all applicable Statutory Regulations including provisions of Industries Development and Regulations Act, 1951 and any amendment thereof as applicable from time to time. APIIC disowns any responsibility for any irregularities or contraventions of any of the Statutory Regulations in manufacture and the supply of the material covered by the order.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 24
5.25Security Regulations
The Vender and their representatives shall abide by the Rules and Regulations of the Administration Department/Security of APIIC at all stages of the work emanating from this contract. All vehicles of the contractor and persons engaged in the operations shall be subject to security check by Security on duty. The Vender shall arrange necessary entry passes from Security Department sufficiently in advance.
5.26Sub-Contracting
The order when placed shall not be assigned to any other agency by the supplier.
5.27 Opening of bids
The offer containing the Techno Commercial bid will be opened on 18/07/2016 after 3.00 p.m. in the presence of the tenderers who may wish to be present at the time of opening.
5.28 Delay/ loss
APIIC will not be responsible for any postal delay/loss etc. and will therefore not consider late/delayed offers/documents.
APIIC Erection of 60MT Weigh Bridge
CHIEF ENGINEER – 1, APIIC 25
6. Price Bid (Part – 2)
(To be submitted in separate sealed cover, marked as Price Bid)
Item no.
Description Quantity Unit Rate
(numerical)
Rate
(in words)
Amount
Cost
1. Supply of 16m x 4m of 60MT pit-less type electronic road Weigh Bridge, complete with required components namely kit, indicator, load cells, platform, LED display, PC, printer, UPS, etc. as per attached technical specifications & scope of supply including maintenance during guarantee/warrantee period.
1 No Each
2. Supervision, construction of foundation, installation/ erection, calibration, testing stamping & commissioning of Weigh Bridge
1 Job Each
3. Standard Calibration Weights 20 Kgs each
(The weights should be stamped by Weights and Measurement Dept., Govt. of Andhra Pradesh, and remain valid for at least one year)
50 Nos Each
Total
Note: The quoted amount should be inclusive of all taxes, over heads but exclusive of Service Tax.